Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2002 FBO #0180
MODIFICATION

56 -- Two-phase design build project to mitigate potential damages to waste management facilities and operations that have occurred, or may occur, in the event of a fire or fire-related natural disaster.

Notice Date
5/29/2002
 
Notice Type
Modification
 
Contracting Office
Department of Energy, Los Alamos National Laboratory (DOE Contractor), Los Alamos, PO Box 1663 MS: C334, Los Alamos, NM, 87545
 
ZIP Code
87545
 
Solicitation Number
100145
 
Response Due
6/5/2002
 
Archive Date
6/20/2002
 
Point of Contact
Angelina Gonzales, Contract Specialist, Phone 505-667-8537, Fax 505-667-1331,
 
E-Mail Address
gonzales_angelina_i@lanl.gov
 
Description
Please note: The revised response date is June 5, 2002. On May 29, 2002, the "Description" has been revised to read: Point of Contact James L. Palmer, Sr. Contract Administrator, 505 665-0743 Firms interested in participating in the two-phased selection process for this design/build project should submit an expression of interest to the point of contact (POC) shown above. A. The objective of the CGR WMRM Project is to mitigate potential damages to waste management facilities and operations that have occurred, or may occur, in the event of a fire or fire-related natural disaster. Demonstrated vulnerabilities arose during the Cerro Grande fire in May 2000 that presented unacceptable risk to LANL's waste operations B. This project provides for additions and modifications to existing equipment, facilities that will mitigate these risks. The new facility and associated equipment will allow RLW to be safely collected and monitored in the event of a fire or other natural disaster. This subproject adds over 300,000-gallons RLW tank storage, remote influent RLW monitoring/controls, pumps and mixers to supplement existing equipment at TA-50-01. The equipment will be housed in a new facility, approximately 10,000-ft. in plan area, located at TA-50. The new facility will be categorized as a Nuclear Facility. Given that the new facility must collect RLW from incoming gravity drain lines, it will be situated approximately 25-ft. below grade, and will require significant site excavation. Geotechnical studies performed to date indicate the site soils will be considered as low-level radioactive waste. Disposal of this waste is planned for disposal at LANL's Technical Area 54. C. This pre-solicitation notice is provided to assist Design-Build (DB) firms with planning for an upcoming Request for Qualification (RFQ) and subsequent Request for Proposal (RFP). The Los Alamos National Laboratory (hereafter Laboratory), Cerro Grande Fire Rehabilitation Team, wishes to contract with a DB firm to provide definitive design and construction services for the subject project. The successful execution of the work will require a DB firm to organize a specialized team with demonstrated definitive design and construction experience as outlined in the forthcoming Request for Qualification (RFQ). The RFQ will specify the criteria that firms must satisfy to qualify for responding to the subsequent project Request for Proposal (RFP). An RFP is slated for release in July 2002 with contract award planned for November 2002. This solicitation will use a best-value source selection conducted in two phases. In Phase One, prospective offerors will submit their qualification information. This information will be evaluated by the University to select the prospective offeror(s) that qualify to submit proposals in response to the RFP under Phase Two. In Phase One, the RFQ will be posted on or about June 3, 2002 at LANL website http://bus.lanl.gov/bus5/vendor/solicitations/default.htm with a response due on or about June 19, 2002. The RFQ will include detailed pre-qualification evaluation factors and submittal instructions. Qualification factors may include but not be limited to: (1) demonstrated successful completion of design-build projects similar to this scope of work, with a contract value of at least $5,000,000; (2) experience working on previous design-build construction projects; (3) an acceptable safety record, determined by evaluating the offeror's safety record for three annual periods by using the U. S. Bureau of Labor Statistics Guidelines to determine documented record and lost workdays from the offeror's OSHA 200 logs, demonstrating compliance with 10CFR 830.120, subpart A, and (4) a documented quality assurance program, financial documentation demonstrating past success and ability to perform the work. Any subsequent revisions to the RFQ will be shown on the referenced Internet website. Although the University will not mail, fax, or e-mail the RFQ pages or any update(s) to the RFQ, the University will send e-mail notifications of updates to interested firms who register with the University for such updates, as instructed on the website. The website is occasionally inaccessible due to maintenance. The University is not responsible for any loss of Internet connectivity or for an offeror(s) inability to access the document posted at the referenced website. III. In Phase Two, the University will accept proposals, submitted in response to the RFP, only from the offeror(s) selected in Phase One. LINKURL: http://bus.lanl.gov/bus5/vendor/solicitations/default.htm LINKDESC: http://bus.lanl.gov/bus5/vendor/solicitations/default.htm EMAILADD: palmer_james_l@lanl.gov
 
Place of Performance
Address: PO Box 1663, Los Alamos, NM
Zip Code: 87545
Country: United States of America
 
Record
SN00084480-W 20020531/020529213120 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.