|
COMMERCE BUSINESS DAILY ISSUE OF MAY 25,1999 PSA#2353U.S. Department of Energy, Savannah River Operations Office, Contracts
Management Division, P.O. Box A, Aiken, South Carolina 29802 Y -- CONSTRUCTION OF REGULATORY MONITORING AND BIOASSAY LABORATORY SOL
QB00242K POC Mary Yerace, Telephone (803) 952-6102 Westinghouse
Savannah River Company (WSRC), Management and Operating contractor, and
Bechtel Savannah River, Inc. (BSRI), Construction Management, for the
U.S. Department of Energy's (DOE) Savannah River Site located near
Aiken, South Carolina, are seeking expressions of interest from
potential subcontractors for project construction of a new Regulatory
Monitoring and Bioassay Laboratory (RMBL). This construction will be a
one-story laboratory facility of approximately 36,500 sq. ft. of
laboratory space and 21,000 sq. ft of administrative and support areas,
with a partial basement of approximately 17,500 sq. ft. This work also
includes an Auxiliary Building (approximately 7,800 sq. ft) that
contains a Wastewater Treatment Facility (WTF), major electrical and
mechanical equipment. Landscape development and other site improvements
are also required. The lab facility work includes a structural-steel
frame on poured isolated spread footings with a concrete slab floor.
The building exterior consists of split-face concrete block and
insulated metal panels, with a ribbon of windows on the north, west and
east sides. The auxiliary building work includes a pre-engineered metal
building on poured spread footings with a concrete slab floor.
Construction includes all ancillary building utilities, including, but
not limited to, electrical, mechanical, HVAC, plumbing and gas
services. Chemical fume hoods and other laboratory furnishings may also
be provided and/or installed by the Subcontractor. The work shall be
conducted in three phases: (1) Phase One: Design and Engineering -- The
Subcontractor shall provide all design and engineering services
necessary to prepare construction and engineering documents per the
Drawings and Specification. (2) Construction -- The Subcontractor shall
procure materials and develop detail work plans to assure orderly
progression of activities. The Subcontractor shall furnish all labor,
materials, and construction services not otherwise identified as
Government-furnished Equipment orServices. The Subcontractor shall
provide all Quality Control examination and testing of equipment
systems. (3) Construction Acceptance -- Testing and Functional
Demonstration -- After the completion of the installation of component
testing, each system shall be functionally demonstrated by the
Subcontractor in all expected operating modes. Subcontractor shall
provide hands-on and classroom training for SRS personnel after
functional demonstrations and prior to start-up. This will be a Firm
Fixed price Subcontract with estimated price of more than $10 million.
The term of the Subcontract is expected to be approximately two years,
with an expected start in October 1999. The project will be located in
Site General Access area. In order to be awarded a Construction
Subcontract, Subcontractor must be able to provide Performance and
Payment Bonds, Insurance in the required limits, and be able to
demonstrate relevant experience in the work listed. Successful offerors
will be required to become signatory to aproject labor agreement as a
condition of award. In addition, only those firms who have a
demonstrated safety performance equal to the following standards shall
be eligible for award: (a) a three year average Interstate Experience
Modification Rate (EMR) of 1.0 or less, and (b) a three year average
Total Recordable Case Rate (TRC) of 9.5 or less. Firms must submit a
letter from their Workman's Compensation Insurance Carrier to certify
the EMR performance. Firms who do not meet the stated minimum
requirements, or have less than three years of demonstrated safety
performance as measured by EMR and TRC standards, will be considered
non-responsive. A fee of $100.00 is required for the plans and
specifications for this solicitation. Send check payable to
Westinghouse Savannah River Company, P.O. Box 60379, Charlotte, NC
28260-0379, ATTN: WSRC Accounts Receivable. Expressions of interest,
along with checks for the applicable fee must be received by WSRC on or
before June 25, 1999. Reference Solicitation Number QB00242K on the
check or check stub. The fee is non-refundable. Requests received after
June 25, 1999 will be honored only if sufficient sets of plans are
available. An information copy of the expression of interest may also
be sent by facsimile to Bechtel Savannah River, Inc., ATTN: Mary
Yerace, (803) 952-6160. This is a request for expressions of interest;
this is not a request for proposal for a formal subcontract. Posted
05/21/99 (W-SN334502). (0141) Loren Data Corp. http://www.ld.com (SYN# 0087 19990525\Y-0014.SOL)
Y - Construction of Structures and Facilities Index Page
|
|