Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 25,1999 PSA#2353

U.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