Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2005 FBO #1371
SOURCES SOUGHT

Y -- Fire Station Design-Build at the Nevada Test Site

Notice Date
8/26/2005
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional 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
082605-GM-06
 
Response Due
10/5/2005
 
Archive Date
10/20/2005
 
Description
THIS IS A SOURCES SOUGHT NOTICE. Bechtel Nevada is seeking General Contractor sources that can provide for the design and construction of two new fire stations at the Nevada Test Site (NTS). Fire Station #1 (approximately 35,000 sq. ft. with 9/10 fire engine bays) will be located on the NTS near the main entrance in Mercury, NV. Fire Station #2 (approximately 15,000 sq. ft. with 3/4 fire engine bays) will be located further in the NTS approximately 25 miles from Fire Station #1. The facilities will be one-level and will include sufficient space for administration, dormitories, restrooms, kitchen, training classrooms, storage, medical treatment room, exercise area, dining area, etc., including furnishings and equipment. New fire engines and other vehicles are not included in this scope of work. The project will include the necessary infrastructure tie-ins for electrical power, sewer, water, and telecommunications systems. The project will include the necessary paved areas for parking and road access. Each new building will be composed of a central core (offices, dormitories, etc) and multiple fire engine bays. The building structure for the central core will be load bearing concrete masonry unit (CMU) exterior walls with steel roof joists. Interior walls will be metal studs with gypsum board. Where required for privacy and noise control, interior walls will be designed for sound isolation. Ceilings will be acoustical panels in a suspended grid. The building structure for the fire engine bays will be rigid steel frame with steel roof joists. Exterior wall panels will be non-bearing CMU. Ceilings will be painted exposed structural frame. The building roof assembly will be metal deck with rigid insulation and fully adhered single-ply membrane roofing with 40-inch high parapet. 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 between February-March 2006 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 October 5, 2005. Pre-Qualification Evaluation Criteria: 1. Design Capabilities: Provide a complete Standard Form 330, ?Architect-Engineering Qualifications? which identifies company qualifications demonstrating capabilities to fulfill the requirement identified in the description above. 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, the proposer must submit the past 3 years OSHA Log 300 summaries and a list of any OSHA violations within the past 3 years. The evaluation will focus on the Offeror?s Experience Modification Rate (EMR) for the three most recent years. Any EMR rate greater than one must be accompanied with an explanation. 3. QA/QC Program: The proposer must submit a copy of their Company Quality Assurance Program. 4. Company Experience/Past Performance: Proposer and any lower?tier subcontractors (if applicable) shall have a minimum of five (5) years experience and shall demonstrate company experience in projects similar to this requirement. Provide number of years the company has been in business and similar projects current and within the past 5 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. 6. Bonding Capability: The proposer shall submit evidence of their bonding cability.
 
Place of Performance
Address: Nevada Test Site, Area 23 and Area 6, Mercury, NV
Zip Code: 89023
Country: USA
 
Record
SN00880315-W 20050828/050826211855 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.