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