Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2005 FBO #1220
SOLICITATION NOTICE

Y -- Design, fabricate and install water storage tank facility

Notice Date
3/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of Energy, Bechtel Nevada Corp (DOE Contractor), Bechtel Nevada, PO Box 98521, Las Vegas, NV, 89193
 
ZIP Code
89193
 
Solicitation Number
02-TW-05
 
Response Due
4/11/2005
 
Archive Date
4/23/2005
 
Description
The Department of Energy (DOE) Nevada Test Site (NTS) Contractor, Bechtel Nevada, is requesting Statement of Qualifications from interested parties for a project to provide complete design, fabrication, and installation (design/build) of a water storage tank facility. The installation will be located at the Nevada Test Site (NTS), Nye County, on Federal land controlled by the National Nuclear Security Administration (NNSA). The Site is located about 85 miles North of Las Vegas, NV. The job site at the NTS is within a NNSA/NSO security area. SUBCONTRACTOR?S employees may be required to obtain security badges and vehicle passes, depending on specific circumstances. Such badges/passes shall be issued at no charge to the SUBCONTRACTOR. No SUBCONTRACTOR employee or representative will be admitted to the site unless he/she is a citizen of the United States in the final decree and at least 18 years of age. The potable water system will consist of a 10,000 gallon potable water storage tank, complete with water meter, fill valve/level controls, a pump house and interconnection (yard) piping. The pump house will contain two potable water pumps, with controls, surge tank, one fire water tank topping off pump with on/off control, two backflow preventers, internal sprinkler system, air conditioning/ventilation and all electrical wiring. General design criteria for the potable water system are the Nevada Administrative Code 445A ?Water Controls?, AWWA D100 and the International Building Code. The fire water service system will consist of a 200,000 gallon water storage tank, fire water pump house, and interconnection fire water piping. The fire water pump house will house an electric fire pump with diesel fire water pump backup pump and a jockey pump. The fire water pump house will be furnished complete with all controls, air conditioning and ventilation. The general design criteria for the fire water tank is NFPA 22, ?Standard for Water Tanks for Private Fire Protection? and for the pumps, NFPA 20, Standard for the Installation of Stationary Pumps for Fire Protection and the International Building Code 2003. The requirements of DOE O 420.1, Section 4.1, are applicable to the design and construction of the fire water service system to assure adequate protection of the public, workers, and the environment from nuclear hazards. The fire water pumps, controllers and tank systems shall be UL listed and FM approved. The potable water storage tank, potable water pump house and fire water pump house are desired to be fabricated off-site and delivered to the site for installation. The fire water system, including support systems required to perform the intended safety function, are designated as ?Safety Significant? and must be designed to meet Performance Category (PC) = 2 criteria as defined in DOE-STD-1020. PC-2 criteria are similar to essential emergency facilities such as police and fire stations. Also, the standard requires increased material accountability (traceable), increased fabrication and construction inspection, and seismic design safety factors. The SUBCONTRACTOR must be able to demonstrate the adequacy of the design and fabrication of the fire water system to meet these criteria. The SUBCONTRACTOR must have in place a Quality Assurance Plan (QAP). The QAP must be implemented by the successful SUBCONTRACTOR. Bechtel Nevada will perform an assessment on the SUBCONTRACTORS implementation of this QAP. The QAP must address the following management, performance, and assessment criteria in accordance with 10 CFR 830.122: Criterion 1 -- Management/Program. Criterion 2 -- Management/Personnel Training and Qualification. Criterion 3 -- Management/Quality Improvement. Criterion 4 -- Management/Documents and Records. Criterion 5 -- Performance/Work Processes. Criterion 6 -- Performance/Design. Criterion 7 -- Performance/Procurement. Criterion 8 -- Performance/Inspection and Acceptance Testing. Criterion 9 -- Assessment/Management Assessment. Criterion 10 -- Assessment/Independent Assessment. The successful SUBCONTRACTOR will be required to become signatory to Bechtel Nevada Collective Bargaining Agreements and comply with the Terms and Conditions set forth in the applicable collective bargaining agreement. Following is the Project Labor Agreement which would be applicable to this project as well as a web address which can be accessed to view this agreement: Construction Project Labor Agreement for the Nevada Test Site (NTS) which includes the Remote Sensing Laboratory, North Las Vegas Facility, Tonopah Test Range and Yucca Mountain Site, October 1, 2002 - September 30, 2007. See www.bechtelnevada.com/ppmgt/const_main.htm. Interested parties should submit a Letter of Interest which includes a brief description of their Quality Assurance Plan and similar projects completed within the last three years. In addition, your firms Interstate Experience Modification Rate (EMR) for the three most recent years should be provided. This information shall be submitted to the Point of Contact listed below by April 11, 2005.
 
Place of Performance
Address: Nevada Test Site, Mercury, NV
Zip Code: 89032
 
Record
SN00776968-W 20050330/050328211649 (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.