SOLICITATION NOTICE
C -- Planning and Design Services - Repository Site Access Road
- Notice Date
- 3/10/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- 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-SRA-031004-001
- Response Due
- 4/5/2004
- Archive Date
- 4/20/2004
- Point of Contact
- Maine Collins, Subcontracts Specialist, Phone XXX-XXX-XXXX,
- E-Mail Address
-
Louis_Collins@ymp.gov
- Description
- INTRODUCTION: Bechtel SAIC Company, LLC (BSC) intends to issue a Request for Proposal (RFP) and to subsequently award a Planning and Design Services Subcontract for Yucca Mountain Repository Site Access Road located on the Nevada Test Site, approximately 70 miles Northwest of Las Vegas, Nevada. The RFP will be made available only to those firms that pre-qualify. To be deemed pre-qualified to receive an RFP, potential bidders must submit completed Federal Acquisition Regulation (FAR) Standard Form No. 254, "Architect-Engineer and Related Services Questionnaire," and FAR Standard Form No. 255, "Architect-Engineer and Related Services Questionnaire for Specific Project." In addition, Respondents must address the following listed pre-qualification questions: - Respondent's approach to the project including project personnel by discipline, outside consultants or associates. - Brief synopsis of key personnel intended to be proposed, including the senior technical manager and key technical personnel. - Work experience, last 10 years, which best illustrates qualifications relevant to the project. - Experience working with Nevada Department of Transportation. - Experience working with local counties in Nevada. - Experience with design of roads in a desert environment. - Work currently being performed by the Respondent directly for Federal or State Agencies. SCOPE DEFINITION: Study Area As part of the Yucca Mountain Repository development efforts, the Department of Energy will require a site access road from US-95 to the repository site with a distance of approximately 17 miles. The road will be a four-lane facility with median and shoulders. The proposed origin of the site access road will be at an interchange with US-95 at a point approximately two miles west of the existing US-95/SR 373 junction at Lathrop Wells. Additionally, the site access road will also include a number of side roads accessing other facilities at, or near, the Geologic Repository Operations Area (GROA). Running parallel with the Site Access Road, will be a 200-yard electrical power and communication corridor. Design of the 230kV and 138kV transmission lines and towers will be by others, whereas the layout of the corridor itself will be part of this Scope of Work. Work will be completed in two (2) phases: PHASE 1 – Planning, Alignment Definition, and Validating the Conceptual Layout (approximately seven (7) months from Notice to Proceed.) The Work, at a minimum, will include: - Study area definition - Road traffic study and road characteristics determination - Utility Corridor study - Identification of guardhouse and facility requirements - Study of the interchange requirements at US 95 - Geotechnical and hydrological analysis for the corridor covering the identified road alignment - Validation of the road alignment previously identified by BSC. (Note: it is assumed that Nevada Transportation will provide new base mapping for the road corridor – however, if this work has not been undertaken in a manner consistent with schedule needs for the site access road work, it will be added to the Subcontractor's Scope of Work. - Development/adoption of appropriate design criteria for the road - Development of engineering related data to support the analysis (by others) of environmental impacts and the preparation (by others) of supplemental environmental documentation and necessary permits - Conceptual design for the selected road and utility corridor alignment including an initial determination of right-of-way requirements and a construction cost estimate - Quality Assurance Program - Safety and Health Program - Management and Integration PHASE 2 – Preliminary Engineering/Final Design and Construction Subcontract Documents (approximately five (5) months from the completion of Phase 1.) The Work, at a minimum, will include: - After review and approval of the conceptual design work, commence with preliminary engineering and final design of the road, utility corridor and US-95 interchange, and prepare plans, specifications, and estimates (including an engineer’s type estimate) PERIOD OF PERFORMANCE: The estimated RFP issuance date is the end of April 2004. The anticipated date for award of the Subcontract is the end of June 2004 with a Notice to Proceed provided at that time. PRE-QUALIFICATION PROCESS: In addition to the submittal requirement of Standard Forms No. 254 and 255, Respondent shall also posses and demonstrate a minimum of 10 years experience in the following areas: - Similar arterial highway design in a remote geological desert environment; - Successful track record and interface with Nevada Department of Transportation; - Working knowledge with local, state and federal regulations/permits required to carry out this project. (Note: Nye County highway design experience will be considered a plus, but not necessarily required.) BSC will evaluate the completed Standard Forms No. 254 and 255 to validate that the respondents have met the “minimum pre-qualification requirements,” as stipulated. EXCLUDED PARTIES LISTING SYSTEM: Respondents shall affirm that its company is not listed on the U.S. Government’s List of Parties Excluded from Federal Procurement and Non-Procurement Programs, and confirm that it is are not aware of any current action by the Government which would preclude its company for participating in this project. RESPONSE SUBMITTAL: Four (4) hard copies of the Respondent's submittals, and one submission via e-mail, are required no later than 4:00 p.m. (PST) on April 5, 2004. Include the name, title, address, telephone number, facsimile telephone number, and E-mail address of the responsible person to whom future communications should be addressed regarding the RFP. Address pre-qualifying documentation and all questions concerning this pre-qualification process to: Bechtel SAIC Company 1180 Town Center Drive Las Vegas, Nevada 89144 Attention: L. M. Collins Pre-qualification No: PPD-SRA-031004-001 E-mail: louis_collins@ymp.gov Fax: (702) 295-0019
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOE/BSC/YMP/PPD-SRA-031004-001/listing.html)
- Place of Performance
- Address: To be identified in the RFQ.
- Country: USA
- Country: USA
- Record
- SN00541804-F 20040312/040310231902 (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 |