Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2005 FBO #1299
SOURCES SOUGHT

K -- SCADA Engineering and Construction Services for DOE

Notice Date
6/15/2005
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of Energy, Bechtel Nevada Corp (DOE Contractor), Bechtel Nevada, PO Box 98521, Las Vegas, NV, 89193
 
ZIP Code
89193
 
Solicitation Number
061505-GM-05
 
Response Due
7/8/2005
 
Archive Date
7/23/2005
 
Description
THIS IS A SOURCES SOUGHT NOTICE. Bechtel Nevada is seeking Engineering and construction services for the engineering, procurement and installation of a SCADA system upgrade for the ?Mercury Switching Center?, Building 1010. The ?Mercury Switching Center? is located in Mercury, Nevada. The project will upgrade the Supervisory Control and Acquisition Data (SCADA) system upgrade for 138 kilovolt (kV) and lower voltage substations located throughout the Nevada Test Site (NTS). The system will include a new SCADA control console, graphics panel, wall mounted video display units, and associated hardware. The SCADA system will interface with the existing fiber optic loop, Advanced Control System (ACS) equipment, and remote terminal units located in the substations. Any resultant subcontract will require the subcontractor to be signatory to Bechtel Nevada Project Labor Agreement for Construction. This agreement can be found at the following site: http://www.bechtelnevada.com/ppmgt/const_main.htm It is anticipated the formal Request for Proposal package will be issued in July 2005 to pre-qualified sources. Interested Parties wishing to pre-qualify for receipt of a proposal package will be evaluated by supplying the following information in accordance with the below listed evaluation criteria no later than July 8, 2005. Pre-Qualification Evaluation Criteria: 1. Design Capabilities: Provide a completed Standard Form 330 (SF 330), "Architect-Engineering Qualifications" which identifies company qualifications demonstrating capabilities. This form can be found on the GSA website under the topic Federal Forms. 2. Safety Experience: The proposer must demonstrate the effectiveness of its Safety and Health programs by providing a copy of their program. In addition, a 36 month OSHA violation and accident history (or the history this company has available); its 36 month MSHA violation and accident history (or the history this company has available); the MSHA Total Incident Rate. The evaluation will focus on the proposer's Interstate Experience Modification Rate (EMR) for the three most recent years and OSHA and MSHA history for the last three reported years. Any EMR rate greater than one must be accompanied with an explanation. 3. QA/QC Program: The proposer must submit an implemented Quality Assurance Program commensurate with the scope of the activities for the required work to meet the requirements of DOE Order 414.1A. Use the attached link to review the applicable requirements, http://www.directives.doe.gov/pdfs/doe/doetext/neword/414/o4141a.pdf. Note: Many of the requirements may not apply. This should be referenced in the QA/QC submittal. 4. Company Experience/Past Performance: Proposer shall have a minimum of three (3) years experience and shall demonstrate company experience in projects similar to this requirement. Any proposed lower-tier subcontractor (if applicable) shall have a minimum of three (3) years experience and shall demonstrate company experience in projects similar to the scope of their involvement in this requirement. Provide number of years the company has been in business and similar projects current and within the past 3 years. Past Performance information shall include project description, dollar magnitude, completion date (if the date was extended the circumstances), contract number, and point of contact information. 5. Key Personnel: Provide a listing of key personnel with functional responsibilities which adequately addresses the disciplines as described in the requirement. Submit resumes for the management team (Project Manager/Superintendent), Design Engineers, and Safety Representatives). Identify whether certifications are currently held by the proposed staff or must be obtained, i.e., Nevada Registered Professional Engineers.
 
Place of Performance
Address: Nevada Test Site, Mercury, Nevada
Zip Code: 89023
Country: USA
 
Record
SN00830122-W 20050617/050615211742 (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.