Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 12, 2001 PSA #2955
SOLICITATIONS

C -- A-E) SERVICE FOR THE UNITED STATES DEPARTMENT OF ENERGY, WESTERN AREA POWER ADMINISTRATION, FOR THE SIERRA NEVADA REGIONAL (SNR) OFFICE

Notice Date
October 10, 2001
Contracting Office
12155 W. Alameda Parkway Lakewood, CO 80228-2802
ZIP Code
80228-2802
Solicitation Number
DE-RP65-01WN04064
Response Due
November 9, 2001
Point of Contact
Janna Buwalda, Contracting Officer, (916)353-4471, buwalda@wapa.gov;Sharon Bates, Contract Specialist, 916-353-4469, sbates@wapa.gov
E-Mail Address
Sharon Bates, Contract Specialist (sbates@wapa.gov)
Description
Title: C -- ARCHITECT -- ENGINEER, TITLE I, TITLE II, AND III SERVICES Title I, II, and III Architect-Engineer (A-E) Service for the United States Department of Energy, Western Area Power Administration, for the Sierra Nevada Regional (SNR) Office, 114 Parkshore Drive, Folsom, California. The A-E Contractor shall provide Construction Inspection Services (Title III) for SNR within the state of California at such times and at such places as the Contracting Officer or his representative shall direct. In addition, from time to time, Western may request additional architect and engineering services to include Title I and II services. The Title I and Title II services is expected to be minor both in nature and in comparison to the Title III services requested. This Office services only the state of California. The work will cover the following disciplines: architecture, civil engineering, cost estimating, construction management/inspection, material testing, specification writing and geo-technical. Firms interested in being considered for this procurement should submit three copies of both SF-254 and SF-255 to the Sierra-Nevada Regional Office by November 9, 2001. Send all three copies to 114 Parkshore Drive, Folsom, CA 95630, Attention: N5802, Sharon Bates, Contract Specialist (916) 353-4469. Typical tasks may include performance of construction inspection or complete construction management during construction of a facility or transmission line to determine conformation to the design or construction specification, and/or to analyze construction claims. Provide support and equipment to read, write and print electronic AutoCAD drawings. Maintain as-built drawings on a daily basis -- one set of full size drawings and one set of electronic AutoCAD drawings. Coordinate with the design engineer as required. Ensure compliance with all applicable laws, rules and regulations. Prepare designs, drawings and construction specification paragraphs for new facilities or modification of existing facilities. Prepare cost estimates for program budgeting and procurement. Perform geo-technical sampling, interpretation, and analysis of various projects. Other architect-engineer work related to the power industry and power distribution as may be mutually agreed to through the task order proposal process. It is anticipated that one contract shall be awarded for an estimated total amount of $1 million per year with four additional one-year options. Estimated award date is on or about March 2002. Individual task orders will be issued against a Labor Hours contract. Firms will be evaluated on the following criteria: A. GENERAL QUALIFICATIONS: (1) Reputation & standing of the firm & its principal members; (2) Experience & technical competence of the firm in comparable work; (3) Past record in performing work for DOE, other Government agencies, & private industry, including projects or contract implemented with no overruns; performance from the standpoint of cost overruns (last 5 years), the nature, extent & effectiveness of contractor's cost reduction program; quality of work; & ability to meet schedules including schedule of overruns (last 5 years)(where applicable); (4) Volume of past & present work loads; (5) Interest of company management in the project & expected participation & 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 & familiarity with the locality in which the project is located. PERSONNEL & ORGANIZATION: (1) Specific experience & qualifications of personnel proposed for assignment to the project, including as required for various phases of the work: (i) Technical skills & abilities in planning, organizing, executing, & controlling; (ii) Abilities in overall project coordination & management; & (iii) Experience in working together as team; (2) Proposed project organization, delegations of responsibility, & assignments of authority; (3) Availability of additional competent, regular employees for support of the project, & depth & size of the organization so that any necessary expansion or acceleration could be handled adequately; (4) Experience & qualifications of proposed consultants or subcontractors; (5) Ability to assign adequate qualified personnel from the proposed organization (firm's own organization, joint-venture organizations, subcontractors, etc.) including key personnel & a competent supervising representative The following factor is listed in order of importance: A(2) Experience and technical competence of the firm in comparable work; B(4) Qualification of proposed consultants or subcontractors; and B(1) Specific experience and qualifications of personnel proposed for assignment. The total scoring will be based on a maximum of 100 points. The most significant factor is B(4) Qualification of proposed consultants or subcontractors -- 25 points; A(2) Experience and technical competence of the firm in comparable work and B(1) Specific experience and qualifications of personnel proposed for assignment -- 20 points each. Significantly less important factor is A(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 the cost overruns (last 5 years); the nature, extent and effectiveness of contractor's cost reduction program; quality of work; and ability to meet schedules inclu ding schedule of overruns (last 5 years) (where applicable)- 10 points. All remaining factors are of less importance. B(5) Ability to assign adequate qualified personnel from the proposed organization (firm's own organization, joint-venture organizations, subcontractors, etc) including key personnel & a competent supervising representative- 7 Points; A(5) & A(6) are worth 4 points each; A(5) Interest of company management in the project & expected participation & contribution of top official; and A(6) Adequacy of central or branch office facilities for the proposed work, including facilities for any special services that may be required. Factors A(1); A(4), A(7); B(2) and B(3) are 2 points each. SF-255 shall indicate specific power system or facility related work experience for the firm and for each of the personnel proposed. The SF-255 shall indicate specific power system or facility related work experience for the firm and for each of the proposed consultants or subcontractors. This acquisition is being advertised full and open. The NAIC is 541330 and the size standard is $ 4.0 million.
Web Link
Click here for further details regarding this notice. (http://e-center.doe.gov/iips/busopor.nsf/Solicitation+By+Number/DE-RP65-01WN04064?OpenDocument)
Record
Loren Data Corp. 20011012/CSOL002.HTM (D-283 SN5103P5)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on October 10, 2001 by Loren Data Corp. -- info@ld.com