Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 8,1998 PSA#2197

U.S. Department Of Energy, Idaho Operations Office, 850 Energy Drive -- MS1221, Idaho Falls, ID 83401-1563

C -- MISCELLANEOUS ARCHITECT-ENGINEERING SERVICES FOR DOE-ID AT THE IDAHO NATIONAL ENGINEERING AND ENVIRONMENTAL LABORATORY (INEEL) SOL DE-RP07-98ID13675 POC Wendy L. Huggins, Contract Specialist, (208) 526-2808; Brad Bauer, Contracting Officer, (208) 526-0090 WEB: CBD Announcement for: Miscellaneous A-E Services for, http://www.id.doe.gov/doeid/solicit.html. E-MAIL: See Block 11., hugginwl@id.doe.gov. The A-E selected must be able to provide conceptual design, preliminary engineering and detailed design. The firm may also perform cost estimating and scheduling which will support engineering procurement, fabrication and construction. Title III inspection, procurement, independent assessments, and ancillary services may be required. The total estimated cost for the contract is $3 to $5 million for the three-year base period (CY 1999 through CY 2001). This contract will provide for two additional one-year extension options. DOE does not guarantee any level of work for the selected A-E. The A-E selected may be utilized for any work scope administered by the Idaho Operations Office. Registered Professional Engineers by the State of Idaho may be required for some tasks. The criteria for selection of the A-E will place emphasis on a sufficiently large organization to permit short notice responses to peak demand. The tasks may include upgrade of existing process systems, related equipment, new support facilities for production activities, and A-E support of wide variety of nuclear and non-nuclear energy related services directed by the DOE Idaho Operations Office. The estimated design efforts are expected to require various major engineering disciplines. This acquisition process is expected to result in award of an indefinite quantity contract with the basic pricing arrangement being cost reimbursement. Various contracting arrangements for individual task orders may include fixed fee, incentive fee, and/or award fee. The award date of the contract is estimated to be February 1999. Interested firms shall meet the following qualification criteria before its submittal will be evaluated: (1) Must have experience in designing and preparing specifications for nuclear and non-nuclear process and production systems and facilities, and waste remediation experience and capabilities; and (2) Must be capable of obtaining a DOE clearance regarding foreign ownership and control in accordance with Department of Energy Acquisition Regulation Subpart 904.7. Selection will be based on the following evaluation criteria. Evaluation Criteria (a) and (b) are of equal importance and are more important than Criteria (c). Subcriteria are listed in descending order of importance. Criteria (a) General qualifications, including: (1) Reputation and standing of the firm and its principal members; (2) Experience and technical competence of the firm in: (i) designing and preparing specifications for nuclear and non-nuclear process and production systems and facilities, and waste remediation experience and capabilities; and (ii) in designing to regulatory requirements, such as the Nuclear Regulatory Commission (NRC) and environmental laws; (3) Past record in performing work for DOE, other Government agencies, and private industry, including projects or contracts implemented with no overruns; performance from the standpoint of cost including cost overruns (last 5 years); the nature, extent, and effectiveness of contractor's cost reduction program; quality of work; and ability to meet schedules including schedule overruns (last 5 years) (where applicable); (4) The volume of past and present workloads; (5) Interest of company management in the contract and expected participation and contribution of top officials; (6) Adequacy of central or branch office facilities for the proposed work, including facilities for any special services that may be required; (7) Geographic location of the home office and familiarity with the INEEL locality; Criteria (b) Personnel and organizations. (1) Specific experience and qualifications of personnel proposed for assignment to the contract, including, as required for various tasks: (i) Technical skills and abilities in planning, organizing, executing, and controlling; (ii) Abilities in overall coordination and management; and (iii) Experience in working together as a team; (2) Proposed organization, delegations of responsibility, and assignments of authority and method of selecting a qualified team for individual tasks; (3) Availability of additional competent, regular employees for support of the contract, and the depth and size of the organization so that any necessary expansion or acceleration could be handled adequately; (4) Experience and qualifications of proposed consultants and subcontractors; and (5) Ability to assign adequate qualified personnel from the proposed organization (firms own organization, joint-venture organizations, consulting firms, etc.) including key personnel and a competent supervising representative; and Criteria (c) Other. Acceptability of a quality assurance program to assure technical control and accuracy of work performed under this contract. Performance requirements of individual tasks may require an approved program that meets special quality assurance requirements such as 10CFR830.120, ASME NQA-1, and/or DOE/RW-0333P. Firms desiring consideration for contract award shall submit an original and four copies of information required by this announcement assembled as listed: (1) Standard Forms 254 and 255; (2) specific information demonstrating that the firm meets the qualification and evaluation criteria set forth above; (3) description of comparable projects to those described above and other projects which are relevant, including for each project: (a) contracting agency (along with a point of contact and telephone and fax number); (b) contract number; (c) duration of project as originally scheduled and actually performed for the design phase. The entire submission package shall not exceed 50 pages, excluding tabs. If a package is received which exceeds the page limitation, the additional pages will not be read and evaluated by DOE. The pages which exceed the page limitation will be removed from the package and returned to the submitting firm. Responses to this announcement are due at the above address no later than 3:00 p.m. local time November 4, 1998.***** Posted 10/06/98 (W-SN259716). (0279)

Loren Data Corp. http://www.ld.com (SYN# 0017 19981008\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page