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