Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2004 FBO #0923
SOLICITATION NOTICE

C -- Fabrication of Two Prototype Emplacement Pallets

Notice Date
6/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
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
PPD-PQ-060304-001
 
Response Due
6/30/2004
 
Archive Date
7/15/2004
 
Point of Contact
Rhonda Mackie, Subcontract Specialist, Phone xxx-xxx-xxxx, Fax 702-295-0019,
 
E-Mail Address
rhonda_mackie@ymp.gov
 
Description
Bechtel SAIC Company, LLC (BSC) herein known as the Buyer, intends to issue a Request for Proposal (RFP) to provide the services described below to prequalified bidders only. To be deemed prequalified to bid on the RFP, potential bidders must respond affirmatively to the "Prequalification Criteria" section, questions (1), (2), and (3) addressing their specific areas of expertise and qualification. Summary Scope of Work: The scope of work (SOW) for this Purchase Order will include the design, material procurement, fabrication, testing, and shipment of two prototype emplacement pallets in accordance with Buyer fabrication specification that is based on the ASME Code. Only one prototype emplacement pallet will be awarded to each of the top two qualified bidders. The ultimate purpose of the emplacement pallet is to be used as a structural support for the waste package for the transport the waste package into the emplacement drift, and support the waste package within the emplacement drift until the Repository closure, which may occur 30 to 300 years following final waste emplacement. The details of the prototype emplacement pallet are as follows: 1. The prototype emplacement pallet length is approximately 165 inches, the height is approximately 30 inches, and the width is approximately 84 inches and it weighs approximately 5,000 pounds. 2. The prototype emplacement pallet is composed of two sub-pallet assemblies and four 316 tubes. 3. The prototype 316 tubes shall be constructed of 316 SA240 (UNS S31600) with extra restrictions on carbon and nitrogen. Fabrication shall be performed using materials, welding, and nondestructive examination in accordance with the provisions of the ASME Boiler Pressure and Vessel Code Section III, Division 1, Subsection NF (Supports). The 316 tubes shall be built in accordance with Buyer supplied drawings and fabrication specification. 4. The prototype sub-pallet assemblies shall be constructed of SB-575 (UNS N06022), and shall be fabricated using materials, welding, and nondestructive examination in accordance with the provisions of the ASME Boiler Pressure and Vessel Code Section III, Division 1, Subsection NF (Supports). The sub-pallet assemblies shall comply with Buyer supplied drawings and fabrication specification. Location of the Work: Work shall be performed at Supplier?fs or sub-tier supplier?fs facilities, unless otherwise directed by the Buyer. This Work (design and fabrication) shall be performed within the United States of America. Period of Performance: The estimated RFP issuance date is August 2004. The anticipated planned date for award of the Purchase Order is March 9, 2005. The estimated period of performance is to begin work in March 2005, with an expected duration not to exceed twelve (12) months. Purchase Order Type: It is anticipated that a firm-fixed price Purchase Order will be awarded for this procurement. Prequalification Criteria: To qualify to bid on the RFP, the respondent must be able to demonstrate and provide documented evidence to substantiate that the respondent can meet the specified requirements. NOTE: "Respondent" means the firm responding to the Prequalification. 1. Does the respondent possess the in-house facilities, equipment, and technical expertise to implement the requirements and meet schedule needs? __ YES __ NO If "Yes" provide information on the items designed and fabricated by the respondent and the projects where they have been successfully implemented. This information must also include Client Name, address, contact name, and telephone number. 2. Does the respondent have experience in the fabrication and welding of 316 stainless steel or similar austenitic stainless steel, and fabrication and welding of UNS N06022 or similar low-carbon nickel-molybdenum-chromium alloys? __ YES __ NO If "Yes" provide a business reference list of components fabricated with these materials. A minimum of three references is required. This business reference listing shall include at a minimum: 1. Respondent Name seeking Prequalification 2. Client Name, Address, Contact Name and Telephone Number 3. Work Description 4. Location Period of Performance (start to finish dates) 3. Has the respondent fabricated a minimum of five components similar to the prototype emplacement pallet under quality assurance program that satisfies quality criteria in ASME Code Section III, Subsection NCA and ASME NQA-1 in the last 15 years? The intent of this requirement is to ascertain of Quality Assurance experience, and is not based on the number of component built. _ YES __ NO If "Yes" provide a business reference list of direct relevant experience with the last fifteen years. A minimum of three references is required. This business reference listing shall include at a minimum: 5. Respondent Name seeking Prequalification 6. Client Name, Address, Contact Name and Telephone Number 7. Work Description 8. Location 9. Period of Performance (start to finish dates) Response Submittal: Four (4) hard copies and one (1) electronic copy are required no later than the close of business on or before June 30, 2004, at 4:30 p.m. Pacific Standard Time (PST). Include the company name and address, as well as the name of the responsible person to whom future communications regarding the prequalification and the RFP should be addressed and their telephone number, facsimile telephone number, and E-mail address. Address prequalifying documentation and all questions concerning this prequalification process to: BECHTEL SAIC COMPANY, LLC 1180 Town Center Drive Las Vegas, Nevada 89144 Attention: Rhonda Mackie Prequalification No: E-mail: Rhonda_Mackie@ymp.gov Fax: (702) 295-0019
 
Place of Performance
Address: Supplier's or sub-tier suppplier's facilities located within the United States of America
Country: USA
 
Record
SN00598184-W 20040606/040606111134 (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.