Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 10,1996 PSA#1570

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

R -- PROJECT MANAGEMENT PARTNERING & NON-REACTOR NUCLEAR FACILITY ARCHITECT-ENGINEER SERVICES SOL C30110016-CL. Contact Point, Pat Osterburg, 505/665-2635. 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''. There are two major objectives to this initiative. One objective is to form a partnership for facility project delivery consisting primarily of personnel sharing/teaming in support of Laboratory project management. The project management partnering effort will result in project teams consisting of both laboratory and contractor personnel, teamed together to accomplish project objectives. The partnering initiative may involve all activities associated with facilities project delivery at the Laboratory. The second objective is to obtain design services for non-reactor nuclear facilities. The requested services will require the selected firm to provide all disciplines in order to assist the Laboratory in the management of projects and to perform engineering studies; conceptual designs; Titles I, II and III design services; project planning, scheduling and cost estimates; construction inspection; surveying; seismic analysis; value engineering (including cost benefit analysis and life cycle cost analysis); and other related engineering services. Some projects will involve retrofit design which requires field verification. Personnel from the selected organization shall be able to work closely with Laboratory personnel under budgetary and schedule constraints. The partner organization shall be flexible in its response to Laboratory and DOE requirements. Design and drawings formats, including CADD, will follow Laboratory standards and design documents will require professional stamps. In addition the partner organization shall comply with various DOE orders and requirements, including but not limited to, environmental, safety, health, security, quality assurance, OSHA regulations, etc. The Laboratory intends to award one cost type subcontract with incentive features under this solicitation. The subcontract to be awarded under this solicitation will be for an initial seven year period with options for three successive one-year subcontract extensions subject to (1) sustained subcontract performance by the subcontractor, as determined by the Laboratory; (2) the continued requirement for the services; (3) the availability of funds; and (4) the continuation of services at a fair and reasonable price. Task assignments of varying sizes are contemplated for the subcontract. This procurement is limited to organizations of at least 250 personnel of which at least 200 are design/engineering staff. The Laboratory anticipates a subcontract value based upon: a) a peak requirement of 50 people, minimum requirement of 5 people, and an estimated requirement average of 35 people assigned to the facility project delivery partnering initiative; and b) design of non-reactor nuclear facilities including the: Nuclear Materials Storage Facility, Title design services - Total project estimated cost is $45 M; Chemistry and Metallurgy Research Building Confinement Zone, Title Design services, Total estimated project cost is $55 M; and Capability Maintenance and Improvements Project, Conceptual Design and Title Design Services - Total estimated project cost $300M; however, no warranty is made as to the total amount of services required and the Laboratory reserves the right to not issue any task assignments under the subcontract. Individual task proposals will be requested and negotiated for each nuclear facility design or consulting effort prior to notice to proceed of each task. Award fee/incentive fee performance measures will also be specifically negotiated for each task, the performance measures will be primarily based on meeting cost and schedule objectives. The selected organization will have or will establish an active office in Northern New Mexico. The organization will also have ``Q-cleared'' personnel to perform the subcontract requirements or have the ability to secure ``Q'' access authorization for its personnel assigned to this subcontract. The selected organization will be required to meet the requirements of the DOE's Foreign Ownership, Control or Influence (FOCI). The selection of the finalist firms will be based on the following criteria: I. FACILITY PROJECT DELIVERY PARTNERSHIP: Ability to provide qualified personnel at both management and working levels with the appropriate experience and technical competence with regard to the following project delivery services (not limited to non-reactor nuclear facilities). A. Project Management, B. Engineering Management. C. Construction Management, D. Institutional Planning, E. Project Scheduling, F. Project Cost Estimating, G. Value Engineering, H. Environmental Engineering, I. Document/Records Management, J. Quality Assurance Management, K. Construction Coordination, L. Construction Inspection, M. Project Controls Management, N. Safety Management. Provide resumes of proposed personnel, maximum of one page for each proposed person. Provide name, address and telephone number for client contracts. Also provide a listing of total resources within the organization subdivided by the categories listed above and further subdivided into numbers of personnel with nuclear facility experience and without nuclear facility experience. II. NON-REACTOR NUCLEAR FACILITY DESIGN: Ability to provide qualified personnel with the appropriate experience and technical competence with regard to the following design and support disciplines. A. Engineering Project Management, B. Architect, C. Civil Engineer, D. Draftsperson/CADD Operators, E. Electrical Engineer, F. Estimators, G. Fire Protection Engineer, H. Industrial/Manufacturing Engineer, I. Instrumentation and Controls Engineer, J. Mechanical Engineer, K. Nuclear (criticality) Engineer, L. Piping Engineer, M. Process Engineer, N. Project Controls, Specialist, O. Project Controls Manager, P. Quality Assurance Engineer, Q. Quality Assurance Manager, R. Radiological Engineer, S. Seismic Engineer, T. Special Processes (i.e. Gloveboxes) Engineer, U. Structural Engineer. Provide resumes of proposed personnel, maximum of one page for each proposed person. Provide name, address and telephone number for client contacts. Also provide a listing of total resources within the organization subdivided by the categories listed above and further subdivided into numbers of personnel by category with nuclear facility experience and without nuclear facility experience. Also note the number of registered professional engineers within each category. III. CORPORATE EXPERIENCE: Experience and technical competence of the firm in providing the following services with regard to nuclear facilities. A. DOE Facilities, B. Nuclear Facility Upgrades, C. Titles I, II and III Design Services, D. Conceptual Designs, E. Engineering Studies, F. Project Planning, Scheduling and Cost Estimates, G. Seismic Analysis, H. Value Engineering, I. Process engineering including glove box lines, J. Project Management for Others, K. Construction Management, L. Partnering Initiatives. Provide a list of all relevant experience /projects over the last 10 years. Provide descriptions (maximum of 2 pages for each relevant project, maximum of 10 projects) of recently accomplished or ongoing work performed as a team by the parent organization and consultants (if applicable) which best demonstrates similarity and relevance to the above criteria. Provide name, address and telephone number for each client contact. IV. ORGANIZATION AND MANAGEMENT: a. Specific experience and qualifications of the proposed manager for the New Mexico office to be assigned to the subcontract, including: 1. Experience in working with the proposed team; and 2. Management skills and abilities in planning, organizing and executing multiple projects; b. Proposed project organization; proposed delegations of responsibilities and authority; and specific authority of the proposed manager for the New Mexico office; C. Depth and size of the organization so that periods of high task order activity can be performed in an adequate manner; availability of adequately qualified personnel from the proposed organization (i.e., the parent organization, joint-venture, consultants); and ability to assign an adequate qualified personnel from the proposed organization (i.e., the parent organization, joint-venture, consultants); and ability to assign an adequate number of qualified personnel from the proposed organization; D. The organizations Quality Assurance (QA) program and the specific experience with QA requirements, particularly in nuclear facilities. E. Firms commitment to a minimum of 20% small business and 5% small disadvantaged business participation. F. Location of proposed organization and support offices. Qualifying organizations shall submit six (6) copies of their responses to the selection criteria, along with Standard Form 254 and Standard Form 255. Responses are due May 6, 1996. Firms shall respond to the selection criteria in the same order than the criteria was specified above. Responses shall be limited to no more than 130 pages of text and data; however, this last limitation does not pertain to the SF-254 and SF-255. Firms are strongly encouraged to request a preferred proposal format by faxing (505) 667-1196, the preferred format will be faxed to requesting firms as soon as possible thereafter. The selection of the finalist firms will be based on the criteria contained herein. Following evaluation of the responses, all of the firms will be advised if they are being considered as a finalist firm. Interviews will be scheduled with finalist firms. In addition, finalist firms will be required to submit additional information including cost data, organizational cross-training initiatives, and Northern New Mexico economic enhancement initiatives for evaluation. Please note that the cost information, organizational cross-training initiatives, and economic enhancement initiative information will be specifically requested from finalist firms only. Selection of the firm for negotiation and award of subcontract will be based upon the criteria stated herein, evaluation of information submitted by finalist firms, and the results of the interviews. Finalist firm will be required to demonstrate the 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, etc. Subcontract award is expected no later than September 30, 1996. No other notification of this solicitation will be made. Inquiries regarding this solicitation may be directed to Pat Osterburg (505) 665-2635. Responses to this solicitation shall be mailed to: Los Alamos National Laboratory, BUS-3, Mail Stop P274, Attn: Pat Osterburg, P.O. Box 1663, Los Alamos, NM 87545. (095)

Loren Data Corp. http://www.ld.com (SYN# 0077 19960409\R-0014.SOL)


R - Professional, Administrative and Management Support Services Index Page