|
COMMERCE BUSINESS DAILY ISSUE OF MAY 30,1996 PSA#1605Westinghouse Savannah River Company, P.O. Box 616, Building 730-4B,
Room 1002, Aiken, SC 29808 C -- ARCHITECT-ENGINEER SERVICES POC Art Glassman, Telephone (803)
952-9832, Fax (803) 952-6095. Westinghouse Savannah River Company
(WSRC), management and operating contractor for the U.S. Department of
Energy's (DOE) Savannah River Site located near Aiken, South Carolina,
is seeking Statements of Qualifications and Experience from potential
subcontractors for project design, engineering and construction support
services for a plutonium storage facility. The services will include
the completed detailed design and construction inspection services for
a new Actinide Packaging and Storage Facility. This facility will be
used for the safe, secure, and cost effective storage of plutonium
metals and oxides at the Savannah River Site. This facility will
provide for the thermal stabilization and repackaging of the special
nuclear material to meet the DOE-STD-3013-94 criteria for the storage
of plutonium metal and oxides. The facility is to be a new 40,000 sq.
ft. (approx.) structure consisting of a 23,000 sq. ft. (approx.)
hardened structure and a contiguous 17,000 sq. ft. (approx.) soft
structure containing offices, support functions, and administrative
services. The construction portion of this project, including
engineered equipment, is estimated at $70 million. Design services
required will include development of drawings and specifications of the
procurement of a fixed price construction subcontract, follow-on
construction support service, development of construction cost
estimates, and required engineering services which are necessary to
support the design. Additional designs may be requested. WSRC will
obtain, for the Government, the rights to the data and design produced
under the resultant subcontract to permit construction of identical or
similar structures at other Government facilities. This will be a Firm
Fixed price subcontract for the design and engineering services and
specified construction support. A Time & Materials or unit price
arrangement is envisioned for the inspection and construction support
required beyond that previously identified. The term of the subcontract
is expected to be approximately 5 years, with an expected start in
January 1997. The detailed design must be completed in one year or
less. The project will be located in a Property Protection Area that
will be subject to DOE security controls and directives. The design
work will involve access to and possibly development of sensitive
and/or classified information. Security clearances will be necessary
for those persons having access to this information and/or requiring
repeated access to those areas. It is not necessary for firms to have
cleared personnel at this time in order to be considered for the design
services. Joint venture, partnership, or subcontracting arrangements
will be considered and evaluated based on the ability to successfully
demonstrate the strengths of the project organization and
interdependence of the members to provide a quality design effort. The
evaluation criteria to be used in the selection are as follows, ranked
in order of importance, noting that criteria four (4) through (6) are
of equal importance: 1) Company experience, including that of team
members, with designs of a similar nature to include expertise in
Safeguards & Security, Material Control & Accountability, Criticality
Safety, Remote Material Handling, Process Safety Management, the
nuclear quality assurance requirements of NQA-1, Health Physics design
experience including ALARA considerations, and other special nuclear
requirements; 2) Specific experience and qualifications of key
personnel, including consultants and subcontractors, proposed for
assignment to the project including (a) experience in providing similar
services on other nuclear projects, (b) availability of an adequate
number of qualified personnel to meet project schedule objectives, and
(c) experience in working together as an overall integrated project
team that facilitates design and construction; 3) Demonstrated
experience to handle classified Government information in a secure
facility; 4) Proposed Project Management and control systems which
define the firm's ability to complete the design phase in 12 months or
less; 5) Experience and demonstrated success in applying Value
Engineering techniques to a project of a similar nature; and 6)
Adequacy of equipment (e.g., CAD station) and facilities to support
this project as well as the establishment of a liaison office in the
Central Savannah River Area. Firms desiring consideration should submit
an original and three (3) copies of their data consisting of a specific
response to each evaluation criteria and a proposed organization chart
along with Standard Forms SF-254 and SF-255. The firm selected for
this work will be excluded from being awarded the construction
subcontract(s). Responses to this notice must be received by 2:00 p.m.
EDST, June 24, 1996. Prospective suppliers submitting an SF-254 and
SF-255 will be identified and expected to make oral presentations and
answer questions during the week of July 29, 1996, in the Augusta,
GA/Aiken, SC area or at the Savannah River Site. Two or more firms will
then be selected to submit Price Proposals. Elaborate and/or voluminous
submissions are neither required or desired. The requested documents
can be sent to Westinghouse Savannah River Company, ATTN: Art Glassman,
P.O. Box 616, Building 730-4B, Room 1002, Aiken, SC 29808. This is a
request for statements of qualifications and experience; this is not a
request for proposal. (144) Loren Data Corp. http://www.ld.com (SYN# 0025 19960529\C-0010.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|