SOURCES SOUGHT
Y -- Request for Information-Replacement Facility for the Chemistry Metallurgy Research Building
- Notice Date
- 12/18/2002
- Notice Type
- Sources Sought
- Contracting Office
- Department of Energy, Los Alamos National Laboratory (DOE Contractor), Los Alamos, PO Box 1663 MS: C334, Los Alamos, NM, 87545
- ZIP Code
- 87545
- Solicitation Number
- 63987-001-03-CS
- Archive Date
- 1/25/2003
- Point of Contact
- Angelina Gonzales, Contract Specialist, Phone 505-667-8537, Fax 505-667-1331, - Angelina Gonzales, Contract Specialist, Phone 505-667-8537, Fax 505-667-1331,
- E-Mail Address
-
gonzales_angelina_i@lanl.gov, gonzales_angelina_i@lanl.gov
- Description
- The point of contact for this requirement is Bill Bryant, Senior Contract Administrator. Address questions via e-mail to bbryant@lanl.gov or phone (505) 667- 7975, fax (505) 665-8841. THIS IS NOT A REQUEST FOR PROPOSAL, BUT A REQUEST FOR INFORMATION. Los Alamos National Laboratory (LANL), operated by the University of California for the Department of Energy (DOE), is preparing a solicitation to provide design-build services for a light laboratory-office building and general support structure(s). The Chemistry & Metallurgy Research Building at Los Alamos National Laboratory (LANL) is 50 years old and is scheduled to be inoperative as a nuclear facility in 2010. A replacement facility is proposed to be constructed at Technical Area-55 (TA-55). The replacement facility is envisioned to consist of a Light Laboratory/Office Building (LLOB), a Security Category I building, a Security Category II building, and support structures to house utilities. A Personnel Intrusion Detection Alarm System (PIDAS) will separate the Security Category I & II buildings from the LLOB and the utility building(s) in the overall project. This project is for facilities outside the PIDAS and is identified as the Chemistry & Metallurgy Research Building Replacement Project (CMRR) Light Laboratory/Office Building (LLOB) and the utility structure(s) to support all of CMRR. The project is referred to as LLOB. The LLOB will provide laboratory and office space for approximately 500 personnel. Approximately seventy thousand (70,000) net square feet of office space and twenty thousand (20,000) net square feet of laboratory space will be required in a single building. There are security height restrictions on structures in the vicinity of a PIDAS. Building horizontal dimensions are also restricted. The support structure(s) will house hot water heating, sanitary sewer, and chilled water for the entire CMRR project, not just LLOB. The LLOB main building will include a multi-purpose entrance atrium, separate office areas for un-cleared and "Q"/"L" cleared personnel, chemical laboratories, a food service area, a loading/unloading dock, and areas for expansion of office space. Approximately one-third of the office space will be for un-cleared personnel and two- thirds for "Q"/"L" cleared personnel. Provision for expansion in the support structure(s) is required. The award of this contract is contingent upon the receipt of funding from the Department of Energy. Capital funding for this project is expected to become available by September 30, 2003. The University intends to award a firm-fixed-price contract to the successful design-build firm that best meets the Laboratory's goals and objectives contingent upon availability and approval of these funds. The project will be designed and constructed under a Design-Build contract with an estimated cost of approximately $45M. Design is scheduled to start November 2003 and be completed by December 2004. Construction will be completed in December 2005. Department of Energy "Q" or "L" security clearance is not required for work on this project. A LANL-issued badge or authorized escort is required for all personnel on site. The Laboratory's Associate Directorate for Operations will oversee the design and construction of the LL/OB. Solicitation If you are interested in participating in this solicitation submit your company name, contact, and phone number by January 24, 2003. Do not transmit information at this time for the RFQ or RFP. It will be requested at a later date which will be announced on our Business Web Site: http://bus.lanl.gov/bus5/default.htm approximately January 27, 2003. We also plan on holding a bidder conference approximately February 3, 2003 to go over this solicitation in more detail. Selection of the successful offeror for award will be based on a best-value source selection process using a two-phased approach: Phase 1, the Request for Qualifications (RFQ); and Phase 2, the Request for Proposal (RFP). Phase 1, Request for Qualifications. To be qualified, each offeror must demonstrate: ? Prior Experience on similar design-build projects, identifying owner, point of contact, telephone number. ? Proposed project team organization ? Resumes of Key Personnel with applicable experience, availability, and commitment to this project. ? Quality compliance capability to 10 CFR 830.120 ? A notable safety record compared to National Safety Council statistics ? Evidence of financial stability, including Dunn & Bradstreet rating ? Corporate, Key Personnel and Subcontractor Teaming Experience ? Capability to perform construction utilizing local labor and materials Qualifications Statements will be due approximately February 19, 2003. Phase 2, Request for Proposals This will be a best value competition for the design and construction. The RFP is scheduled to be issued approximately April 7, 2003 to about 3 short listed finalists from the RFQ process. Firms receiving the RFP will receive performance specifications upon which to base a Conceptual Design. Firms will have over two months to prepare design sketches, outline facility functions/adjacencies, and to demonstrate hardware and software capabilities. Each firm will provide a three-hour oral presentation to the SEC followed by a one-hour Q & A period. The SEC will evaluate presentations in July 2003. Negotiation of "best and final' offer will take place in September 2003. Contract award is scheduled for October 2003 with Notice to Proceed for design in November 2003 and construction in January 2004. Original Point Of Contact Point of Contact to participate in the solicitation is Bill Bryant, Senior Contract Administrator. Address questions via e-mail to bbryant@lanl.gov or phone (505) 667- 7975, fax (505) 665-8841.
- Place of Performance
- Address: Los Alamos, New Mexico
- Zip Code: 87545
- Country: United States
- Zip Code: 87545
- Record
- SN00225868-W 20021220/021218213321 (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 |