Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 20,1998 PSA#2077

Fluor Daniel Northwest, 1100 Jadwin, PO Box 1050, MSINB4-70, Richland, WA 99352

C -- DESIGN/CONSTRUCT ELECTRICAL POWER SYSTEM FOR PROJECT W-519, PRIVATIZATION PHASE I INFRASTRUCTURE SUPPORT FOR THE DEPARTMENT OF ENERGY, HANFORD SITE, WASHINGTON. SOL 100501-9-K00044-RP DUE 050598 POC A.F. (Tony) Gasperino, Contract Administration, 509-376-6791 E-MAIL: Contracting Officer e-mail address., a_f_tony_gasperino@rl.gov. DESIGN/CONSTRUCT ELECTRICAL POWER SYSTEM FOR PROJECT W-519, PRIVATIZATION PHASE I INFRASTRUCTURE SUPPORT FOR THE DEPARTMENT OF ENERGY -- HANFORD SITE, WASHINGTON. Fluor Daniel Northwest (FDNW), RFP No. 100501-9-K00044-RP is scheduled for release between 1 -- 15 June 1998. This project is for an Electrical Power System which will provide up to 50 megavoltamperes (MVA) of electrical power. The project involves an extension of the existing 230kV transmission system (approximately 11 km of extension) into a 230-13.8kV substation which also includes a switchyard, switchgear building for housing 13.8kV switchgear and other substation control/relaying equipment. The successful offeror will be responsible for the preparation of civil, structural, HVAC, fire protection/suppression, electrical and instrumentation detailed design, design analysis/calculations, procurement/construction specifications and equipment and material supplies. The offeror will also prepare and perform Acceptance Test Procedures. The substation is to be located within the 200 East area at the Hanford Site. This is a controlled access area approximately 48 kilometers northwest of Richland, Washington. A lump sum Fixed Price contract is contemplated with an estimated value from $10,000,000 to $12,000,000 and a duration of approximately 24 months. Interested offerors who can meet all of the pre-qualification criteria stated below are invited to submit an expression of interest letter to the address stated herein to be received no later than 24 April 1998, followed by submittal of a response to the prequalification criteria which is to be received no later than 5 May 1998. Offerors' response shall be a project experience list that meets the criteria listed below. The list shall include: a) project name, brief description of work performed; b) location; name and telephone number of the project client; c)total value of work performed by prospective Offeror; d) period of performance (scheduled and completed); e) type of contract, e.g., FFP, EPC, etc. The criteria are: 1. Projects with similar design/construct work on electrical power systems. The Offeror must have performed 50% of the contract value of at least two projects. 2. Projects with similar design/construct work on 230kV transmission lines and substations. The Offeror must have performed 50% of the contract value of at least two projects. 3. Projects with installation and testing of Supervisory control and Data Acquisition systems (SCADA). 4. Projects performed at Government sites under DEAR or FAR regulations. 5. Projects performed within the past five years with individual minimum values of $3,000,000. 6. Providing workman's compensation risk rating or Experience Modification Rates on provider's (state) letterhead for the past five years (including current year), or for as many years as the Offeror has been in existence. Include total number of employee hours worked by company employees for each of the past five years, or as many years as the company has been in existence. Submit OSHA200 log year-end summaries (signed and dated by a company representative) for each of the past five years, or for as many years as the company has been in existence. Submit copies of transmittal letters describing the outcome and number of violations, if any, for each OSHA/WISHA inspection in the past five years. Indicate the number of inspections and the number of violations. If Offeror has not had any inspections, or had inspections with no violations, state in prequalification. Also include main (one) Standard Industrial classification (SIC) number. 7. Certification that Offerors have adequate financial resources to perform the Work contemplated and can provide bonding requirements (minimum $15,000,000). Offerors are advised that funding is not currently available for this project. Funding is anticipated to be available at the beginning of GFY 99. Offerors are also advised a site tour is mandatory. Offerors may fax or mail an Expression of Interest Letter (due no later than 24 April 1998) followed by submission of the Prequalification information on Company letterhead (due no later than 5 May 1998) to: Mr. A. F. Gasperino, MSIN B4-70, Fluor Daniel Northwest, 1100 Jadwin, P.O. Box 1050, Richland, Washington, 99352. Telephone (509)376-6791; Fax (509)372-3334. Offerors judged meeting the criteria by the Project Team will be sent an RFP package between 1 -- 15 June 1998. (0105)

Loren Data Corp. http://www.ld.com (SYN# 0030 19980420\C-0008.SOL)


C - Architect and Engineering Services - Construction Index Page