Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2007 FBO #2056
SOLICITATION NOTICE

Y -- Security perimeter protection system-entry control facility

Notice Date
7/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of Energy, Los Alamos National Laboratory (DOE Contractor), Los Alamos, PO Box 1663 MS: C334, Los Alamos, NM, 87545, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
54655-001-07-CB-
 
Response Due
8/16/2007
 
Archive Date
8/17/2007
 
Description
Los Alamos National Laboratory (LANL), operated by Los Alamos National Security, LLC for the Department of Energy's National Nuclear Security Administration (NNSA), is preparing a solicitation to provide construction services to replace the existing physical security protection system at a major nuclear facility at the Laboratory. The physical security work consists of the following subsystems that will be assembled into one of three procurements: - Technical Area Isolation Zone (TAIZ) - Perimeter Intrusion Detection, Assessment, and Delay System (PIDADS) - East Entry Control Facility (ECF) - West Vehicle Access (WVA) - Temporary Visitor Center (TVC) - Airborne Mitigation System (AMS) - Utility Building (UB) - Utility Trunk (UT) This procurement consists of the ECF, WVA, and the TVC. 1. ECF: Construct an Entry Control Facility approximately 18,000 square feet in size capable of efficiently handing primarily 1,500 personnel (approximately) on a daily basis and approximately 50 vehicles on a daily basis in the event of an emergency or if the West Vehicle Access is inoperable. In addition, a tunnel must be constructed with the ECF. The tunnel is approximately 180 feet long, 12 feet wide and 10 feet high and placed approximately five feet below finish grade. Demolition of an existing structure and spoils is necessary for placement of the ECF. 2. WVA: Construct a West Vehicle Access facility approximately 3,000 square feet capable of efficiently handing approximately 50 vehicles plus drivers on a daily basis. Minor demolition of existing structures or spoils removal is necessary for placement of the WVA. 3. TVC: Construct a Temporary Visitor Center for visitor access into the site during construction. Minor demolition of existing structures or spoils removal is necessary for placement of the TVC. This procurement will use a combined process. The Request for Qualifications (RFQ) will be included in the Request for Proposals (RFP). The qualifications categories are experience, safety, quality, and financial. - Experience- Furnish two examples of similar type construction projects that Respondent has finished in the last ten years with a contract value of not less than $5M each that have measurable comparability to the RFP. - Safety- Experience Modification Rate: maximum allowable average of 1.0 or less; Total Recordable Injury/Illness Case rate: maximum allowable average of 3.2 or less; and Lost Workday Case Rate: maximum allowable average of 1.4 or less. - Quality- Submit a completed ?10 CFR 830.120 Subpart A and DOE Order 414.1C Quality Assurance Compliance Survey?. In addition, provide a copy of Respondent?s corporate QA Program document. - Financial- Provide evidence of financial stability, including audited balance sheets (or annual reports with similar data) for the past three years or a letter from a bonding company stating that Respondent can be bonded for a project of this size. The project magnitude is estimated to be approximately $19-30 million. LANL expects to issue an RFP on or about August 16, 2007. Subcontract award is expected in approximately February 2008, with a construction period from March 2008 to February 2011. This project has been determined to be Management Level 3. The award of this subcontract is contingent upon the receipt of approval and funding from the Department of Energy. A portion of the Capital funding for this project is currently available, with the remainder to become available early in each fiscal year of the project's duration. LANL intends to award a firm, fixed-price contract to the successful construction firm that best meets the Laboratory's goals and objectives contingent upon availability and approval of these funds. If you are interested in participating in this solicitation and want your company's name added to the bid list, submit your company name, point of contact, address, phone number, and business size to hayd@lanl.gov.
 
Place of Performance
Address: Los Alamos, New Mexico
Zip Code: 87545
Country: UNITED STATES
 
Record
SN01340438-W 20070714/070712220645 (fbodaily.com)
 
Source
FedBizOpps 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.