Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 15,1996 PSA#1552

University of California, Los Alamos National Laboratory, P.O. Box 990, BUS-3, Mail Stop P274, Los Alamos, New Mexico 87545

R -- FACILITY RENOVATION DESIGN Sol. B39190016-CH. Contact Point, Linda L. Baker, 505/667-9220. The Los Alamos National Laboratory, operated by the University of California for the Department of Energy (DOE), Los Alamos, New Mexico, hereinafter referred to as the ``Laboratory'', requires Architect-Engineer (A-E) Services to provide appropriate disciplines to complete Title I and Title II designs, and Title III services on a non-reactor, nuclear facility upgrade. This notice is targeted for firms dominant in the field of nuclear facility design and construction. The project is titled the CMR Upgrades: Seismic and Tertiary Confinement. The Chemical and Metallurgy Research (CMR) Building is the largest structure at the Los Alamos National Laboratory. This three-story, concrete structure contains 550,000 square feet of laboratory, office and support space. The floors consist of lightly reinforced concrete joist construction. The lateral framing system is a combination of shear walls and moment-resisting frames. Construction was completed in 1952 using the 1949 UBC. Due to the age and continuing mission requirements for this facility, upgrading of the building to meet modern DOE seismic codes is required. The scope of work is development of seismic structural bracing modifications, and appropriate upgrades to insure that the exterior shall perform as a tertiary confinement barrier. The estimated cost range of construction is between $5M and $10M. The Laboratory's environmental safety and health (ES&H) group will require radiation I or II training, hazardous worker training, and site specific training. Foreign Ownership Control and Influence certification will also be required. The selection of firms for further consideration will be based on the criteria stated below, and possibly other information obtained by the evaluating committee, Only those firms determined to be technically superior will be chosen. I. Seismic analysis of NRC or DOE regulated non-reactor, nuclear facilities (buildings) using advanced dynamic computer modeling capabilities. Submit 4 examples of experience with each of the following: A. Analysis of existing non-reactor, nuclear structures using NRC or DOC seismic design criteria. B. Analysis of new or proposed non-reactor, nuclear structures using current NRC or DOE seismic design criteria. II. Proven seismic bracing retrofit experience of existing non-reactor, nuclear structures. Key areas of interest include addition of bracing members at non-reactor, nuclear facilities during operation, without schedule disruption or cost over-run. Submit 5 examples of experience with each of the following: A. Pre-modification walkdowns to locate existing interferences and restrictions, to develop a planned methodology to install additional bracing without interruption to facility operations. B. Evaluations of seismic analytical data to install the most overall cost-effective bracing system. Provide specific examples reviewing potential cost over-run possibilities for tedious, labor-intensive work, compared to lower-risk, simple, robust construction. III. Previous experience in design and construction support of seismic upgrades. Provide a minimum of five (5) projects, recently designed and similar in scope to the seismic bracing of the CMR facility. The projects shall have been designed within the last 8 years. Provide the following information for each project (use one page for each project): 1. Name, location, and description of project; 2. Name, address, telephone number of owner's representative; 3. Dates of preliminary and final designs; dates of construction and readiness assessment or operational readiness review; 4. Engineering Cost; 5. Construction cost; 6. A list of alternative bracing schemes considered; 7. Number of field modifications or design adjustments required during construction; 8. Whether installation was completed in an operational or non-operational facility. IV. Maintenance of quality throughout the design and construction process will be required. The emphasis on quality in the firm's procedures is of interest. Submit the following information: A. Internal Quality Assurance Program: Upon what standard does the firm base its QA program? Provide evidence of the internal procedures used for computer software validation. B. Computer Quality Assurance Program: The development of the seismic model for bracing this facility will receive extraordinary scrutiny from a series of review boards, prior to preparation of the final design drawings. In order to successfully complete the reviews on schedule, the engineering analysis and design recommendations must be derived from accurate modeling, and concise decision making. Provide a sample of quality assurance audit or inspection reports conducted by internal or external groups for the five projects supplied in III. C. Project Team Definition: Submit the qualifications and experience of the proposed project team to be assigned to this project (this shall be limited to one page per person.): For each member of the project team, list the following information in chart form: 1. Name and education; 2. Proposed project position; 3. Total number of years of professional experience in proposed position; 4. Total number of years with firm; 5. Number of similar projects completed with this firm; 6. A list of current structural engineering registrations. Qualifying firms shall submit six (6) copies of their responses. Responses are due 30 calendar days from the date of this publication. In order to qualify for consideration, the firm must have, or be willing to establish, a project office within 150 miles of Los Alamos, New Mexico. The intent of this requirement is to ensure the project team has maximum access to the CMR building for communication and coordination. Firms shall respond to the selection criteria in the same order that the criteria were specified. In addition to the Standard Forms 254 and 255, responses shall be limited to approximately 50 pages, 8 1/2 by 11 inches, single sided, of text and data, using 12 point font. Response shall be furnished in 3 ring binders. Any one overall criterion rating of unacceptable may eliminate the firm from further consideration. Following evaluation of the responses, all the firms will be advised whether they are being considered for further evaluation. The CBD notice is not a request for proposal. Finalist firms will be sent a Request For Proposal which will include a statement of work, design criteria, and reference drawings. Proposals shall include technical approach and cost of services. Please note that technical approach and cost proposal information will only be requested from finalist firms. Evaluation criteria for the proposals will be defined in the Request for Proposal. The finalist firms shall be required to demonstrate adequacy of its accounting system and its financial stability by providing copies of recently audited financial statements, successful completion of a recent DCAA and/or other governmental financial audit. Subcontract award is tentatively scheduled for August 1996. No other notification of this engineering requirement will be made. Inquiries regarding this solicitation may be directed to Linda Baker, at (505) 667-9220. Responses to this solicitation shall be mailed or hand delivered to: Los Alamos National Laboratory, BUS-3, Mail Stop P274, ATTN: Linda Baker, P. O. Box 990, Los Alamos, NM 87545. Post marks will be evidence of delivery within the deadline specified. (071)

Loren Data Corp. http://www.ld.com (SYN# 0063 19960314\R-0010.SOL)


R - Professional, Administrative and Management Support Services Index Page