Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 2,1996 PSA#1650

Lawrence 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