Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 2, 2001 PSA #2780
SOLICITATIONS

C -- ARCHITECT AND ENGINEERING SERVICES FOR TEST CAPABILITIES REVITALIZATION

Notice Date
January 31, 2001
Contracting Office
Sandia National Laboratories, 1515 Eubank Southeast, Mailstop:0222, Albuquerque, NM 87185
ZIP Code
87185
Solicitation Number
2431
Response Due
March 1, 2001
Point of Contact
Christine Gillespie (505) 844-0138
E-Mail Address
Christine Gillespie, Sandia Contracting Representative (ctgille@sandia.gov)
Description
Sandia National Laboratories (Sandia), in Albuquerque, New Mexico intends to contract for architectural and engineering services to prepare facility programs, facility condition assessments, and site selection studies for Test Capabilities Revitalization (TCR). Subject to Agency approval, Sandia may request follow-on architectural and engineering services to develop a Conceptual Design Report (CDR), preliminary and final design, and construction support services. Sandia is a multi-program laboratory operated by Sandia Corporation, a Lockheed Martin company, for the United States Department of Energy (DOE). TCR is a proposed federal line item construction project intended to modernize a number of experimentation and test capabilities in Sandia's Engineering Sciences Center. The overall goal of the project is to modernize infrastructure and diagnostic capability to support the Stockpile Stewardship Plan and in particular the Stockpile Life Extension Program (SLEP), the Accelerated Strategic Computing Initiative (ASCI), and the Weapons Systems Engineering Certification Campaign (C6) Program. This project will provide Sandia with the capability to (1) qualify the active nuclear weapons stockpile in accordance with SLEP; (2) investigate and develop weapon components, sub systems, and systems; and (3) develop and validate modeling and simulation codes. Three suggested web sites to learn more about Sandia, its Engineering Sciences Center and its full-scale test complex are (1) http://www.sandia.gov/, (2) http://www.cfd.sandia.gov/, and (3) http://www.sandia.gov/afsec/afsec.htm. TCR will modernize (renovate, expand, or replace subject to cost-benefit studies) Sandia's 10,000-foot rocket sled track, aerial cable, burn site, large centrifuge, dynamic (mechanical) shock, vibration and acoustic, thermal radiant heat, photometric, and explosives application test capabilities. The project will also provide a new engineering science building to house experimentation and tests in mass properties, modal, ultrasonic and other non-destructive tests, structures, material characterization, and thermal/fluids. The project is expected to renovate or replace roughly 70,000 to 100,000 square feet of existing space in approximately 30 buildings and to construct a new facility of roughly 30,000 to 40,000 square feet. The estimated construction value of the project is roughly $20 to $30 million. The existing facilities are located on Kirtland Air Force Base on multiple sites over a 47,000-acre area. They incorporate a wide range of building types including specialty test environments, instrumentation buildings, explosives assembly buildings, explosives storage bunkers, shops, equipment buildings, etc. Building construction types are varied and include cast-in-place reinforced concrete, masonry, and pre-engineered metal buildings. These facilities typically range in size from 300 square feet to 12,000 square feet and vary in age from 30 to 50 years old. The initial scope of work consists of three phases (1) develop an overall facility program for the project and individual facility programs for each test capability and the new engineering sciences building; (2) assess existing facilities condition and identify and evaluate alternative facility strategies (e.g. renovation, expansion, or replacement) to fulfill facility program requirements; and (3) perform site identification, evaluation, and selection studies for the burn site, thermal radiant heat facility, and the new engineering sciences building. Phase one, the facility programming process, will require the successful firm to meet with individual test capability representatives to establish facility performance goals; develop facility operating and design concepts; outline facility needs and requirements; and identify potential operating and design issues or problems. The overall facility program will identify total project performance, cost, and schedule goals; describe general operating and design concepts; outline project cost, budget and schedule needs (integrating the individual test capabilities); and identify and discuss issues and problems confronting the project. The deliverable products from the programming phase will be an overall facility program for the project and individual facility programs for each test capability. The program documents will be prepared in an 8.5-inch by 11-inch or 11-inch by 17-inch format. Both printed and electronic copies of the document shall be submitted. Phase two, the facility condition assessment and alternative strategies identification and evaluation phase, will require the successful firm to evaluate existing facility condition in architecture and civil, structural, mechanical, and electrical engineering; perform cost-benefit studies to determine the most cost-effective means to fulfill design requirements (e.g. renovation, expansion, or new construction); and, recommend appropriate courses of action. Sandia will provide hazardous material survey data and abatement cost information for the assessment. The deliverable product from the facility assessment and alternative strategies phase will be a document prepared in an 8.5-inch by 11-inch or 11-inch by 17-inch format. Both printed and electronic copies of the document shall be submitted. Phase three, the site identification, evaluation, and selection phase, will require the successful firm to develop site requirements, an inventory of potential sites, site evaluation method, and the results or findings of the site evaluation process. The deliverable product from the site evaluation and selection process will be a document prepared in an 8.5-inch by 11-inch or 11-inch by 17-inch format. Both printed and electronic copies of the document shall be submitted. The scope of work will also include options for Phase Four (Conceptual Design Services), Phase Five (Preliminary Design Services), Phase Six (Final Design Services), and Phase Seven (Construction Support Services). Subject to Agency authorization, the availability of funds, and the successful performance on the initial scope of work, Sandia National Laboratories may exercise options for these additional phases. Phase four, conceptual design services, will require the successful firm to prepare schematic-level design drawings for all sites and facilities in the project. Existing building record documents consist of electronic raster files requiring vectoring. No original hand drawings or vectored CADD files are available for the buildings. Vectored CADD files are available for some sites and utilities. This phase will require a written description of the scope of work, an assembly or quantity take-off type estimate, and a schedule from preliminary design through start-up for each facility. The project schedules will be designed to incorporate Sandia's on-going testing needs. The deliverable product from the conceptual design phase will be Conceptual Design Report prepared in an 8.5-inch by 11-inch or 11-inch by 17-inch format in accordance with DOE requirements. Both printed and electronic copies of the document shall be submitted. Phases five and six, preliminary and final design services, will consist of engineering analysis, construction documents (drawings and specifications), energy conservation reports, quantity take-off type construction costs estimates, and project schedules for each test facility. Phase seven, construction support services,will consist of responses to requests for information (RFIs), review and dispensation of contractor submittals, field inspections, preparation of change orders, and preparation of record drawings. The combination of DOE project management processes and federal budgeting and funding processes necessitate the Conceptual Design Report be completed by October 31, 2001. Preliminary design is expected to begin in January or February 2002 and must be completed by May 31, 2002. Proposals will be evaluated on the qualifications (education, relevant experience, and past performance) of the proposed project team to provide the following services (listed in descending order of relative weight in the evaluation process): 1. Architectural and engineering design in a. Civil engineering to include utilities, grading, drainage, and paving; b. Structural engineering to include seismic and blast analysis and structural design in steel, concrete, and reinforced masonry; c. Architecture; d. Mechanical engineering to include heating, ventilating, and air conditioning, domestic plumbing, and process piping; e. Electrical engineering to include power transmission, power distribution, lighting, signal and alarm, and reliability and ground fault studies; f. Controls; g. Voice and data communications; 2. Facilities condition assessments and alternative strategies analysis ; 3. Facility planning, programming; and site evaluation and selection studies; 4. Project management; 5. Cost estimating, cost-benefit analysis, and scheduling; and 6. Participation by New Mexico companies. Required software shall include Microsoft Office 2000 (Microsoft Word, Microsoft Excel, and Microsoft PowerPoint), Microsoft Project, Microsoft Access, and Primavera Project Planner (P3). Graphics files created or modified for SNL must be generated using MicroStation SE for Windows/NT, release 05.07.01.14 (vector), or an SNL-approved newer version (e.g. Microstation V8). Conversion from AutoCADD to Microstation is not acceptable. Existing building files will require I/RAS B, release 05.02.00.00, along with MicroStation, for editing and transferring raster data to vector format. The successful firm will provide a secure method for electronically transferring project documents. This solicitation is issued on an unrestricted basis. All interested firms are encouraged to reply. All responses complying with the requirements below will be evaluated. Sandia National Laboratories does not warrant or guarantee that a contract will be awarded. Response shall be six (6) individually bound copies of SF 254 and SF 255 prepared in an 8.5-inch by 11-inch format. Folded pages, 11-inch by 17-inch, may be incorporated into the response. Responses shall be limited to 75 8.5-inch X 11-inch pages and shall be numbered consecutively. Folded 11-inch X 17-inch pages shall count as two pages towards the 75-page limit. Cover or transmittal letters shall be one page and shall not be included in the 75-page limit. A maximum of five (5) index sheet/section dividers may be added in the response and not be included in the 75-page limit provided they do not present qualification information. No telephone or facsimile proposals will be considered. Response must be received by 3 PM, Mountain Standard Time, Thursday, March 1, 2001. A pre-proposal meeting and tour of existing facilities will be held Thursday, February 15, 2001 at 7:30 am at Howard Johnson, 15 Hotel Circle NE, Albuquerque, NM, 505-296-4852. Attendance is mandatory and limited to two persons per firm. Interested firms must notify the Sandia Contracting Representative no later than Friday, February 9, 2001 of their intention to attend the meeting. Firms must submit the full name, date of birth, and social security numbers of each representative who will attend the meeting and tour. All representatives must be citizens of the United States. No substitution of personnel will be permitted once names are received. The tour will include visits to outdoor field environments. Participants should dress accordingly. Sandia will evaluate qualifications and select one or more firms to submit fee proposals as part of the final evaluation process. Additionally, Sandia may, at its discretion, conduct oral interviews with the selected firm(s) to review qualifications and/or negotiate fees. Sandia will make its final selection using best value procurement practices with the successful firm providing Sandia the best overall cost-benefit ratio. Responses and all questions must be submitted in writing to Sandia National Laboratories; Attention Christine Gillespie; Mailstop 0222; 1515 Eubank SE; Albququerque, New Mexico 87123-0222; telephone 505-844-0138, facsimile 505-844-0522, and email address ctgille@sandia.gov. No further announcement for statement of qualifications is anticipated for this project.
Record
Loren Data Corp. 20010202/CSOL002.HTM (W-031 SN50C3I4)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on January 31, 2001 by Loren Data Corp. -- info@ld.com