Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2002 FBO #0286
SOLICITATION NOTICE

C -- ARCHITECTURAL DESIGN SERVICES FOR INDUSTRIAL AND NUCLEAR FACILITIES

Notice Date
9/12/2002
 
Notice Type
Solicitation Notice
 
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
PQ-082202-001
 
Point of Contact
Carolyn Makaena, Subcontract+Specialist, Phone 702-295-0259, Fax 702-295-2639, - Ronni Kammler, Project+Procurement+Applications+Specialist, Phone 702-295-5567, Fax 702-295-2639,
 
E-Mail Address
Carolyn_Makaena@ymp.gov, ronni_kammler@ymp.gov
 
Description
Bechtel SAIC Company, LLC (BSC) intends to issue a Request for Proposal (RFP) for award of a Subcontract to provide the services described below to pre-qualified bidders only. Multiple Subcontracts may be awarded dependent upon specialty and scope. To be deemed pre-qualified to receive an RFP, potential bidders must submit a completed Federal Acquisition Regulation (FAR) Standard Form No. 254, "Architect-Engineer and Related Services Questionnaire," addressing specific areas of expertise and experience. In addition, potential bidders must respond to the pre-qualification questions listed below. SCOPE DEFINITION: 1. Description of Work: The scope of work for this Subcontract(s) will include furnishing all supervision, labor, and material for performing Architectural Design of Industrial/Commercial facilities, Nuclear Waste Handling Facilities and Site Infrastructure facilities for the Monitored Geologic Repository (MGR) Project in accordance with BSC procedures. This includes, but is not limited to: 1.1. Preparing architectural specifications and drawings (e.g., floor, roof & reflected ceiling plans, interior & exterior elevations, door & window schedules, finishes & coating, typical details, etc.) for nuclear facilities where BSC is performing the preliminary and detail design. 1.2. Preparing scope definition, technical specifications and preliminary drawings to be issued as Subcontract package(s) for performing detail design and producing construction documents for industrial/commercial facilities and site infrastructure where BSC will only perform preliminary design. 1.3. Supporting management of subcontracted work 2. Deliverables: Subcontractor shall provide calculations and construction drawings, specifications in accordance with BSC's procedures, drawings lists and schedule. It is preferred that the subcontractor uses the PDS/Microstation software for producing drawings in their office. However, the subcontractor may use AutoCAD software for producing drawings, provided BSC can import the electronic files into BSC's PDS/Microstation CADD system. LOCATION Initially it is anticipated that one or two architects as requested by BSC will be provided for performing the required services. These architects will be located in BSC's offices and follow BSC's work processes, and shall meet the qualifications requirements specified below. Overflow work can be performed in subcontractor's local offices. QUALIFICATIONS 1. Education Requirements Minimum Bachelors Degree in Architectural Engineering from an accredited university in the United States. 2. Work Experience Minimum of 4 to 5 years of experience in preparation of architectural design document, or performing architectural design activities such as those listed below: 2.1. Prepare preliminary and detailed Architectural Drawings and Specifications based on functional requirements for Nuclear Waste Handling Facilities, Balance of Plant Facilities, Construction Support Facilities and Yard Facilities including site infrastructure. This work will include the design and material selection for efficient and functional building facades, features, and material selection. 2.2. Develop requirements for safety, security, fire protection, and finish that meet local, state, federal, and OSHA standards. The work includes experience in the design and selection of materials, finishes, and coating for a highly radioactive environment that minimizes contamination or allow for contamination clean up. 2.3. Prepare architectural drawings and specifications in compliance with applicable National, Federal and Local (City of Las Vegas and State of Nevada) codes and regulations, as applicable, including support to engineering for obtaining necessary permits. 2.4. Prepare complete design packages to be issued as Subcontract Package(s) for producing detail design and construction drawings and specifications. 2.5. Ability to work with design engineers to provide necessary architectural input to the design of buildings, structures and building components 2.6. Experience in the architectural design of commercial or DOE nuclear facilities, and NRC regulatory design criteria is highly desirable 3. Computer Skills Experienced in the use PDS/Microstation (or equivalent) software for producing architectural plans, elevations, sections and details including the use of 3D model software. PERIOD OF PERFORMANCE: The estimated RFP issuance date is approximately mid September 2002 early October, 2002. The anticipated planned date for award of the Subcontract is November 2002. The estimated period of performance is to commence work in January 2003, with an expected duration of four (4) to five (5) years. Work may be assigned as multiple tasks, each task having a defined scope of work, performance period and deliverable(s) requirements. SUBCONTRACT TYPE: It is anticipated that a firm fixed unit rate Subcontract will be awarded for this requirement. PRE-QUALIFICATION CRITERIA To qualify to receive an RFP, the respondent must be able to demonstrate and provide documented evidence for substantiation that the respondent can meet the specified requirements if a positive response is provided to each of the following questions. The respondent must also submit the completed (FAR) Standard Form No. 254, "Architect-Engineer and Related Services Questionnaire," addressing specific areas of expertise and experience subject of this Subcontract. NOTE: Respondent means the firm responding to the Prequalification. 1. Does the respondent have a minimum of 5 years experience and familiarity with design of nuclear waste handling facilities and DOE facilities? YES NO If "Yes", provide summary of experience. 2. Does the respondent have a minimum of 5 years experience in the industrial and commercial facilities Facilities? YES NO If "Yes" provide a business reference list of direct relevant experience within the last 5 years. A minimum of 3 references is required. This business reference listing shall include at a minimum: 1. Respondent Name seeking Pre-qualification 2. Client Name, Address, Contact Name and Telephone Number 3. Work Description 4. Subcontract Award Value 5. Value at Subcontract completion 6. Claims Made (if any, including dollar amount and description): 7. Type of Subcontract (i.e., lump sum, unit rate, cost reimbursable) 8. Location 9. Period of Performance (start to finish dates) 3. Does the respondent have documented experience and/or certification demonstrating compliance with Quality Assurance program requirements consistent with NQA-1, 1989 or Title 10 of the CFR, part 50, appendix B? YES NO If "Yes", provide summary of experience and/or certification. 4. Has the respondent produced designs relevant to the subject of this pre- qualification that have been successfully fabricated, installed, or constructed, and those were or are operational at a nuclear facility? YES NO If "Yes", provide information on the items designed by the respondent and the projects where they have been successfully implemented. This information must also include Client Name, address, contact and telephone number. 5. Provide resumes of potential candidates, which demonstrate meeting the requirements as specified in Items No. 1 through 4. RESPONSE SUBMITTAL: Electronic and/or faxed responses are required no later than the close of business on or before September 13, 2002 at 4:30 p.m. Pacific Standard Time (PST). Include the name, title, address, telephone number, facsimile telephone number, and E-mail address of the responsible person to whom future communications regarding the prequalification and the RFP should be addressed. Address pre-qualifying documentation and all questions concerning this pre-qualification process to: Bechtel SAIC Company, LLC 1180 Town Center Drive Las Vegas, Nevada 89144 Attention: Ms. Carolyn Makaena Pre-qualification No: PQ-082202-001 E-mail: Carolyn_Makaena@ymp.gov Fax: (702) 295-2639
 
Record
SN00164354-W 20020914/020912213157 (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  © 1994-2020, Loren Data Corp.