SOLICITATION NOTICE
C -- YUCCA MOUNTAIN PROJECT SITE-SPECIFIC ON-SITE STORAGE CASKS
- Notice Date
- 6/28/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering 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-062504-001
- Response Due
- 7/9/2004
- Archive Date
- 7/24/2004
- Point of Contact
- Carolyn Makaena, Subcontract+Specialist, Phone xxx-xxx-xxxx, Fax 702-295-0019,
- E-Mail Address
-
Carolyn_Makaena@ymp.gov
- Description
- Bechtel SAIC Company, LLC (BSC) intends to issue a Request for Proposal (RFP) for the award of a Subcontract to provide the services described below to pre-qualified bidders only. To be deemed pre-qualified to receive an RFP, potential bidders must submit a competed Federal Acquisition Regulation (FAR) Standard Form No. 254, "Architect-Engineer and Related Services Questionnaire," addressing specific areas of expertise and experience. In addition, potential bidders must respond to the pre-qualification questions listed below. Note: It shall be understood when completing this pre-qualification package that, should a potential bidder be pre-qualified and subsequently successful in winning the subcontract, the potential bidder will be excluded from bidding the future design and fabrication contracts. SCOPE DEFINITION: Background: BSC is in the preliminary design phase of the Yucca Mountain Project (YMP). A key element needed early in preliminary design is the development of a site-specific storage cask performance specification or specifications. Based on input from the Subcontractor, multiple specifications may be required to satisfy all cask parameters. Others shall perform the site-specific cask design and fabrication (design will be competitively bid under a separate pre-qualification in late CY 2004 or early CY 2005). The scope of this pre-qualification package is specifically to develop a performance specification(s) for the casks. This performance specification(s) will be used to design future licensed cask(s), in accordance with 10 CFR 63, and subsequently fabricate the casks to be used specifically at the YMP. Neither the subsequent design, nor the fabrication of the casks, will be included in the RFP for development of the cask performance specification(s). The Subcontractor will be required to have experience, and will be evaluated, in the following four (4) primary areas: - Familiar with the development of commercial power plant design and procurement specifications for site specific casks; - Experience working with commercial power plants (nuclear), storage cask systems, or Independent Spent Fuel Storage Installations; - Experience developing licensing strategies for storage casks which have been licensed in accordance with 10 CFR 72; and - Experience working with casks licensed under 10 CFR 72 and ability to apply experience to licensing a cask under 10 CFR 63. Description of Work: BSC requires support to develop performance specification(s) to be used in the acquisition of detailed design, licensing, and fabrication of spent nuclear fuel aging casks and systems for the Yucca Mountain Repository site. The content of the performance specifications would include, but not be limited to, the following: - Dimensional outline and mechanical handling information - Transporter outline information with separate performance specification(s) - Aging configurations - BWR/PWR fuel assembly parameters - Spent nuclear fuel canister parameters - Consistency with YMP licensing strategy - List of all 10 CFR 63 requirements LOCATION: It is preferred that the Subcontractor has an office in Las Vegas, Nevada, however, it is not required. PERIOD OF PERFORMANCE: The estimated RFP issuance date is in the third quarter of CY 2004. The anticipated planned date for award of the Subcontract is in the third quarter of CY 2004. The estimated duration for performance is approximately four (4) months. SUBCONTRACT TYPE: It is anticipated that a fixed unit rate Subcontract will be issued. PRE-QUALIFICATION CRITIERIA: To qualify to receive an RFP, the respondent must be able to demonstrate and provide documented evidence for substantiation that the respondent can meet the specified requirements if a positive response is provided to each of the following questions. The respondent must also submit the completed (FAR) Standard Form No. 254, "Architect-Engineer and Related Services Questionnaire," addressing specific areas of expertise and experience subject to this Subcontract. NOTE: Respondent means the firm responding to the Pre-qualification. 1. Does the respondent have a minimum of 5 years experience in the design, licensing and operation of Nuclear dry storage technology. __ Yes __ No If "Yes," provide summary of experience in the form of a business reference list. This business reference listing shall include at a minimum: 1) Respondent Name seeking Pre-qualification 2) Client Name, Address, Contact Name and Telephone Number 3) Work Description 4) Subcontract Award Value 5) Value at Subcontract completion 6) Claims Made (if any, including dollar amount and description) 7) Type of subcontract (i.e., lump sum, unit rate, cost reimbursable) 8) Location 9) Period of Performance (start to finish) 2. Does the respondent have a minimum of 10 years broad experience at commercial nuclear power plants working with design, licensing and operations? __ Yes __ No If "Yes," include in business reference list. 3. Does the respondent have an active Quality Assurance program, documented experience and/or certification demonstrating compliance with Quality Assurance program requirements consistent with NQA-1? __ Yes __ No If "Yes," include in business reference list. 4. Has the respondent produced designs relevant to the storage facilities using casks that are expected to be specified that have been successfully licensed, fabricated, installed, or constructed, and are operational at a nuclear facility? __ Yes __ No If "Yes," include in business reference list. 5. Does the respondent have documented experience with spent fuel cask handling and maintenance? __ Yes __ No If "Yes," include in business reference list. 6. Does the respondent have personnel who are professionally qualified to defend respondent's design to the NRC and other regulatory authorities? __ Yes __ No If "Yes," provide summary resumes of potential candidates. 7. Can the respondent confirm that their company is an A&E services type company that has no direct involvement with cask vendors including detailed design nor fabrication. __ Yes __ No If "Yes", provide a statement confirming position. RESPONSE SUBMITTAL: All questions concerning this pre-qualification may be faxed to (702) 295-0019. Four (4) hard copies of pre-qualification documentation are required no later than 4:00 p.m. (PST) on Friday, July 9, 2004. Include the name, title, address, telephone number, facsimile telephone number, and email address of the responsible person to whom future communications regarding the pre-qualification and the RFP should be addressed. Bechtel SAIC Company, LLC 1180 Town Center Drive Las Vegas, Nevada 89144 Attention: Carolyn Makaena, Subcontract Specialist Pre-qualification No: PPD-PQ-062504-001
- Place of Performance
- Address: Las Vegas, NV
- Country: USA
- Country: USA
- Record
- SN00611088-W 20040630/040628211735 (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 |