The RFP Database
New business relationships start here

Financial Analysis and Support Services for Transmission Infrastructure Program


Colorado, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Amendment 0002 Summary:

Amendment 0002 hereby incorporates additional Questions and Answers (2) as Attachment 9.


Amendment 0001 Summary:

Amendment 0001 hereby incorporates changes to the Performance Work Statement, Terms and Conditions, and includes Questions and Answers as Attachment 8. Response due date is hereby extended to 08 April 2019 at 1600 Eastern Time.

The Department of Energy/Western Area Power Administration (WAPA) is seeking Financial Analysis and Support Services for Transmission Infrastructure Program (TIP), necessary to support Westerns Transmission Infrastructure Program (TIP) under Section 402 of the American Recovery and Reinvestment Act of 2009 (The Recovery Act). This procurement was previously synopsized under number 89503018QWA000008 and the RFQ number has been updated for FY19 to 89503019QWA000027. This requirement has since been opened from sole source to 100% set-aside for small business concerns.

WAPA and TIP has a requirement for a consultant service to develop a finance model and credit risk analysis for future borrowing authority decisions. This will include reassessments of new loans against TIP outstanding and forecasted loans to asses against portfolio level risks and opportunities. The consultant will develop robust financial models in MS Excel that will contain business proprietary and confidential information on cost of capital, interest rates, and specific project costs that will be reviewed with a project credit review team of federal employees and external consultants defined in the TIP Program Management process and procedures.

This solicitation to acquire commercial services is being conducted using the provisions, clauses, and procedures prescribed in FAR Part 12 and Part 13, pursuant to the authority provided under FAR Subpart 13.5, Simplified Procedures for Certain Commercial Items.

This requirement is 100% set-aside for small business concerns. The Government intends to award to the responsible small business contractor whose quote is determined to be the best value to the Government based upon technical approach, past performance, and price related factors. The resulting acquisition vehicle will be an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a one (1) year base period and up to four (4) option years. The anticipated contract award minimum is $5,000.00 and maximum is $150,000.00 over the potential maximum five (5) year ordering period. It is anticipated that orders under the IDIQ contract will be awarded on a Firm-Fixed-Price (FFP) basis. The solicitation, a detailed statement of work, and any other supporting information relating to this procurement will only be available in electronic format, located on the Federal Business Opportunities (FBO) website (www.fbo.gov).

The applicable North American Industry Classification System (NAICS) code for this acquisition is 541611 b Administrative Management and General Management Consulting Services, and the size standard is $15.0M.

In accordance with FAR 5.207, all responsible sources may submit a quotation, which shall be considered by the agency. It is highly recommended that, prior to submitting a quotation, interested parties obtain a Dun and Bradstreet (DUNS) number and register in the System for Award Management (SAM), www.sam.gov, as these requirements are mandatory for any firm selected for a contract award.

Questions or inquiries should be directed to Ms. Diana Weiss, e-mail: dweiss@wapa.gov. Please reference the above solicitation number when responding to this notice.

Responses are due no later than 2:00PM (MST) on 08 April 2019 by email to dweiss@wapa.gov.

Weiss, Diana T.

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP