|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 24,1998 PSA#2228U.S. Department of Energy, Southwestern Power Administration, PO Box
1619, Tulsa, Oklahoma 74101 C -- ONE AND OFF-SITE ARCHITED-ENGINEER SERVICES SOL DE-RP75-99SW45028
DUE 122198 POC Linda A. Morris, Contracting Officer, 918-595-6670 WEB:
Click here to download information on this procurement,
http://www.swpa.gov. E-MAIL: Click here to contact the Contracting
Officer via, lmorris@swpa.gov. Professional Architect-Engineer services
to be provided by a registered or licensed Architect-Engineer for
Southwestern Power Administration (Southwestern). Two contracts to two
separate A-E firms will be awarded. It is anticipated that two
indefinite-delivery contracts will be awarded. Task orders will be
issued under each contract on a fixed-price, labor-hour basis. These
rates will be negotiated prior to contract award. Task Orders for both
contracts will be negotiated consistent with Title I, Title II, and
Title III requriements. The base period of performance for both
contracts is anticipated to be one year and five months beginning July
7, 1999, with four option periods beginning December 7, 2000, for a
potential contract duration of five years. Work to be performed under
both contracts include a broad spectrum of architectural and
engineering studies, analyses, and design activities associated with
the operations, maintenance, and modernization of a high-voltage
electric power bulk-transmission system and associated communications,
control, office, warehouse, and maintenance facilities. The work would
also require assisting the Government in construction management and
performing inspection activity at field facilities. Typical assigned
work projects for both contracts could include: 1) design of additioins
or modifications to high voltage (161kV, 138kV, and 69kV) electric
power transmission lines, switching stations and substations; 2)
conducting and analyzing electrical power system studies for both
planning and operational timeframes involving loadflow, stability,
electromagnetic transient software, and the computations/determination
of Available Transmission Capability; 3) planning and design of
additions or modifications to supervisory control, data acquisition and
telemetering systems; 4) planning and design of telecommunications
systems including analog and digital microwave fiber optics, VHF
radios, leased and dial-up telephone lines; 5) planning, design and
monitoring of protective relay systems for high-voltage and
extra-high-voltage transmission systems (including calculating
coordinated relay settings); 6) development of design and planning
criteria for all the previous engineering work listed; 7) software
development/engineering in support of the engineering tasks listed
above; 8) assisting the Government in construction management and
performing construction inspection; and 9) shall have capability
support the U.S. Army Corps of Engineers facilities and other major
stakeholders within the Southwestern marketing region. Key personnel
for both contracts should include architect-engineering personnel
representing the electrical, electronic, civil, mechanical, structural,
atchitectural, and computer science/engineering disciplines as well as
capability in the requirements listed above. Key personnel for both
contracts shall be identified on the SF-255. See Note 24 for general
evaluation criteria for both contracts. The specialized experience and
technical competence in Note 24 is supplemented for both contracts,
where appropriate, with experience in energy conservation, pollution
prevention, waste reduction, and the use of recovered materials. Other
general evaluation criteria for both contracts includes repuration and
standing of the firm and its principal members, the volume of past and
present workloads, interest of company management in the project and
expected participation and contribution of top officials, adequacy of
the central or branch office facilities for the proposed work, specific
experience and qualifications of personnel proposed for assignment to
the project, proposed project organization, delegations of
responsibility, and assignments of authority, availability of
additional employees for support of the project, and the depth and size
of the organization so that any necessary expansion or acceleration
could be handled adequately, experience and qualifications of proposed
consultants and subcontractors, and ability to assign adequate
qualified personnel from the proposed organization, including key
personnel and a competent supervising representative. Special
evaluation criteria for both contracts will include specialized
experience in the following areas: 1) planning and design of electrical
substations and transmission lines at voltages of 69kV and higher; 2)
expertise in conducting and analyzing electrical power system studies
for both planning and operational timeframes involving loadflow,
stability, and electromagnetic transient software, and the
computation/determination of Available Transmission Capability; 3)
expertise in the planning and design of electric utility communication
and control systems; 4) expertise in the planning, design, and
operational oversight of protective relaying systems; 5) assisting the
Government in construction management; and 6) capacity to perform the
work within required timeframes and budget. Contract one will require
both on-site and off-site professional engineering services. The
on-site work will be performed at Southwestern headquarters located in
Tulsa, Oklahoma. The Government will furnish all necessary office
space, equipment, and services necessary for the on-site performance.
On-site requirements will be based on tasks orders which describe
long-term (one year or more) general work requirements for the on-site
team. Individual task orders will also be issued which describe
specific tasks to be performed by the on-site team. The initial on-site
team is expected to consist of approximately three to five personnel
with the following expertise represented: 1) transmission planning and
technical studies; 2) substation facility design; 3) communications
system design; 4) protective system design and coordination; 5)
structural design of transmission and radio towers; and 60 engineering
technician level support. Costs for this contract should not exceed
$6,500,000 for the potential five year period of the contract.
Requirements for the contract two will also require teh services of a
registered or licensed architect-engineer. This contract will require
off-site services only. Costs for this contract should not exceed
$2,500,000 for teh potential five year period of the contract.
Interested parties should submit 6 copies of Standard Forms 254 and 255
for the prime and all subcontractors to the above address within 30
days of the date of this publication. Submitters can indicate a
preference to which contract they are interested in or state they would
accept either -- no offeror will be eligible to be awarded both
contracts. This is not a request for proposal. The procurement is
unrestricted. See Note 24.*** Posted 11/20/98 (W-SN273436). (0324) Loren Data Corp. http://www.ld.com (SYN# 0015 19981124\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|