Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2006 FBO #1712
SOLICITATION NOTICE

C -- BUILDING FACILITIES AND INFRASTRUCTURE AT THE LOWER MUCK YARD

Notice Date
8/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial Building Construction
 
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
SA-LMY-080106
 
Response Due
8/31/2006
 
Archive Date
9/15/2006
 
Description
INTRODUCTION: Bechtel SAIC Company, LLC (BSC) intends to issue a Request for Proposal (RFP) and to subsequently award a Design and Construction Services Subcontract for the Lower Muck Yard (LMY) Building Facilities and Infrastructure at the Yucca Mountain Project (YMP) located approximately 90 miles northwest of Las Vegas on the Nevada Test Site. SCOPE DEFINITION: As part of the Yucca Mountain Project (YMP) site safety upgrades, the Department of Energy requires design and construction of additional building facilities and infrastructure at the LMY. The developed LMY site shall provide stable, uniformly graded, erosion-resistant, terrain surfaces and shall contain three (3) functional systems: Water Treatment Facility, Utilities and Annex. WTF will provide potable water and fire suppression water. Annex will provide vehicle and equipment maintenance and repair services. Utilities will provide underground and surface storm sewer, sanitary sewer, oil/water separator system, fire suppression water distribution, potable water distribution, electrical power distribution and data communications systems. The WTF shall consist of two tanks (one 130,000 gallon potable water and one 300,000 gallon fire suppression water), fire pumps and controllers, water treatment package with pumps, controls and pump house. Pump house shall consist of one story ?commercial grade?, pre-engineered, pre-finished, rigid frame metal structure, with slab-on-grade and sealed concrete floor, automatic wet-pipe sprinklers and alarms, electrical power, heating ventilating and air conditioning (HVAC), lighting and telephone and data system. Utilities shall provide underground and surface storm sewer, sanitary sewer, oil/water separator system, fire suppression water distribution, potable water distribution, electrical power distribution and data communications systems. These functions will occupy a dedicated area. The Annex shall consist of four individual structures: (1) a 10,000-SF, high-bay, one-story industrial building with three (3) drive-in vehicle repair bays and a paint shop, (2) a remote, enclosed, 1,000-sf industrial building configured for paint storage, (3) an 800-sf prefabricated paint spray booth mounted inside a pre-engineered metal building and (4) a 1,000-sf pre-engineered building configured to serve as a vehicle wash rack. In addition to the scope outlined above, the RFP will also include two (2) options for bid that may be exercised during the Period of Performance as follows: Option 1 shall consist of a detention pond that shall collect and hold oily water drain effluent for evaporation. Option 2 shall consist of an Incident Response Station (IRS) consisting of a single story ?commercial grade? structure of approximately 9,000 square feet, Type II-b construction, reinforced concrete slab-on-grade, low-pitch roof deck with parapets, heavy-duty membrane or metal roof, internal roof drains, fixed glazing, institutional interiors of medical-grade seamless flooring, lay-in ceilings, gypsum board walls, automatic wet pipe sprinklers and plumbing, commercial power, HVAC and lighting, telephone and data system, emergency lighting and alarms. MAGNITUDE OF WORK The order of magnitude of the work to be performed is anticipated to be in the range of $15 -$17 million. PERIOD OF PERFORMANCE: The estimated RFP issuance date is mid August 2006. The anticipated date for award of the Subcontract is late October 2006 with a Notice to Proceed provided after receipt of required Submittals. AWARD PREREQUISITE QUALIFICATIONS AND REQUIREMENTS: BSC is aware of the time, effort, and costs involved in responding to the RFP and, as a result, is providing interested parties with specific qualifications and requirements that must be met to be considered responsive to receive an award. Prospective bidders are cautioned that they must possess and be able to demonstrate and meet without except, at a minimum, the following prerequisite qualifications and requirements as follows: 1. Minimum of 10 years of design and construction experience performing work of a similar nature for like facilities that have been successfully fabricated, installed and/or constructed. 2. Quality Assurance Program (QAP) that meets the requirements of DOE Order 414.1B. 3. Safety and Health Program that evidences bidder?s Experience Modification Rate (EMR) does not exceed 1.0, has been maintained for the previous three (3) years, and shows an improving trend in safety performance. 4. Approach to the project including project personnel by discipline, outside consultants, associates, or teaming arrangements. 5. Qualifications, experience, and work assignment(s) of proposed key personnel as well as resumes. 6. Business references supporting direct relevant experience for projects of a similar nature within the last 5 years. 7. Project execution plan and schedule. Firms that can meet the minimum qualifications and requirements stated above and want to receive the RFP should notify Fern Stafford, Project Procurement Subcontract Specialist, of such interest on/before 4:00 p.m. Pacific Daylight Time Tuesday, August 8, 2006 by sending notification via e-mail to fern_stafford@ymp.gov or via facsimile to (702) 295-0019. The notification of interest should contain the following information: Name of firm Address of firm Contact name Contact?s e-mail address Telephone number Facsimile number
 
Place of Performance
Address: Subcontractor's office location and the construction site.
Zip Code: 89023
Country: UNITED STATES
 
Record
SN01103988-W 20060804/060802220343 (fbodaily.com)
 
Source
FedBizOpps 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.