|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 2,1996 PSA#1650Lawrence Livermore National Laboratory, Lasers Procurement Team, L-443,
P. O. Box 808, Livermore, CA 94551 Y -- NATIONAL IGNITION FACILITY (NIF) POC A. V. Davis, 510/423-2118 or
Jane Randolph, 510/423-2338 The University of California, Lawrence
Livermore National Laboratory, seeks sources for construction of the
National Ignition Facility (NIF) conventional facilities. This project
will be ''fast tracked'' and may employ an owner controlled insurance
program, fixed price award fee subcontracts, partnering, alternative
dispute resolution procedures, prevailing wages, standardization of
jobsite conditions, and other management tools in order to achieve cost
and schedule objectives. The NIF project conventional facilities will
be packaged into nine (9) distinct subcontracts as follows (dollar
amounts are rough order of magnitude): 1) Site preparation including
13.8kV underground and overhead electrical relocation, relocation of a
triple wide and single wide trailer ($1M); 2) Sitework including mass
excavation and recompaction of approximately 175,000 CY within 60
calendar days, construction of a 10' high by 400' long concrete
retaining wall, removal of concrete encased electrical ductbank,
security fencing relocation/installation, installation of 24'' and
36''X40' deep drilled concrete piers, installation of 800 linear feet
of 42'' cast-in-place or RCP storm drain, construction of cast in place
concrete subterranean exit corridor ($4M); 3) Foundation concrete
including concrete footings and grade beams, mat foundation slabs which
are approximately 4000 CY mass pours, concrete buttresses, anchor
bolts, embedded miscellaneous iron, building grounding system,
mechanical and electrical rough-in work embedded in the concrete
($15M); 4) Building shell including major structural steel, girts,
insulated metal siding, metal decking and roofing ($18M); 5) Turnkey
construction of the 25,000 sf Optics Assembly Building and Central
Plant with 4 each 1100 ton chillers and cooling tower and gas fired
boiler ($20M); 6) Target Building and Laser Building concrete
(approximately 20,000 CY) consisting of walls, slab on grade, elevated
slabs and slab on metal deck including embedded miscellaneous iron,
building grounding system, mechanical and electrical rough-in work
embedded in the concrete ($30.0M); 7) Finish of Laser Building
including electrical, HVAC, plumbing, fire protection, fire alarm,
fireproofing, doors & frames, access flooring, metal studs & drywall,
taping, acoustical, painting, floor and wall finishes, bridge cranes,
elevators, site utilities, paved roadways and parking lots, curb &
gutter, site lighting, landscaping and clean corridor to the Optics
Assembly Building, ($40M); 8) Finish of Target Building including
electrical, HVAC, plumbing, fire protection, fire alarm, fireproofing,
doors & frames, painting, floor and wall finishes, bridge cranes,
elevators and site utilities ($20M); 9) Turnkey construction of
Diagnostics Building including footings and grade beams, anchor bolts,
embedded miscellaneous iron, slab on grade, structural steel, girts,
insulated metal siding, metal decking, roofing, slab on metal deck,
building grounding system, electrical, HVAC, plumbing, fire protection,
fire alarm, fireproofing, doors & frames, metal studs & drywall,
taping, acoustical, painting, floor and wall finishes, elevator, site
utilities ($10M). Major electrical and mechanical equipment will be
provided as government furnished equipment (GFE). LLNL will pre-qualify
all prime construction subcontractors who perform work on the
conventional facilities. Firms responding to this announcement shall
identify which subcontract package they are interested in and mail a
completed Contractor's Qualification Statement (AIA Document A305, 1986
edition) along with a one page narrative in order to be considered for
a short list. The narrative must include the company's EMR for the
last three (3) years plus a description of previous projects with
similar aspects. Submit one Contractor's Qualification statement and
previous experience narrative for each package for which your firm
wishes to be considered. A short list will be developed for each
package from those companies submitting qualification statements. The
short listed companies will be requested to make a presentation to
project personnel regarding their qualifications. A sufficient number
of qualified subcontractors will then be chosen to competitively bid
each subcontract package. Those subcontractors who fail to provide the
AIA document and any required information will not receive further
consideration. Facsimile and telephone responses will not be accepted.
All qualification documents must be received no later than close of
business three (3) weeks after publication in the CBD. This notice is
to assist the University in determining sources only; no solicitation
is currently available. (0213) Loren Data Corp. http://www.ld.com (SYN# 0181 19960801\Y-0046.SOL)
Y - Construction of Structures and Facilities Index Page
|
|