Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 30,1996 PSA#1605

Westinghouse 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