Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 11, 2001 PSA #2954
SOLICITATIONS

Y -- PRESOLICITATION NOTICE, INSTRUMENTATION AND CONTROLS INSTALLATION

Notice Date
October 9, 2001
Contracting Office
UT-Battelle,LLC, P.O. Box 2008, Oak Ridge, TN 37831-6192
ZIP Code
37831-6192
Solicitation Number
F5-2681-01-RFP01-1049
Point of Contact
Roy Harris, 865-574-4519
E-Mail Address
click here to contact the procurement specialist via (rh8@ornl.gov)
Description
1. All inquiries relative to the contents of this Pre-Solicitation Notice are to be addressed to: Knight/Jacobs Joint Venture 701 Scarboro Road, Mail Stop 6476, Oak Ridge Tennessee 37830, Attention: Roy Harris -- Telephone (865) 574-4519, E-Mail Address: rh8@ornl.gov, Facsimile (865) 241-7264. 2. All parties interested in receiving a formal solicitation for this construction project must be an approved and prequalified as a general contractor. The Knight/Jacobs Vendor Prequalification questionnaire can be obtained through the point of contact (POC)identified in Note 1 above or via the Web at www.sns.gov/pro/. 3. The following information is applicable to all potential subcontractors: (a) Knight/Jacobs Joint Venture is the Architect Engineer and Construction Manager for the Spallation Neutron Source (SNS) Project. (b) UT-Battelle, LLC is the Management and Operations contractor of the Oak Ridge National Laboratory as prime contractor to the U.S. Department of Energy. (c) There are no classified security requirments asociated with the construction of the SNS Project. (d) All construction subcontractors are required to become signatory to the SNS Project Labor Agreement (PLA). The PLA is only subject to work performed on the SNS Project. A copy of the PLA is available for review through the POC identified in Note 1 above. (e) All work is deemed "Green Field" construction and is not considered "inside the fence" of the DOE reservation. (f) The SNS Project Site is a Drug Free Workplace and all successful subcontractors will be subject to a pre-site access alcohol and drug screening. (g) All successful subcontractors will possess an Interstate Experience Modification Rate (EMR) of 1.0 or less for the previous full three (3) year period. (h) The successful subcontractor will be required to furnish performance and payment bonds. (i) The successful subcontractor will be required to comply with the Office of Federal Contract Compliance Programs goals for employment of protected classes of individuals. (j) The successful subcontractor will be required to meet or exceed Small Business Subcontracting Goals established under the subcontract. 4. The estimated value of the Instrumentation and Controls Installation scope of work is between $5,000,000 and $10,000,000 and has an estimated completion date of two (2) calendar years after issuance of the notice to proceed. 5. A formal solicitation is scheduled to be issued to all approved and pre-qualified offerors on or about November 28, 2001. 6. Following is a synopsis of the Summary of Work: The work to be performed under this subcontract shall consist of furnishing all plant, tools, equipment, materials, supplies, and performing all work, or other operations required for installation of Instrumentation and Control cabinets and field components throughout the SNS project in accordance with design documents. Major cabinets and devices such as senors, transmitters and control valves, will be provided by others. See Note 1.
Record
Loren Data Corp. 20011011/YSOL001.HTM (W-281 SN5102F6)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on October 9, 2001 by Loren Data Corp. -- info@ld.com