Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2003 FBO #0618
SPECIAL NOTICE

Y -- RFP for Construction of Thermal Test Complex Facility

Notice Date
8/7/2003
 
Notice Type
Special Notice
 
Contracting Office
Department of Energy, Sandia Corp. (DOE Contractor), Sandia National Laboratories, PO Box 5800 MS: 0115, Albuquerque, NM, 87185
 
ZIP Code
87185
 
Solicitation Number
01-01
 
Response Due
8/28/2003
 
Archive Date
9/12/2003
 
Point of Contact
Nancy Davis, Manager, Phone (505) 844-5486, Fax (505) 844-0522,
 
E-Mail Address
nsdavis@sandia.gov
 
Description
Description: Sandia is a multi-program laboratory operated by Sandia Corporation, a Lockheed Martin company, for the United States Department of Energy (DOE). Test Capabilities Revitalization (TCR) is a proposed federal line item construction project intended to modernize a number of experimentation and test capabilities in Sandia?s Engineering Sciences Center. The overall goal of the project is to modernize infrastructure and diagnostic capability to support the Stockpile Stewardship Plan and in particular the Stockpile Life Extension Program (SLEP), the Accelerated Strategic Computing Initiative (ASCI), and the Weapons Systems Engineering Certification Campaign (C6) Program. This project will provide Sandia with the capability to (1) qualify the active nuclear weapons stockpile in accordance with SLEP; (2) investigate and develop weapon components, sub systems, and systems; and (3) develop and validate modeling and simulation codes. A subproject of the TCR Line Item is the Thermal Test Complex (TTC). The suggested web site to learn more about Sandia is http://www.sandia.gov/ Sandia National Laboratories (Sandia), in Albuquerque, New Mexico is issuing this Request for Proposals Statement of Qualifications (RFP) (SOQ) for the construction of the Thermal Test Complex facility, (TTC). This facility includes a new FLAME/Radiant Heat test cell, an indoor Crossflow Fire Test Facility (XTF), a Thermal Test Facility (TTF) to house the Radiant Heat lab along with other labs (e.g. environmental chambers, diagnostic development, abnormal thermal environments lab, etc.), and various support structures (e.g. covered storage, central utility building, etc.). The Contractor shall have full responsibility for this project, including construction, installation of equipment, hardware systems integration, documentation and commissioning. Construction Estimate: $15,000,000 to $20,000,000. Following is a high-level look at the required technical capabilities to perform this SOW. REQUIRED TECHNICAL CAPABILITIES: Proposing firms shall demonstrate relevant knowledge and construction experience similar to the following types of industrial and commercial facilities: ? FLAME/Radiant Heat Test Cell This consolidation of the existing Radiant Heat and FLAME test capabilities will provide the ability to simulate combined convective-radiative thermal environments. The existing Radiant Heat Facility in TA-III provides controlled temperature and heat flux environments using quartz lamps (up to 3,000?C). This ?dial-a-fire? capability will be integrated into the new FLAME/Radiant Heat Test Cell within the TTC. The structure will be a cylindrical water-jacketed test cell. The facility will be used to investigate the properties of fire environments in an enclosed, air flow- and temperature-controlled structure. Test Facility Size (approx.)???? 50 ft high x 60 ft diameter Area (? 5%) 3,100 gsf Maximum Fuel Fire 20.0 MW Maximum Radiant Test, (Electrical Power) 5.2 MW Airflow 0?150,000 scfm inlet ? Thermal Test Facility (TTF) The TTF will be a multiuse facility that will house various diagnostic labs and test areas, a machine shop, assembly area, offices, and meeting rooms. These components will include a 1,600 sf (5%) Radiant Heat Test Cell, a 2,500 sf (5%) Abnormal Thermal Environments Laboratory and approximately 9,800 sf (5%) allotted for a Central Control Room, secure storage, light laboratories, environmental chambers, and office space (six to eight offices). The TTF will also include the separate Central Utilities Building (CUB) and 2,000 sf of external covered storage. Thermal Test Facility Size: (approx.) 130 ft x 104 ft Area (?5%) 13,900 gsf Maximum Radiant Test, (Electrical Power) 5.2 MW ? Crossflow Test Fire Facility (XTF) The XTF will provide a unique indoor test environment capable of convective heat testing environments with controllable air cross flow. The XTF is designed to safely test the effects of thermal flux on test articles that could contain explosives and/or hazardous materials. The XTF is isolated from other structures within the TTC and blast walls have been incorporated into design in case a test article was to inadvertently fail. The interior walls have also been specially designed for heat rejection and ease of decontamination. Test Facility Size (approx.) 25 ft x 25 ft x 60 ft Area (?5%) 4,715 gsf Maximum Fuel Fire 20.0 MW Maximum Radiant Test, (Electrical Power) 2.0 MW Airflow 8,500?170,000 scfm inlet ? General Site Utilities ? Appx. 35,000 cy of backfill will be required to raise the entire complex above the floodplain. ? Appx. 300 lf of 10? X 12? High Temperature Ductwork, (some portions installed 70? above grade) is required between the facilities. ? Primary Exhaust Fan will be 700 HP with an 80? stack. ? The complex will include a total of appx. 10MW of connected Electrical Load. RFP SOQ Process: At this time, we are only requesting RFPs SOQs to establish a short-list of qualified General Contractors. For the purpose of this initial RFPSOQ, Sandia National Laboratories is only interested in responses from General Contractors that can perform all of the above stated technical requirements, have the capability to bond a project of this size and can provide all necessary construction resources. Selection of the short listed construction firms will be based on the RFPs SOQs that represent the best overall value to the government based on the specific criteria indicated below. Short listed Firms will be sent an Request for Quotation (RFQ) with Ddrawings, Sspecifications, etc, (electronically on CD - Hard copies will only be mailed upon request) on approximately 10/13/03. Bid Ppackages will be due back to Sandia approximately five weeks later. Again, selection of the successful construction firm will be based on the RFQ that represents the best value to the government based on the updated detailed criteria indicated within the RFQ. Note that the RFQ will likely request the extent of the contractor?s intent to use New Mexico and small subcontractors for this SOW. Contract award is anticipated to be early January 2004. Construction duration is anticipated to be 14 months. If proposing, please include the following: 1. INFORMATION ABOUT YOUR COMPANY: COMPANY NAME CONTACT NAME CONTACT POSITION ADDRESS CITY, STATE, ZIP PHONE FAX E-MAIL WEBSITE 2. BEST VALUE CRITERIA: To determine who has the highest probability of success, Sandia will evaluate the relative capability of each Proposer on the basis of: (A) CONTRACTOR PAST PERFORMANCE AND RELATED EXPERIENCE, and (B) ES&H COMPLIANCE AND CONSTRUCTION SAFETY PROGRAM. The shortlist will be determined by comparing differences based on the Proposer's Relative Capabilities and Safety Record in relation to all other proposals received. Sandia may acquire Proposer information regarding the above criteria from any variety of sources. Proposers shall submit the below identified information along with any other information they deem relevant and wish to be considered in the best value determination. Written response to the items below are mandatory. (A) CONTRACTOR PAST PERFORMANCE AND RELATED EXPERIENCE Past performance is a measure of the degree to which a Proposer satisfied its customers in the past and complied with Federal, state, and local laws and regulations. Sandia may contact Proposer's customers/references to ask whether or not the: 1. Proposer was capable, efficient, and effective; 2. Proposer's performance conformed to the terms and conditions of its contract; 3. Proposer was reasonable and cooperative during performance; and 4. Proposer was committed to customer satisfaction. In evaluating past performance, SNL may utilize any sources of factual information including sources not included in the Proposer's proposal. In order for Sandia to review Proposer's Past Performance and Related Experience, the Proposer must provide the following information on the most recent two projects of similar size and comparable complexity to the TTC, as follows: 1. Contract or Project Number: 2. Date of award: 3. Full Project Title: 4. Project Customer: 5. Project Contact: 6. Project Contact Phone and Address: 7. Initial Contract Schedule: 8. Final Contract Duration: (Explain reasons for durations exceeding original contract schedules). 9. Initial Contract Award Amount: 10. Final Contract Amount: 11. Number of Project Related Safety Incidences: (B) ES&H COMPLIANCE AND CONSTRUCTION SAFETY PROGRAM Sandia will evaluate each Proposer's Safety Program and Safety Records on the basis of its depth, the importance the Proposer places on safety, and the Proposer's proven safety record. In order for Sandia to review the Proposer's ES&H Compliance and Construction Safety Program, the Proposer must provide the following information: 1. Does your company have an established Safety Program? If so, how long has it been in existence? 2. Provide a description of your Safety Program. 3. Describe the type of person that is normally assigned to monitor ES&H requirements, indicating their typical training, education, and demonstrated experience. 4. Provide your company's current Worker's Compensation Experience Modifier Rating (EMR). 5. Provide your company's OSHA incidence rate over the past three years. (Please specify either the number of incidences per man hours or total days worked). Format for the RFPSOQ: RFPs SOQs shall be six (6) individually bound copies prepared in an 8.5-inch by 11-inch format. Folded pages, 11-inch by 17-inch, may be incorporated into the response. Responses shall be limited to 25 8.5-inch X 11-inch pages and shall be numbered consecutively. Folded 11-inch X 17-inch pages shall count as two pages towards the 25-page limit. Cover or transmittal letters shall be one page and shall not be included in the 25-page limit. A maximum of five (5) index sheet/section dividers may be added in the response and not be included in the 25-page limit provided they do not present qualification information. No telephone or facsimile proposals will be considered. Responses are due to Sandia by 12:00PM, M.S.T. on Thursday, August 28th, 2003. This solicitation is issued on an unrestricted basis. All interested firms are encouraged to reply. All responses complying with the requirements above will be evaluated. Sandia National Laboratories does not warrant or guarantee that a contract will be awarded. Responses and all questions must be submitted in writing to Sandia National Laboratories; Attention Jimmy Romero; Mailstop 0222; 1515 Eubank SE; Albuquerque, New Mexico 87185-0222; telephone 505-844-3411, facsimile 505-844-0522, and email address jromero@sandia.gov. No further announcement for statement of qualifications is anticipated for this project. Sandia is a multi-program laboratory operated by Sandia Corporation, a Lockheed Martin company, for the United States Department of Energy (DOE). TCR is a proposed federal line item construction project intended to modernize a number of experimentation and test capabilities in Sandia?s Engineering Sciences Center. The overall goal of the project is to modernize infrastructure and diagnostic capability to support the Stockpile Stewardship Plan and in particular the Stockpile Life Extension Program (SLEP), the Accelerated Strategic Computing Initiative (ASCI), and the Weapons Systems Engineering Certification Campaign (C6) Program. This project will provide Sandia with the capability to (1) qualify the active nuclear weapons stockpile in accordance with SLEP; (2) investigate and develop weapon components, sub systems, and systems; and (3) develop and validate modeling and simulation codes. The suggested web site to learn more about Sandia is http://www.sandia.gov/
 
Place of Performance
Address: 1515 Eubank Blvd, SE, Albuquerque, New Mexico
Zip Code: 87123
Country: USA
 
Record
SN00394735-W 20030809/030807213314 (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.