Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2004 FBO #1095
SOURCES SOUGHT

Y -- DESIGN BUILD SENSOR TEST TRACK

Notice Date
11/23/2004
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of Energy, Bechtel Nevada Corp (DOE Contractor), Bechtel Nevada, PO Box 98521, Las Vegas, NV, 89193
 
ZIP Code
89193
 
Solicitation Number
SST-00002-CC-05
 
Response Due
12/15/2004
 
Archive Date
12/30/2004
 
Description
Bechtel Nevada is seeking General Contractor sources that can provide for the design and construction of the following facility at the Nevada Test Site, Area 6, Mercury, Nevada. One facility with options of motor driven wheeled vehicle or linear motor powered carriage are envisioned. Consists of a straight-line track of seller?s design approximately 100 meters long passing between loading-dock-height portal mounting platforms (designed and installed by others). The facility will include a bi-directional carriage capable of carrying a softball sized radioactive source from 0.25 feet to 16 feet above the platform surface on a mast with a maximum source weight of ~2 kg. It will be capable of transporting the radioactive source at controllable speeds past multiple sensors (by others) with the source installed at variable vertical heights. No change of source height is required during carriage motion. The carriage will be capable of remote computer-controlled and pre-programmed speed and direction. Velocity capability is from 1 m/s to 2.2 m/s within ? 10% for current standard with capability to travel at 15.6 m/s for future standards tests. Stated in other units, the speed must be adjustable from slow walking speed (~2 miles per hour) to 35miles per hour. Carriage should repetitively run the following cycle: Accelerate to chosen speed in a minimum distance, maintain that speed for 30 meters centered on the test platform, decelerate in a similar distance, reverse and repeat the process in the opposite direction. Sensors capable of determining the speed and height of the source on the moving carriage and delivering that information with time stamping to a stationary data collection point are to be included. Life operating and maintenance cost will be a consideration. ****Any resultant subcontract will require the contractor to be signatory to Bechtel Nevada Project Labor Agreement for Construction. This agreement can be found at the following site: http://www.bechtelnevada.com/ppmgt/const_main.htm**** It is anticipated the formal Request for Proposal package will be issued in January 2005 to pre-qualified sources. INTERESTED PARTIES WISHING TO PRE-QUALIFY FOR RECEIPT OF A PROPOSAL PACKAGE WILL BE EVALUATED BY SUPPLYING THE FOLLOWING INFORMATION IN ACCORDANCE WITH THE BELOW LISTED EVALUATION CRITERIA NO LATER THAN DECEMBER 15, 2004. Pre-Qualification Evaluation Criteria: 1. Design Capabilities: Provide a complete Standard Form 330, ?Architect-Engineering Qualifications? which identifies company qualifications demonstrating capabilities to fulfill the requirement identified in the description above. 2. Safety Experience: The proposer must demonstrate the effectiveness of its Safety and Health programs by providing a copy of their program. In addition a 36 month OSHA violation and accident history (or the history this company has available); its 36 month MSHA violation and accident history (or the history this company has available); the MSHA Total Incident Rate. The evaluation will focus on the Offeror?s Interstate Experience Modification Rate (EMR) for the three most recent years and the use of the Offeror?s OSHA and MSHA history for the last three reported years. An EMR rate greater than one may be cause for rejection. 3. QA/QC Program: The proposer must submit an implemented Quality Assurance Program commensurate with the scope of the activities for the required work to meet the requirements of DOE Order 414.1A. 4. Company Experience/Past Performance: Proposer and any lower?tier subcontractors (if applicable) shall have a minimum of five (5) years experience and shall demonstrate company experience in projects similar to this requirement. Provide number of years the company has been in business and similar projects current and within the past 5 years. Past Performance information shall include project description, dollar magnitude, completion date (if the date was extended the circumstances), contract number, and point of contact information. 5. Key Personnel: Provide a listing of key personnel with functional responsibilities which adequately addresses the disciplines as described in the requirement. Submit resumes for the management team (Project Manager/Superintendent), Design Engineers, and Safety Representatives. Identify whether certifications are currently held by the proposed staff or must be obtained, i.e., Nevada registered Engineers, etc.
 
Place of Performance
Address: Nevada Test Site, Area 6, Nye County, Nevada on Federal land controlled by the National Nuclear Security Administration (NNSA),
Zip Code: 89023
Country: USA
 
Record
SN00712171-W 20041125/041123211721 (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.