Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 24,1998 PSA#2228

U.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