SOURCES SOUGHT
N -- CONSTRUCTION/INSTALLATION OF AIRFIELD LIGHTING AT THE YUCCA LAKE IMPROVEMENT PROJECT
- Notice Date
- 12/7/2004
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors
- Contracting Office
- Department of Energy, Bechtel Nevada Corp (DOE Contractor), Bechtel Nevada, PO Box 98521, Las Vegas, NV, 89193
- ZIP Code
- 89193
- Solicitation Number
- 9995-ARS-04
- Response Due
- 12/28/2004
- Archive Date
- 1/12/2005
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A SOURCES SOUGHT NOTICE. THIS REQUIREMENT IS SET-ASIDE FOR SMALL BUSINESS. RESPONSE DUE: 12/28/04 Bechtel Nevada is seeking Electrical Subcontractor sources that can provide construction/installation of airfield lighting for a new runway at the Nevada Test Site (NTS)in Nye County, NV located 95 miles northwest of Las Vegas, NV. The NTS is federal land controlled by the National Nuclear Security Administration. Scope of work includes installation of airfield lighting and accessories for the Yucca Lake Airfield Improvement Project including runway and taxiway edge and end marker lighting, a Precision Approach Path Indicator system for runway and setting of aircraft approach angle, lighted wind cones, electrical distribution system from the hangar main distribution panel and procurement and installation of all bulk materials required for a 5,300 ft long x 75 ft wide runway with an approximately 76,000sf apron and taxiway. The following minimum requirements must be satisfied for proposals to be accepted. SAFETY PROGRAM: SUBCONTRACTOR must provide a copy of its Safety Program that clearly states the company's commitment and understanding of health and safety issues. The program must demonstrate the company's health and safety requirements and the processes for implementation. Successful proposer will be required to develop and implement a plan specific to the project. In addition, SUBCONTRACTOR will be required to provide its Interstate Experience Modification Rate (EMR) for the three most recent years. Any EMR greater than one must be accompanied by an explanation and may be grounds for rejection of proposal. QUALITY PROGRAM: SUBCONTRACTOR must provide a copy of its Quality Program that clearly describes how quality will be incorporated into the entire scope of the project beginning with the proposal and extending through the construction phase to project close out. The program shall demonstrate an understanding and processes used for the inspection and testing, as well as, specify who will perform these functions including a description of their expertise/accreditation/methods. Minimum criteria will be provided to develop a project specific plan for implementation. SCHEDULE: SUBCONTRACTOR must provide a proposed construction and installation schedule that clearly presents the SUBCONTRACTOR's plan for satisfying the project completion deadlines required. The schedule must present the critical milestones that clearly demonstrate an understanding of the construction and installation schedule. PAST PERFORMANCE: SUBCONTRACTOR will be required to provide a history of similar projecs successfully completed. Past oerfirnance questionnaires will be included in the request for proposal and are to be completed and submitted by the SUBCONTRACTOR's references. The SUBCONTRACTOR will be evaluated on its performance under existing and prior contracts and/or subcontracts for similar services. Particular attention will be paid to Customer Satisfaction, Quality of the Product or Service, Timeliness of Performance, and Safety and Health History. PROJECT LABOR AGREEMENT: SUBCONTRACTOR and ALL lower tier subcontractor's will be required to be signatory to the 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 that the formal RFP package will be issued between February-March 2005 to interested sources. Interested parties wishing to receive a proposal package must contact the Primary Point of Contact via email and acknowledge the requirements of this notice no later than December 28, 2004.
- Place of Performance
- Address: Nevada Test Site, Mercury, NV
- Zip Code: 89023
- Country: USA
- Zip Code: 89023
- Record
- SN00717793-W 20041209/041207211701 (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 |