Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2005 FBO #1273
SOLICITATION NOTICE

B -- Mechanical Testing For Materials

Notice Date
5/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
541690 — Other Scientific and Technical Consulting 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-051905-001
 
Response Due
6/19/2005
 
Archive Date
7/4/2005
 
Description
Bechtel SAIC Company, LLC (BSC) herein known as the Contractor, 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 and with sufficient detail to the "Prequalification Criteria" section, Questions 1 through 11, addressing their specific areas of expertise and qualification. Summary Scope of Work: Bechtel SAIC Company, LLC (BSC) has a need to obtain Mechanical Testing services for titanium alloys applicable to the Waste Packages and Drip Shields to be used for the U.S. Department of Energy (DOE), Office of Civilian Radioactive Waste Management (OCRWM), Yucca Mountain Project. The Yucca Mountain Project (YMP) has been designated by the US Government as the national repository to safely dispose of the nation's nuclear waste in a manner that protects the health and safety of the public, workers, while maintaining the quality of the environment. The nuclear waste will be placed in high integrity Waste Containers and stored in underground tunnels. The containers will be covered with Drip Shields to prevent moisture from dripping on the containers. The purpose of the required Mechanical Testing is to assist in evaluating the suitability of various titanium alloys for constructing the Waste Containers and the Drip Shields. The Responder shall provide all required titanium alloy materials, samples, supplies, technical personnel, labor, fabrication, welding, NDE, and machining of test specimens and shall have the laboratory facilities necessary to fabricate, test, and record data for mechanical properties tests including tensile, Charpy impact, and fracture toughness. The Responder shall have the required equipment, facilities, and experience working with and testing titanium alloys including expertise in cutting, heat-treating, machine welding, post-weld heat-treating, stress relieving, machining, metallographic examination, NDE (ultrasonic, eddy current, and liquid penetrant), data accumulation and preparation of technical reports describing the data generated. Location of the Work: All work shall be performed at the facilities of the Responder. The Responder shall be required to participate in meetings at the BSC offices in Las Vegas, Nevada as necessary. Period of Performance: The estimated RFP issuance date is July 2005. The anticipated planned date for award of the Technical Services Subcontract is October 2005. The estimated period of performance is to begin work in October 2005, with an expected duration as required for the testing. Subcontract Type: It is anticipated that a Lump Sum/Firm Fixed Price Unit Rate Subcontract will be awarded for this requirement. Prequalification Criteria: To qualify to bid on the RFP, the Responder firm must be able to demonstrate and provide documented evidence to substantiate that the Responder can meet the specified requirements listed below: 1. Does Responder have a QA/QC program that could be audited and approved by BSC in order for the Responder to placed on the BSC Qualified Suppliers List (QSL)? __ YES __ NO If "Yes" provide additional information about your QA/QC Program. 2. Does Responder have a minimum of five (5) years experience in working with and fabricating various titanium alloys? __ YES __ NO If "Yes" provide additional information. 3. Does Responder have adequate experience and facilities (including cutting, welding, stress relieving, NDE, testing, etc.) to perform the required Scope of Work? __ YES __ No If "Yes" provide information on the Responder?s facilities, fabricating equipment, personnel, their experience, and the company?s experience and capabilities. 4. Does Responder have experience welding titanium alloys utilizing the machine cold-wire Gas Tungsten Arc (GTAW) process? __ YES __ NO If "Yes" provide additional information including equipment, level of experience, and welding program. 5. Does Responder have experience performing, analyzing, and documenting mechanical properties testing of titanium alloys including tensile, Charpy impact, fracture toughness, and metalligraphy with calibrated equipment? __ YES __ NO If "Yes" provide additional information including types of tests performed, testing equipment available, examples of tests performed, and calibration program. 6. Does Responder have adequate administrative and experienced technical staff, including expert metallurgical engineers, sufficient to perform the required Scope of Work? __ YES __ NO If "Yes" provide information on the number of personnel, experience, and level of expertise. 7. Does Responder have experience performing the required NDE including certified technicians/operators? __ YES __ NO If "Yes" provide additional information on NDE personnel including certifications and years of experience (include subcontractor information, if applicable) 8. Does Responder have MS Project software capabilities and experienced scheduling personnel? __ YES __ NO If "yes" provide additional information. 9. Does Responder have experience working as a Government subcontractor or US DOE subcontractor? __ YES __ NO If "Yes" provide information on what kind, where, when, and how long. 10. Does the Responder have an Environmental, Safety, and Health (ES&H) Program? __ YES __ NO If "Yes" provide information on the ES & H Program. 11. Can Responder provide business and project references that will verify the Responders technical capability, experience, and the ability to meet schedule requirements? __ YES __ NO If "Yes", provide additional information. Response Submittal: Five (5) hard copies and one (1) electronic copy are required no later than the close of business on/or before June 19, 2005, at 1:00 p.m. Pacific Daylight Time (PDT). 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 along with 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: Anne Vranesh Prequalification No: PPD-PQ-051905-001 E-mail: Anne_Vranesh@ymp.gov Fax: (702) 295-0019
 
Place of Performance
Address: Subcontractor's facilities.
Country: USA
 
Record
SN00811894-W 20050522/050520211918 (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.