SOLICITATION NOTICE
C -- Mining/Tunneling Subject Matter Experts
- Notice Date
- 2/12/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Energy, Bechtel SAIC Company, LLC (DOE Contractor), Yucca Mountain Project, 1180 Town Center Drive, Las Vegas, NV, 89114
- ZIP Code
- 89114
- Solicitation Number
- PPD-PQ-021103-001
- Archive Date
- 3/15/2003
- Point of Contact
- Carolyn Makaena, Subcontract+Specialist, Phone xxx-xxx-xxxx, Fax 702-295-2639,
- E-Mail Address
-
Carolyn_Makaena@ymp.gov
- Description
- Bechtel SAIC Company, LLC (BSC), hereafter referred to as "Contractor," intends to issue a Request for Proposal (RFP) for award of a Subcontract to provide the services described below to pre-qualified bidders only. Multiple subcontracts may be awarded dependent upon specialty and scope. To be deemed pre-qualified to receive the RFP, potential bidders must submit the completed questionnaire and sufficient documentation necessary to demonstrate the ability to meet each element of the project-specific pre-qualification criteria set forth below. The potential bidder must submit documentation as requested (not to exceed one page for each question) that provides detailed information on similar types of work completed by the potential bidder. SUMMARY SCOPE OF WORK: 1. Description of Work: The scope of work for this Subcontract(s) will include furnishing technical and professional expertise and services for the Monitored Geologic Repository (MGR) Project in accordance with the Contractor's procedures. This includes, but is not limited to: 1.1. Providing design overview and review participation in the fields of subsurface ventilation, subsurface fire protection, constructability, ground support, rock mechanics, and equipment design, selection, and specification. Review expertise must be capable of evaluating state of the art technical applications as compared to current application in the industry throughout the world. 1.2. Providing subject matter experts as required to aid in the development of innovative designs in the areas of mechanical excavation, specialized equipment, unique single application equipment, and state of the art equipment as used throughout the industry on a worldwide basis. Particular expertise is needed in the areas of dust control, radon control, equipment specification and selection, new technologies and special studies for component application and development. Emphasis will be placed on subsurface applications for technical expertise. 1.3. Providing field and laboratory testing capabilities relative to material selection and compound development, ventilation testing, equipment and component testing, radiation detection testing, dust suppression testing, and proof of principle demonstrations. Subcontractor must be capable of performing tests on site, in separate lab facilities, and/or in mockup facilities that simulate subsurface environments similar to those expected under operational conditions at the Yucca Mountain Project. Subcontractor must be capable of performing tests on cutters and bits using a linear cutting machine and other configurations applicable to new technology. 2. Deliverables: Subcontractor shall provide reports, reviews and documentation in accordance with Contractor's procedures, drawings, lists, and schedule. QUALIFICATIONS Subcontractor's proposed personnel shall have the minimum experience requirements as specified below. 1) Education Requirements Minimum Bachelor's Degree in Mining Engineering (or equivalent) from an accredited university. 2) Work Experience Minimum of 10 to 15 years of experience in preparation of equipment design specifications, subsurface systems design subject matter experts, or related research projects. The subcontractor must have experience in application of NQA-1 procedures and previous work must demonstrate the capability to perform the work specified in the scope of work. Experience must be current and must be applicable in at least one of the following areas: - Underground ventilation design and validation - Underground constructability issues - Mechanical excavation technology (as applied to underground mining / tunneling) - Ground control and roof support - Dust control and mitigation (as applied to underground mining / tunneling) - Bio-diesel applications (as applied to underground mining / tunneling) - Fuel cell applications and research (as applied to underground mining / tunneling) - Robotics as applied to underground mining/ tunneling operations - Haulage design - Hoisting design - Materials research and development (as applied to underground mining / tunneling) - Sustainable development and emerging technology (as applied to underground mining / tunneling) LOCATION Work will be performed both off-site at the Subcontractor's offices, and on-site at the Bechtel SAIC Company, LLC, facilities in Las Vegas, NV, as directed by the Contractor. PERIOD OF PERFORMANCE: The estimated RFP issuance date is within the first quarter of 2003. The anticipated planned date for award of the Subcontract is April 2003. The estimated period of performance is to commence work in April 2003, with an expected duration of four (4) to five (5) years. Work may be assigned as multiple tasks, each task having a defined scope of work, performance period, and deliverable(s) requirements. SUBCONTRACT TYPE: It is anticipated that a firm-fixed unit rate Task Order Type Subcontract, which will define discrete deliverables, type of personnel, and period of performance will be awarded for this requirement. PRE-QUALIFICATION CRITERIA/QUESTIONAIRE To qualify to bid on the RFP, the respondent must be able to demonstrate and provide documented evidence to substantiate that the respondent can meet the specified requirements. NOTE: "Respondent" means the firm responding to the Pre-qualification. 1. Does the respondent have a minimum of five (5) years experience and familiarity with design of US Department of Energy (DOE) facilities? _ YES _ NO If "Yes", provide summary of experience. 2. Does the respondent have a minimum of five (5) years experience in the design subject matter experts of underground mining facilities? _ YES _ NO If "Yes" provide a business reference list of direct relevant experience within the last five (5) years. A minimum of three (3) references is required. This business reference listing shall include at a minimum: 1. Respondent Name seeking Pre-qualification 2. Client Name, Address, Contact Name and Telephone Number 3. Work Description 4. Subcontract Award Value 5. Value at Subcontract completion 6. Claims Made (if any, including dollar amount and description): 7. Type of Subcontract (i.e., lump sum, unit rate, cost reimbursable) 8. Location 9. Period of Performance (start to finish dates) 3. Does the respondent have documented experience and/or certification demonstrating compliance with Quality Assurance program requirements consistent with NQA - 1, 1989 or Title 10 of the CFR, part 50, appendix B? _ YES _ NO If "Yes", provide summary of experience and/or certification. 4. Provide resumes of potential candidates that demonstrate meeting the requirements as specified in Items No. 1 through 3. RESPONSE SUBMITTAL: Electronic and/or faxed responses are required no later than the close of business on or before February 28, 2003 at 4:30 p.m. Pacific Standard Time (PST). Include the name, title, address, telephone number, facsimile telephone number, and E-mail address of the responsible person to whom future communications regarding the pre-qualification and the RFP should be addressed. Address pre-qualifying documentation and all questions concerning this pre-qualification process to: Bechtel SAIC Company, LLC 1180 Town Center Drive Las Vegas, Nevada 89144 Attention: Ms. Carolyn Makaena Pre-qualification No: PPD-PQ-011603-001 E-mail: Carolyn_Makaena@ymp.govFax: (702) 295-4776
- Place of Performance
- Address: Work will be performed both off-site at the Subcontractor's offices, and on-site at the Bechtel SAIC Company, LLC, facilities in Las Vegas, NV, as directed by the Contractor.
- Country: USA
- Country: USA
- Record
- SN00257957-W 20030214/030212213418 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |