Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2005 FBO #1426
SOLICITATION NOTICE

Y -- PRE-QUALIFICATION, DESIGN AND CONSTRUCTION SERVICES ?C GATE 510 COMPLEX

Notice Date
10/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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-101905-001
 
Response Due
11/8/2005
 
Archive Date
11/23/2005
 
Description
INTRODUCTION: Bechtel SAIC Company, LLC (BSC) intends to issue a Request for Proposal (RFP) and to subsequently award a Design and Construction Services Subcontract to upgrade the existing Nevada Test Site (NTS) Gate 510 Complex at Lathrop Wells, located approximately 90 miles northwest of Las Vegas, Nevada. The RFP will be made available only to those firms that have been pre-qualified. SCOPE DEFINITION: As part of the Yucca Mountain Repository development efforts, the Department of Energy is requiring that the existing NTS 510 Security Gate, currently located 1 1/2 miles north of US-95 at Lathrop Wells, be upgraded. Successful Subcontractor will be expected to provide complete design and construction of the new Complex based on a conceptual design developed and provided by BSC. The Complex will consist of: a new multi-functional 8,500 square foot office building on an approximate 9-acre site; firewater system with 100,000 gallon fire water tank; potable water system with storage tank; sanitary facilities (leach field); area lighting; security fencing; relocation of meteorological and communication towers; guard station for access control; power and communication; parking area. Details of the proposed Complex layout will be provided with the RFP package. The work will be completed in three (3) Phases and include, at a minimum: PHASE 1 - "Preliminary Design" - Design Development of Concept - Preliminary Engineering - Preliminary Interdiscipline Coordination - Preliminary Calculations - Preliminary Plans Sections and Elevations - Preliminary Specifications PHASE 2 - "Final Design" After review and approval of the preliminary design documents, commencement with final design of the Gate 510 Complex shall proceed. The Work, at a minimum, will include: - Design Development - Final Engineering - Final Interdisclipinary Coordination - Final Calculations - Final Plans, Sections and Details - Final Specifications PHASE 3 - "Construction" After review and approval of the final design documents, Subcontractor will be required to perform construction of the Gate 510 Complex. PERIOD OF PERFORMANCE: The estimated RFP issuance date is November 22, 2005. The anticipated date for award of the Subcontract is January 17, 2006 with a Notice to Proceed provided after receipt of required Submittals. PRE-QUALIFICATION CRITERIA: To be deemed pre-qualified to receive an RFP, Respondents must demonstrate and submit supporting documentation that addresses the minimum required pre-qualification stipulations: 1. Management and Integration. Describe Respondent's overall ability to provide an integrated team effort, which will compliment successful implementation and execution of the design and construction work described in "Scope Definition" above. Does Respondent have the qualifications as stipulated above? __ YES __ NO If yes, Respondent must submit supporting documentation substantiating the experience outlined above. 2. Quality Assurance Program. Respondents shall submit substantiation that Respondent has a Quality Assurance Program (QAP) that meets the requirements of DOE Order 414.1B, Attachment 2, "CONTRACTOR REQUIREMENT DOCUMENT" as applicable to the "Scope Definition" above. Does Respondent have the qualifications as stipulated above? __ YES __ NO If yes, Respondent must submit supporting documentation substantiating the experience outlined above. 3. Safety and Health Program. Respondent shall submit supporting documentation on Respondent's Experience Modification Rate (EMR) evidencing that Respondent's EMR does not exceed 1.0, has been maintained for the previous three (3) years, and shows an improving trend in safety performance. Obtain from your insurance agent/broker/carrier, your intrastate EMRs for the last three rating periods. If you do not have an intrastate rating, obtain your interstate EMRs. If Respondent is self-insured for Workers' Compensation claims, submit a copy of the latest Annual Report that was submitted to the State of Nevada Department of Industrial Relations and/or State of Nevada Certificate of Self-Insurance. If Respondent does not have an EMR, submit a copy of your firm's Loss Runs for the last three years. Should Respondent be deemed pre-qualified to receive an RFP for solicitation, Respondent is cautioned that any lower-tier Subcontractors that Respondent is considering subcontracting with must also meet the same requirements. Does Respondent have the qualifications as stipulated above? __ YES __ NO If yes, Respondent must submit supporting documentation substantiating the experience outlined above. 4. Respondent shall describe the approach to the project including project personnel by discipline, outside consultants, associates, or teaming arrangements. If Respondent foresees performing the work described in "Scope Definition" above as a joint venture or teaming arrangement, Respondent shall provide full and complete information on each of the participating firms, including the proposed working organization/relationship, division of responsibility with particular emphasis placed on the ability of the team to satisfy the evaluation criteria and meet the requirements of the work described in "Scope Definition" above. Does Respondent intend to perform this work in a teaming arrangement or joint venture? __ YES __ NO If yes, Respondent must submit supporting documentation as outlined above. 5. Respondent shall describe and identify the qualifications, experience, and work assignment(s) of Respondent's proposed key personnel and submit resumes of those personnel intended to be proposed (i.e. Licensed Architect/Engineer, Project Manager, Site Superintendent, Safety and Health Representative, Quality Assurance Representative) for the work described in "Scope Definition" above. 6. Respondent must have a minimum of 10 years of design experience performing work of a similar nature. Respondent shall describe the designs produced that are relevant to the subject of this pre-qualification that demonstrates design of similar facilities that have been successfully fabricated, installed, and/or constructed. Additionally, Respondent must demonstrate construction experience for the past 10 years, which best illustrates qualifications relevant to this project. Does Respondent have the qualifications as stipulated above? __ YES __ NO If yes, Respondent must submit supporting documentation substantiating the experience outlined above. 7. Respondent shall provide a minimum of 3 client references for direct relevant experience for projects of a similar nature within the last 5 years. These business references provided shall include, at a minimum: 1. Respondent Name seeking Pre-qualification 2. Client Name, Address, Contact Name and Telephone Number 3. Work Description 4. Subcontract Award Value 5. Value at Subcontract completion 6. Claims Made (if any, including dollar amount and description): 7. Type of Subcontract (i.e., lump sum, unit rate, cost reimbursable) 8. Location 9. Period of Performance (start to finish dates) 8. Respondent shall demonstrate experience and interface with the Department of Energy or other Federal Government entities. Additionally, Respondent shall describe briefly the work currently being performed by Respondent directly for Federal or State Agencies. Does Respondent have the experience as stipulated above? __ YES __ NO If yes, Respondent must submit supporting documentation substantiating the experience and number of years. 9. Respondent must have demonstrated experience in working with local, state and federal regulations/permits required to execute this project. Does Respondent have the experience as stipulated above? __ YES __ NO If yes, Respondent must submit supporting documentation substantiating the experience and number of years. 10. Respondent must have or establish an office in Las Vegas, Nevada. Does Respondent currently have an office in Las Vegas, Nevada? __ YES __ NO If not, does Respondent intend to establish an office in Las Vegas, Nevada? __ YES __ NO 11. Respondent must possess appropriate Professional Licenses in the State of Nevada. Does Respondent possess appropriate Professional Licenses in the State of Nevada? __ YES __ NO EXCLUDED PARTIES LISTING SYSTEM: Respondents shall affirm that their company is not listed on the U.S. Government's List of Parties Excluded from Federal Procurement and Non-Procurement Programs, and confirm that they are not aware of any current action by the Government which would preclude their company for participating in this project. RESPONSE SUBMITTAL: Four (4) hard copies of Respondent's submittals, and one submission via e-mail, are required no later than 3:00 p.m. (PST) on Tuesday, November 8, 2005. Include the name, title, address, telephone number, facsimile telephone number, and e-mail address of the responsible person to whom future communications should be addressed regarding the RFP should Respondent be deemed pre-qualified. Respondent must submit, at a minimum, documentation substantiating that the experience requirements can be met as outlined under the "Pre-qualification Criteria." Partial or incomplete responses will not be considered. If Respondent fails to submit the complete information as required, Respondent will not be considered for further pre-qualification review or receive a RFP for solicitation. Unnecessarily elaborate brochures or other presentations, beyond that sufficient to present a complete and effective pre-qualification package to this notice, are not desired. Elaborate artwork, expensive paper and bindings, and expensive visual and other presentation aids are neither necessary nor wanted. Respondent's documentation shall not exceed a limit of 30 pages. Address pre-qualifying documentation and all questions concerning this pre-qualification process to: Bechtel SAIC Company 1180 Town Center Drive Las Vegas, Nevada 89144 Attention: Fern Stafford, Project Procurement Pre-qualification No: PPD-PQ-101905-001 e-mail: fern_stafford@ymp.gov Fax: (702) 295-0019
 
Place of Performance
Address: Subcontractor's office location and the job site detailed in the
Country: United States
 
Record
SN00918437-W 20051022/051020211821 (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.