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