SOLICITATION NOTICE
C -- Design Services for Nuclear Facilities
- Notice Date
- 4/2/2003
- 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-0033103-001
- Archive Date
- 5/10/2003
- Point of Contact
- Maine Collins, Subcontracts Specialist, Phone XXX-XXX-XXXX,
- E-Mail Address
-
Louis_Collins@ymp.gov
- Description
- Bechtel SAIC Company, LLC (BSC) intends to issue a Request for Proposal (RFP) for award of a Subcontract to provide the services described below to pre-qualified bidders only. To be deemed pre-qualified to receive an RFP, potential bidders must submit a completed Federal Acquisition Regulation (FAR) Standard Form No. 254, "Architect-Engineer and Related Services Questionnaire," addressing specific areas of expertise and experience. In addition, potential bidders must respond to the pre-qualification questions listed below. SCOPE DEFINITION: 1. Description of Work: The scope of work for this Subcontract will include furnishing all supervision, labor, design and licensing services, and material for performing Preliminary Design of a Nuclear Waste Aging Facility, important to safety, for the Monitored Geologic Repository (MGR) Project, Yucca Mountain Project, located in Las Vegas, Nevada in accordance with BSC procedures. The nuclear waste aging facility is a designated above ground area where radioactive waste (commercial spent nuclear fuel, DOE spent nuclear fuel, and high level nuclear waste products) is placed until it is suitable for permanent underground storage. The Nuclear Waste Aging System includes the aging facility, nuclear waste cask, and cask transporting equipment. This system will require licensing by the Nuclear Regulatory Commission (NRC) prior to construction and operations under 10CFR63. To obtain a construction and operation license, this system will have to be designed to the NRC requirements for nuclear facilities. In general, the Subcontractor's work for this system includes, but is not limited to: 1.1. Designing a facility and support equipment to receive spent nuclear fuel (SNF) in a Subcontractor designed cask, transport the loaded cask to the Aging Facility, and secure the loaded cask for aging. Upon completion of the aging duration, the cask shall be returned to the MGR operators for processing. The design shall include the cask transporter. 1.2. Performing the structure and foundation analysis using the computer code GT-STRUDL version 26 for site specific natural hazards such as earthquakes and tornadoes, and site specific design hazards such as missile impacts and blast loading. The foundation dynamic analysis for ground motion due to earthquake shall employ soil structure interaction using soil springs. The Subcontractor will be provided with the available MGR soil reports, and site-specific hazards for design. 1.3. Providing sufficient code checking of primary structural members to assure adequacy under the critical load cases. The Subcontractor will be provided seismic time histories at grade. The time histories will be used to determine seismic loads, which shall be combined with other non-seismic loads to determine the design forces and moments on the structural elements. The Subcontractor will be provided with the MGR's Project Design Criteria listing the load combination. 1.4. Performing a tornado wind and tornado missile analysis for the facility, including aging cask. The Subcontractor will be provided with extreme wind, tornado wind speeds, and tornado missiles. 1.5. Providing a preliminary aging system design satisfying applicable NRC security, safeguards, and radiological monitoring requirements. 1.6. Providing a preliminary aging facility design satisfying all NRC and federal health and safety requirements. 1.7. Performing nuclear analysis for the facility including shielding, criticality, and confinement evaluations, using the NRC-accepted analytical approach. 1.8. Providing necessary nuclear safety analysis for the MGR License Application to include the safety case for the Nuclear Waste Aging Facility. 2. Deliverables: 2.1. Subcontractor shall provide calculations and results of the structural analysis. 2.2. Subcontractor shall provide necessary calculations for all support equipment and services. 2.3. The Subcontractor shall provide preliminary design drawings using Microstation computer aided design system for all designs. 2.4. The Subcontractor shall provide Functional & Operational Requirements and supporting drawings for the aging system. 2.5. The Subcontractor shall provide preliminary specifications for the handling equipment to be used for the aging system. 2.6. The subcontractor shall provide a written report presenting the nuclear safety analysis in accordance with 10CFR63 to be included with the License Application for the MGR. 2.7. All deliverables shall be provided in accordance with BSC's procedures, and schedule. LOCATION The work will be performed in Subcontractor's U.S. office. PERSONNEL QUALIFICATIONS Subcontractor's personnel shall have the minimum educational and experience requirements: 1. Education Requirements Minimum of a 1). Bachelors Degree in Civil/Structural Engineering from an accredited university in the United States, and, 2). Bachelors Degree in Nuclear Engineering from an accredited university in the United States. 2. Work Experience Minimum of 5 to 10 years of experience in preparation of finite element models and performing static and dynamic analysis of concrete structures. Minimum of 5 to 10 years of experience in nuclear safety analysis for spent fuel storage systems and use of the NRC-accepted computer codes. Working knowledge of the NRC Regulations and Guidance for the design and licensing of spent fuel storage facilities under 10CFR72, and/or 10CFR63. 3. Computer Skills Experienced in the use computer code GT-STRUDL and Microstation computer aided design programs. Experience in the use of computer code MCNP and SCALE. PERIOD OF PERFORMANCE: The estimated RFP issuance date is the second Quarter of 2003. The anticipated planned date for award of the Subcontract is the later part of second Quarter of 2003. The estimated duration for performance is approximately four (4) months from Notice to Proceed. SUBCONTRACT TYPE: It is anticipated that firm fixed price tasks will be issued. PRE-QUALIFICATION CRITERIA To qualify to receive an RFP, the respondent must be able to demonstrate and provide documented evidence for substantiation that the respondent can meet the specified requirements, if a positive response is provided to each of the following questions. The respondent must also submit the completed (FAR) Standard Form No. 254, "Architect-Engineer and Related Services Questionnaire," addressing specific areas of expertise and experience subject of this Subcontract. NOTE: Respondent means the firm responding to the Prequalification. 1. Has the respondent completed structural design of nuclear facilities, structures, systems and components conforming to the Nuclear Regulatory Commission's Standard Review Plan and Regulatory Guides and has participated in the process of obtaining a construction/operation license from the NRC? _ YES _ NO If "Yes," provide summary of experience in the form of a business reference list. 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. List of Facilities Designed including dates 4. Subcontract Award Value 5. Type of Subcontract (i.e., lump sum, unit rate, cost reimbursable) 6. Location 7. Period of Performance (start to finish dates) 2. Has the respondent designed nuclear facilities that required soil-structure interaction (SSI) analysis? _ YES _ NO If "Yes" provide a business reference list including the design input peak ground accelerations. Also, identify the software codes used in the design. 3. Does the respondent have experience in the design, analysis, and operations of facilities for dry storage of spent nuclear fuel within Dual-Purpose Canisters? _ YES _ NO If "Yes" provide a business reference list. 4. Does the respondent have experience in the design, analysis, and operations of facilities for dry storage of spent nuclear fuel within directly loaded monolithic casks? _ YES _ NO If "Yes" provide a business reference list. 5. Does the respondent have experience in the design, analysis, and licensing of casks or canisters for the dry storage of spent nuclear fuel? _ YES _ NO If "Yes" provide a business reference list. 6. Does the respondent have experience in performing shielding analysis for NRC Licensing applications? _ YES _ NO If "Yes" provide a business reference list. 7. Does the respondent have experience in the handling of transportation casks for spent nuclear fuel? _ YES _ NO If "Yes" provide a business reference list. 8. Has the respondent designed nuclear facilities for the tornado wind and tornado wind missiles (Spectrum I and II) of the NRC Standard Review Plan, NUREG 0800? _ YES _ NO If "Yes" provide a business reference list including the missile types and design wind speeds 9. Does the respondent have experience in developing finite element models using the structural computer code GT-STRUDL? _ YES _ NO If "Yes" provide a business reference list including the types of structures, systems or components that were designed using GT-STRUDL. 10. Does the respondent have sufficient resources of qualified people, computers and space required to complete the work within the performance period of four months? _ YES _ NO If "Yes" provide a list of qualified engineers that would be doing the work including their resumes. 11. Does the respondent have experience in developing 3-D models using Microstation computer aided design programs? _ YES _ NO If "Yes" provide a business reference list including the types of structures, systems or components whose designs were presented using Microstation. RESPONSE SUBMITTAL: Electronic and/or faxed responses are required no later than the close of business on or before April 25, 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: Mr. Maine Collins Pre-qualification No: PPD-PQ-0033103-001 E-mail: Louis_Collins@ymp.gov Fax: (702) 295-4776
- Place of Performance
- Address: The work will be performed in Subcontractor's U.S. office.
- Country: USA
- Country: USA
- Record
- SN00293724-W 20030404/030402231042 (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 |