SOURCES SOUGHT
56 -- Design/Build Emergency Operations Center - Response Documentation
- Notice Date
- 7/13/2017
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Energy, Lawrence Livermore National Laboratory (DOE Contractor), LLNL Procurement, 7000 East Avenue, L-650, Livermore, California, 94550
- ZIP Code
- 94550
- Solicitation Number
- B624621
- Archive Date
- 8/9/2017
- Point of Contact
- Gennie McPeak, Phone: 925-423-8454, Tracey A. Lewis, Phone: 9254221809
- E-Mail Address
-
mcpeak1@llnl.gov, Lewis80@llnl.gov
(mcpeak1@llnl.gov, Lewis80@llnl.gov)
- Small Business Set-Aside
- N/A
- Description
- Documentation Lawrence Livermore National Security, LLC (LLNS) in support of the Department of Energy/National Nuclear Security Administration (DOE/NNSA) at Lawrence Livermore National Laboratory (LLNL), Livermore, CA is seeking firms interested in participating in an upcoming solicitation for design and construction of a new Emergency Operations Center as described herein. The Project will include design and construction of a new Emergency Operations Center facility to house an Emergency Operations Center, Alarms Monitoring function, Emergency Communication Center, and staff offices. The EOC will be a single-story building, approximately 20,000 square feet in size. The design/build subcontract is estimated to fall into the $15M to $20M range. General design considerations include survivability, habitability, sustainability, and accessibility during and after an emergency. Specific requirements for Emergency Operations Response Capabilities are driven by DOE Order 151.1, Comprehensive Emergency Management System. A command center or Emergency Operations Center (EOC) is the central location from which resources are coordinated and operations managed to support the first responders on the scene of an emergency as they mitigate consequences and control the event. This is not a solicitation for proposals, proposal abstracts or quotations. The purpose of this request is to obtain information regarding the availability and capability of all qualified sources that have previously designed and built EOCs for government entities. Responses should include: 1. Complete Representations and Certifications form (copy attached to this notice). 2. Documentation from the firm's surety showing current single and aggregate performance and payment bond limits. Surety must be listed on the Department of the Treasury's Listing of Approved Sureties. 3. Insurance: Name of insurance carrier and local broker. A certificate of insurance confirming the following insurance requirements can be met: General Aggregate: $5,000,000 Products, Complete Operations Aggregate: $5,000,000 Personal and Advertising Injury: $1,000,000 Each Occurrence: $5,000,000 Business Auto Liability (per occurrence): $1,000,000 4. Completed "Subcontractor Safety Prequalification Questionnaire" (form attached). Provide a signed statement from the contractor's workers compensation carrier listing the contractor's California Experience Modification Rates (EMR) for the last three years. If your EMR rates are above 1.0 in the last three years, please provide a written explanation of the incident(s) and of the safety measures implemented to reduce the rate. 5. Descriptions of Experience - Interested construction firms must provide no less than two (2) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor having designed and built an EOC or a facility that met DOE O 151.1 requirements for US government entity. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects should be of comparable size and scope. Based on the information above, for each project submitted, include: • Current percentage of construction complete and the date when it was or will be completed. • Scope of the project • Size of the project • Dollar value of the project: The portion and percentage of work that was self-performed • Whether the project was design/build or not • Client govt entity • The contracting method employed Proprietary or Confidential Information: Any information received in response to this RFI that is confidential, or proprietary information, must be clearly designated as such. Amendments/Specifications: LLNS reserves the right to change the Request for Information timeline or other portions of this request at any time.. Right to Cancel: LLNS reserves the right to cancel or reissue this Request for Information any time without obligation or liability.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/LLNL/LLPO/B624621/listing.html)
- Place of Performance
- Address: Lawrence Livermore National Laboratory, Livermore, California, 94550, United States
- Zip Code: 94550
- Zip Code: 94550
- Record
- SN04577944-W 20170715/170713234956-79ae067ed3e00a0215e29746ab1090f9 (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 |