Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2004 FBO #1095
SOURCES SOUGHT

Y -- DESIGN BUILD TEST & EVALUATION COMPLEX

Notice Date
11/23/2004
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of Energy, Bechtel Nevada Corp (DOE Contractor), Bechtel Nevada, PO Box 98521, Las Vegas, NV, 89193
 
ZIP Code
89193
 
Solicitation Number
AI-TSB-TANKS-00001-CC-05
 
Response Due
12/15/2004
 
Archive Date
12/30/2004
 
Description
Bechtel Nevada is seeking General Contractor sources that can provide for the design and construction of the following at the Nevada Test Site, Area 6, Mercury, Nevada. [A] One pre-engineered metal building 65 feet by 100 feet in plan with 34 foot eve height. Two rollup doors ? one 18 feet by 18 feet and one 10 feet by 10 feet at a loading dock. To include one maintenance work room inside the main building at 18 feet by 26 feet, two rest rooms, pad mounted HVAC for full building (four units envisioned), electrical power, lighting, fire sprinkler and alarm systems. Also to include a 10 Ton bridge crane across the 65 foot span. Foundation will require one special pit 10 feet wide, 33 feet long and 12 feet deep with electrical power and conduits for communication run to the pit. Another pit will be 6 feet by 14 feet and 3 feet deep also requiring electrical and communications underground. The central area of the slab will require flush wide-flange steel surface embeds for attachment of user devices. The pathway between the two main rollup doors (and extending outside at one end) is to have a floor mounted vehicle puller mechanism (car wash style) to pull a tractor-trailer through the 100 foot axis of the building by remote operation. [B] One modular office building to include HVAC, lighting, power, fire protection and alarm. 4000 square feet expected. To include one communications equipment room, one control room with raised computer floor (electronics by others), three offices, three work rooms with benches for electronics repairs, two rest rooms and one Secure Limited Conference room requiring soundproofing and other special treatment to facilitate classified discussions. [C] One 150,000 gallon Fire Water, Welded Steel, Storage Tank, 16 feet in height. The tank will be designed and constructed in accordance with AWWA Standard for Welded Steel Tanks for Water Storage D100-96. All items pertaining to this subcontract are of Commercial Designation, (CM). [D] One potable water pump house. The requirements are for 2 sets of pumps. One set is for a potable water distribution system at wit a supply of 20 gpm @ 60 psi discharge and one set of pumps for a Fire Water Storage Tank makeup rated at 315 gpm at 90 psi discharge. Pumps will be fed from a potable water storage tank. Piping for the pumps must conform to the Nevada Administrative Code 445A ?Water Controls?. All items pertaining to this subcontract are of Commercial Designation, (CM). All items pertaining to this subcontract are subject to the Price Anderson Act Amendment (PAAA) are designated as Safety Significant (SS). [E] One 150,000 gallon Fire Water, Welded Steel, Storage Tank, 16 feet in height. The tank will be designed and constructed in accordance with NFPA 22, Standard for Water Tanks for Private Fire Protection. All items pertaining to this subcontract are subject to the Price Anderson Act Amendment (PAAA) are designated as Safety Significant (SS). [F] One prefabricated, skid mounted, fire water pump house. The system shall be designed in accordance with NFPA 20. Pumps should be selected to deliver 1250 gpm at 90 Psig. All items pertaining to this subcontract are subject to the Price Anderson Act Amendment (PAAA) are designated as Safety Significant (SS). ***Any resultant subcontract will require the contractor to be signatory to Bechtel Nevada Project Labor Agreement for Construction. This agreement can be found at the following site: http://www.bechtelnevada.com/ppmgt/const_main.htm*** It is anticipated the formal Request for Proposal package will be issued in January 2005 to pre-qualified sources. INTERESTED PARTIES WISHING TO PRE-QUALIFY FOR RECEIPT OF A PROPOSAL PACKAGE WILL BE EVALUATED BY SUPPLYING THE FOLLOWING INFORMATION IN ACCORDANCE WITH THE BELOW LISTED EVALUATION CRITERIA NO LATER THAN DECEMBER 15, 2004. Pre-Qualification Evaluation Criteria: 1. Design Capabilities: Provide a complete Standard Form 330, ?Architect-Engineering Qualifications? which identifies company qualifications demonstrating capabilities to fulfill the requirement identified in the description above. 2. Safety Experience: The proposer must demonstrate the effectiveness of its Safety and Health programs by providing a copy of their program. In addition a 36 month OSHA violation and accident history (or the history this company has available); its 36 month MSHA violation and accident history (or the history this company has available); the MSHA Total Incident Rate. The evaluation will focus on the Offeror?s Interstate Experience Modification Rate (EMR) for the three most recent years and the use of the Offeror?s OSHA and MSHA history for the last three reported years. An EMR rate greater than one may be cause for rejection. 3. QA/QC Program: The proposer must submit an implemented Quality Assurance Program commensurate with the scope of the activities for the required work to meet the requirements of DOE Order 414.1A. 4. Company Experience/Past Performance: Proposer and any lower?tier subcontractors (if applicable) shall have a minimum of five (5) years experience and shall demonstrate company experience in projects similar to this requirement. Provide number of years the company has been in business and similar projects current and within the past 5 years. Past Performance information shall include project description, dollar magnitude, completion date (if the date was extended the circumstances), contract number, and point of contact information. 5. Key Personnel: Provide a listing of key personnel with functional responsibilities which adequately addresses the disciplines as described in the requirement. Submit resumes for the management team (Project Manager/Superintendent), Design Engineers, and Safety Representatives. Identify whether certifications are currently held by the proposed staff or must be obtained, i.e., Nevada registered Engineers, etc.
 
Place of Performance
Address: Nevada Test Site, Area 6, Nye County, Nevada on Federal land controlled by the National Nuclear Security Admininstration (NNSA),
Zip Code: 89023
Country: USA
 
Record
SN00712170-W 20041125/041123211720 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.