Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 02, 2004 FBO #0766
SOLICITATION NOTICE

99 -- Compressed Air Upgrades Project (CAUP) Engineering and Procurement

Notice Date
12/31/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Energy, BWXT Y-12, L.L.C. (DOE Contractor), BWXT Y-12, L.L.C., P. O. Box 2002, Oak Ridge, TN, 37831-6501
 
ZIP Code
37831-6501
 
Solicitation Number
885813
 
Response Due
1/23/2004
 
Archive Date
2/7/2004
 
Point of Contact
Dan Whitson, Subcontract Administrator, Phone 865-576-1535, Fax 865-576-1475, - Dan Whitson, Subcontract Administrator, Phone 865-576-1535, Fax 865-576-1475,
 
E-Mail Address
whitsondw@y12.doe.gov, whitsondw@y12.doe.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Expression of Interest Request-No. 885813, Compressed Air Upgrades Project (CAUP) Engineering and Procurement BWXT Y-12, L.L.C. ***** PURPOSE***** BWXT Y-12, L.L.C. (BWXT Y-12), acting under its Prime Contract No. DE-AC05-00OR22800 with the United States Department of Energy (DOE) at the Y-12 National Security Complex, is soliciting expressions of interest for the design and supply of engineered equipment for a new compressed air system to supply instrument and plant air at the Y-12 National Security Complex located in Oak Ridge, Tennessee. The value of the construction for this project, known as the Compressed Air Upgrades Project (CAUP) is estimated to be in the range of $5 to $6 million dollars (excluding the cost of equipment). It is the intent of BWXT Y-12 to secure an Engineering/Procurement (E-P) firm capable of performing the required Title II and III engineering activities plus supply of all engineered equipment for this project.***** This expression of interest (EOI) does not constitute an invitation for sealed bids or a request for proposal. This request is for the purpose of identifying prospective and qualified small business firms. Responses received will be used for planning purposes and determining potential candidates for subsequent procurement actions, if any. It is the Company?s intent to make this procurement a Small Business Set-Aside. If you do not respond affirmatively to all participation criteria contained in the expression of interest, you will not be eligible for subsequent procurement actions. After evaluating responses to this EOI the Company will determine if a sufficient number of qualified small businesses are interested to allow for a competitive Small Business Set-Aside procurement. If so, the Company will issue a Request for Qualifications to the qualified small businesses that responded to this EOI. If it is determined that a sufficient number of qualified small businesses are not available, the Company will issue a Request for Qualifications open to small and big businesses.***** All subcontractor personnel working on this project must be United States citizens. Offerors must be able to obtain a favorable Foreign Ownership, Control, or Interest (FOCI) determination from the Government in order to be eligible for subcontract award.***** DESCRIPTION OF PROJECT & SCOPE OF WORK***** The project will replace the existing nine compressed air trains located in five different locations at Y-12 with a centralized system to be located in existing building 9767-13.***** New compressor trains will be provided to produce compressed air that meets the requirements of American National Standards Institute (ANSI)/Instrument Society of America (ISA) S7.0.01-1996, ?Quality Standard for Instrument Air,? except that the maximum dewpoint allowable will be -40?F. Nominal capacity is expected to be in the 12,000- 15,000 scfm range at a pressure sufficient to provide 110 psig air at the using facilities. The system will be designed in a modular fashion so that capacity can be matched to demand and will include backup equipment. Design life of new equipment and facilities will be at least 20 years.***** The new compressed air trains will be installed in Building 9767-13 and will consist of compressors, air dryers, receivers and associated filters, heat exchangers, and interconnecting piping. An integrated control system will be provided for local operation. The control system will be connected to the existing Y-12 Utility Management System for monitoring and remote control. Supporting utilities will include electrical power, cooling water, and brine. These utilities will be supplied from existing systems which serve Building 9767-13.***** Some building upgrades are required to meet this project?s required design life. Existing ventilation systems will be replaced by this project. A new roof will be put on the building and a new roof access system will be provided to enhance maintenance access. Cooling tower 9409-13 will also be upgraded; new pumps and control valves and a new sprinkler system will be provided to increase operability and extend design life. Engineering/Procurement associated with the building upgrades and cooling tower 9409-13 upgrades may be excluded from the E-P subcontract.***** Surplus equipment/facilities where space is needed to install the new compressed air facilities will be demolished by the project. Other equipment/facilities that become surplus because of the project will be placed in safe shutdown for disposition by others.***** Access to Building 9767-13 requires a Q-clearance or a Q-cleared/Personnel Security Assurance Program escort. All personnel must be United States citizens with assigned identification badges and vehicle passes.***** The E-P subcontract scope of work consists of Title II and III engineering plus supply of all engineered equipment, including the compressors, air dryers, receivers and associated filters, heat exchangers, motors, electrical switchgear, interconnecting piping and wiring (if required to deliver equipment as packaged units for ease of installation), etc.***** Deliverables from the E-P subcontractor will include the engineered equipment plus all technical documentation to obtain fixed price construction bids to construct the facilities and install the equipment; to maintain the equipment; and to operate the equipment.***** Testing Support--Factory testing and checkout of engineered equipment prior to delivery to Y-12 will be provided. Test, checkout, and startup support for the final installation will be provided (Title III).***** Quality Control/Quality Assurance--Requirements will be per DOE 414.1A.***** PROCUREMENT PROCESS***** BWXT Y-12 intends to award an evaluated competitive fixed price subcontract to the successful offeror that best meets the project?s goals and objectives. Selection will be based on best-value using a two-phased approach of a Request for Qualifications and a Request for Proposals. Phase 1 (Request for Qualifications) will request that firms respond to evaluation factors regarding Past Performance & Experience, Technical Capabilities, and Organization & Personnel Qualifications. From the responses received, BWXT Y-12 will evaluate and score the Statements of Qualification against the RFQ evaluation criteria to down-select to no less than three (3) firms to receive the Request for Proposals. No pricing is to be included in Phase 1. Notices will be forwarded to offerors upon completion of the SOQ evaluations to inform them if they made the shortlist to receive the RFP.***** Phase 2 (Request for Proposals) will request that firms respond to technical evaluation factors such as, but not limited to, Project Management Plan & Business Management, Structure & Control, and Socioeconomic and Affirmative Action Plans and provide Pricing. The basis for award will be the firm offering the best overall value, considering price, the technical RFP submittals, and the SOQs evaluated under the Request for Qualification. Subcontract award is anticipated in October 2004, but will ultimately depend on the availability of funding. Award of partial scope of the subcontract may occur if full funding has not been released.***** PARTICIPATION CRITERIA***** To be eligible to participate during the RFQ procurement phase, all respondents to this notice are certifying that they meet all participation criteria and can answer affirmatively to the following questions:***** 11) *During the most recent three (3) year period of project activities, does your, Workman?s Compensation Experience Modification Rate (EMR) average 1.0 or less?***** 22) **Does your Total Recordable Injury /Illness rate and average Lost Work Day Rate not exceed the applicable statistical standards for your business category?***** 33) Have you successfully completed projects in the last five (5) years, as a prime contractor or joint venture member, where you have performed engineering and provided engineered equipment? If so, what was the total value of engineering services and the total value of equipment provided on the three (3) largest projects?***** 44) Does your firm have the appropriate financial, insurance and bonding capabilities required of you to perform and complete a $5 million to $7.5 million project?***** 55) Affirm that your firm has not had a surety firm complete any of your projects within the last five, (5) years.***** 66) Affirm that your firm is not listed on the U.S. Government?s ?Lists of Parties Excluded from Federal Procurement and Non-Procurement Programs (Lists)?. Affirm that you are not aware of any current action by the government which would preclude your firm from participating.***** 77) Have you performed engineering and procurement work in the last five years in accordance with Quality Assurance requirements of the Price Anderson Amendments Act, 10 CFR Part 830, Subpart A, for non-reactor nuclear facilities (Such as previous experience performing design under the requirements of PAAA or ASME NQA-1 Quality Assurance Requirements)?***** Notes: *If you do not know what your EMR rate is, contact your business insurance company. **For the other rates, consult your Company OSHA 300 log.***** Response to Notice***** If your firm meets the participation criteria stated above and is interested in responding to this notice, please respond by January 23, 2004. Your response is to be provided electronically to the contact listed below (whn@y12.doe.gov). If you do not respond affirmatively to all the qualifying criteria you will not be considered for subsequent procurement actions.***** Contact information is as follows: Dan Whitson, Subcontract Administrator, BWXT Y-12, L.L.C., Acquisitions and Asset Management, E?Mail Address: whitsondw@y12.doe.gov, Phone: 865-576-1535, Fax: 865-576-1475,
 
Place of Performance
Address: Bear Creek Road, Oak Ridge, Tennessee,
Zip Code: 37831
Country: USA
 
Record
SN00497298-W 20040102/031231211648 (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.