SOLICITATION NOTICE
C -- Structural Design Services for Nuclear Facilities
- Notice Date
- 1/17/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Energy, Bechtel SAIC Company, LLC (DOE Contractor), Yucca Mountain Project, 1180 Town Center Drive, Las Vegas, NV, 89114
- ZIP Code
- 89114
- Solicitation Number
- PPD-PQ-011503-001
- Archive Date
- 3/11/2003
- Point of Contact
- Derita Hopkins, Subcontracts Staff, Phone xxx-xxx-xxxx,
- E-Mail Address
-
Derita_Hopkins@ymp.gov
- Description
- Bechtel SAIC Company, LLC (BSC) intends to issue a Request for Proposal (RFP) for award of a Subcontract to provide the services described below to pre-qualified bidders only. Multiple Subcontracts may be awarded dependent upon specialty and scope. To be deemed pre-qualified to receive an RFP, potential bidders must submit a completed Federal Acquisition Regulation (FAR) Standard Form No. 254, "Architect-Engineer and Related Services Questionnaire," addressing specific areas of expertise and experience. In addition, potential bidders must respond to the pre-qualification questions listed below. SCOPE DEFINITION: 1. Description of Work: The scope of work for this Subcontract(s) will include furnishing all supervision, labor, and material for performing Preliminary Structural Design of Nuclear Facilities important to safety for the Monitored Geologic Repository (MGR) Project in accordance with BSC procedures. These facilities are needed for transferring radioactive waste from transportation containers to waste packages and preparing the filled waste packages for permanent underground storage. These facilities will require licensing by the Nuclear Regulatory Commission (NRC) prior to construction and operations. To obtain construction and operations licenses these facilities will have to be designed to the NRC requirements for nuclear facilities. In general the Subcontractor's work for these facilities includes, but is not limited to: 1.1. The development of structural finite-element models (FEM's) using the computer code GT-STRUDL. These FEM's will initially be used as input files by BSC for developing finite element models for the computer code SASSI. SASSI will be used by BSC to perform soil structure interaction (SSI) analyses of the buildings for the design earthquake for the building site 1.2. The Subcontractor will be provided with the SSI output consisting of static nodal accelerations representing the building seismic response, which defines the seismic loads. These seismic loads shall be combined with other non-seismic loads to determine the design forces and moments on the structural elements of the buildings using the GT-STRUDL finite element analysis. Sufficient code checking shall be done of primary structural members to assure that the buildings will withstand the critical load cases. 1.3. Performing foundation analysis for the buildings. 1.4. Performing a tornado wind and tornado missile analysis for the buildings. 2. Deliverables: Subcontractor shall provide calculations and results of the structural analysis including appropriate sketches in accordance with BSC's procedures, and schedule. LOCATION The work will be performed in Subcontractor's US office. QUALIFICATIONS 1. Education Requirements Minimum Bachelors Degree in Civil/Structural Engineering from an accredited university in the United States. 2. Work Experience Minimum of 5 to 10 years of experience in preparation of finite element models and performing static and dynamic analysis of steel and concrete structures: 3. Computer Skills Experienced in the use computer code GT-STRUDL and knowledge of SASSI computer code. PERIOD OF PERFORMANCE: The estimated RFP issuance date is early part of second Quarter of 2003. The anticipated planned date for award of the Subcontract is later part of second Quarter of 2003. The estimated duration for performance is approximately 9 months from the date of award of the Subcontract. Work may be assigned as multiple tasks, each task having a defined scope of work, performance period and deliverable(s) requirements. SUBCONTRACT TYPE: It is anticipated that firm fixed price tasks will be issued. PRE-QUALIFICATION CRITERIA To qualify to receive an RFP, the respondent must be able to demonstrate and provide documented evidence for substantiation that the respondent can meet the specified requirements, if a positive response is provided to each of the following questions. The respondent must also submit the completed (FAR) Standard Form No. 254, "Architect-Engineer and Related Services Questionnaire," addressing specific areas of expertise and experience subject of this Subcontract. NOTE: Respondent means the firm responding to the Prequalification. 1. Has the respondent completed structural design of nuclear facilities, structures, systems and components conforming to the Nuclear Regulatory Commission's Standard Review Plan and Regulatory Guides and has participated in the process of obtaining a construction/operation license from the NRC? _ YES _ NO If "Yes", provide summary of experience in the form of a business reference list. This business reference listing shall include at a minimum: 1. Respondent Name seeking Pre-qualification 2. Client Name, Address, Contact Name and Telephone Number 3. List of Facilities Designed including dates 4. Subcontract Award Value 5. Type of Subcontract (i.e., lump sum, unit rate, cost reimbursable) 6. Location 7. Period of Performance (start to finish dates) 2. Has the respondent designed nuclear facilities that required soil-structure interaction (SSI) analysis? _ YES _ NO If "Yes", provide a business reference list including the design input peak ground accelerations. Also, identify the software codes used in the design. 3. Has the respondent designed nuclear facilities that required hydrodynamic analysis of water pools or tanks during earthquake ground motions? _ YES _ NO If "Yes", provide a business reference list including the size of water pools and/or tanks 4. Has the respondent designed nuclear facilities for the tornado wind and tornado wind missiles (Spectrum I and II) of the NRC Standard Review Plan, NUREG 0800? _ YES _ NO If "Yes", provide a business reference list including the missile types and design wind speeds 5. Does the respondent have experience in developing finite element models using the structural computer code GT-STRUDL? _ YES _ NO If "Yes", provide a business reference list including the types of structures, systems or components that were designed using GT-STRUDL. 6. Does the respondent have design experience in performance of structures mitigating the effects of heavy load drops? _ YES _ NO If "Yes", provide a business reference list including a list of such analyses and the type of computer software used. 7. Does the respondent have sufficient resources of qualified people, computers and space required to complete the work within the performance period of nine months? _ YES _ NO If "Yes", provide a list of qualified engineers that would be doing the work including their resumes. RESPONSE SUBMITTAL: Electronic and/or faxed responses are required no later than the close of business on or before February 24, 2003 at 4:30 p.m. Pacific Standard Time (PST). Include the name, title, address, telephone number, facsimile telephone number, and E-mail address of the responsible person to whom future communications regarding the pre-qualification and the RFP should be addressed. Address pre-qualifying documentation and all questions concerning this pre-qualification process to: Bechtel SAIC Company, LLC 1180 Town Center Drive Las Vegas, Nevada 89144 Attention: Ms. Derita Hopkins Pre-qualification No: PPD-PQ-011503-001 E-mail: Derita_Hopkins@ymp.gov Fax: (702) 295-2639
- Place of Performance
- Address: Subcontractor's US Office
- Country: United States
- Country: United States
- Record
- SN00242386-W 20030119/030117214100 (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 |