|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 8,1995 PSA#1405Kaiser-Hill Company, L.L.C., Contracts and Procurement, P.O. Box 464,
Bldg. 051, Golden, Colorado 80402-0464 Y -- ARCHITECT ENGINEER/DIRECT HIRE CONSTRUCTION, CONSTRUCTION
MANAGEMENT, AND DESIGN-BUILD SERVICES (AE/CCM) SOL RFP 25525 NR DUE
082195 POC Contact Point, Subcontract Administrator, R.E. Nagel, FAX
303/966-9494 or 9490 Kaiser-Hill Company, L.L.C. (Contractor), is the
Integrating Management Contractor at DOE's Rocky Flats Environmental
Technology Site (RFETS) near Denver, Colorado. Contractor contemplates
multiple Performance-Based Subcontract awards with fixed unit rates
(excluding fee), certain reimbursable elements and a combination of
base fee plus incentive fee(s) for design, direct hire construction,
construction management services, and design-build services
(Architect-Engineer/Direct Hire Construction, Construction Management,
and Design-Build services (AE/CCM)) based upon fair and effective
competition. The Subcontract type will also allow for Fixed Price
projects. Multiple awards are contemplated in two broad work categories
consisting of Environmental Clean Up and Nuclear Facilities. Offeror
may propose on one or both work categories as identified by the Request
for Proposal (RFP) to be issued at a later date. Contractor
contemplates transfer of certain existing AE/CCM Contractor employees
to the successful Offerors as more fully described by the RFP. Projects
will be specifically identified and authorized by Contractor through
Project Authorization Directives (PADs). PAD awards will be made on
competitive basis. The performance period will be three base years with
two one year options. Offeror(s) must commit, either through mandatory
subcontract Plan Set-Asides or Offeror teaming agreements, to 40% of
annual subcontract dollars performed by Small Business (SB) and 25% of
this SB amount performed by Small Disadvantaged Business (SDB). A/E
and construction management are under SIC code 8741 with a $3.5M SB
size standard. Construction is under SIC code 1541 with a $17M SB size
standard. Services may involve performance of preliminary engineering
activities and detailed Title I, II, and III (excluding
self-inspection) services. The following areas are the type of projects
contemplated by this acquisition: a) General Commercial/Industrial
Projects - General industrial installations, as applied to both
environmental clean-up and nuclear facilites to include: civil,
structural, fire protection, HVAC and other mechanical utility system;
electrical power; alarm systems; OSHA compliance; and building and
equipment acquisitions, b) Special Nuclear Plant Projects - Design
and/or modifications as applied to nuclear facilities to include:
disciplines in nuclear safety, facility safety, criticality, glove box,
HVAC, process piping, electrical power distribution, and waste
management. c) RCRA and CERCLA Projects - As applied to both
environmental clean-up and nuclear facilities to include: OSHA
compliance, asbestos abatement, remediation of hazardous waste sites,
and decontamination and decommissioning efforts, d) Miscellaneous Work
- As applied to both environmental clean-up and nuclear facilities:
Qualitative and/or quantitative nuclear and/or chemical hazard safety
analysis, systems operability evaluation, fire hazard analysis, systems
operability evaluation, fire hazard analysis, criticality safety
operating limit determinations, safety and health risk assessments,
environmental analysis and report preparation, Value Engineering
studies, nuclear safety projects, systems testing and inspection,
seismic analysis and facilites transition studies and associated
training, e) Direct Hire Construction and Construction Management -
Project management system for controlling construction work including
project cost and schedule control system, estimating system, and
scheduling system; providing overall construction and construction
management to include the planning, scheduling, organizing, directing,
supervision, and field coordinating of assigned construction
activities. Ensure that components, systems and processes are designed,
developed, constructed, and tested according to appropriate engineering
standard, quality practices, technical specifications, and
satisfactorily perform intended purpose, f) Design/Build - Turnkey
services for new facilities and modifications to existing facilities
including, but not limited to, all elements of design, construction,
startup and project management. This acquisition is a Two-Step process.
The First Step will determine on a go/no-go basis, which Offerors meet
the Pre-Qualification Criteria specified below. The Second Step will
be a request for technical and cost proposal issued to Offerors that
meet pre-qualification criteria. The RFP will include fixed fully
burdened rates (excluding profit) for A/E labor categories, direct
reimbursement of craft labor, fixed dollar multiplier (excluding
profit) for all construction non-manuals applied to actual craft hours,
and a combination of base fee/incentive fee(s) applied to all fee
bearing A/E and construction costs. Other allowed direct costs will be
identified for reimbursement at cost excluding mark up and profit.
Offeror's cost proposal will be applied to Proxy Cost Model to develop
aggregate pricing for evaluation purposes. The overall evaluation
criteria in descending order of importance are as follows: A) Key Staff
B) Cost, C) Project Management Plan and Environmental Safety and Health
Plan, D) Experience. Offerors submitting responses to this
Pre-Solicitation/Pre-Qualification notice shall provide a cover letter
which provides responses and certification to Pre-Qualification
criteria as follows: 1. Intent To Propose - Identify Offeror's intent
to propose on Environmental Clean Up or Nuclear Facilities or both. 2.
Project Experience - List in cover letter a Minimum of 3 Projects
(that, to the maximum extent practicable, collectively cover the
elements listed bleow in order to provide minimum submissions for
maximum project representation) completed for DOE, other federal
agencies, or nuclear facilities involving each of the following within
the last five years (a) Conceptual design, Title I, II and III
Engineering Services (3 projects required that in total, encompass
experience in All Title areas), (b) Projects performed in accordance
with 10CFR830.120, DOE Order 6430.1A and DOE Order 4700.1 or equivalent
(3 projects required), (c) D&D of nuclear facilities to include both
design and construction (Note: 3 projects required and only for
Offerors intending to propose on Nuclear Facility Work). (d) D&D of
non-nuclear hazardous facilities, to include both design and
construction (3 projects required). (e) Commercial or nuclear
construction projects in excess of $500,000 (3 projects required). (f)
Design-build projects in excess of $1 million (3 projects required),
(g) Restoration of RCRA and CERCLA facilities and sites (3 projects
required and only for Offerors intending to propose on Environmental
Clean-Up work). (h) special nuclear facility projects (3 projects
required and only for Offerors intending to propose on Nuclear Facility
work.) 3. Safety Record - Certify Offeror's average insurance
interstate Experience Modification Rate (EMR) for the past three years
is less than or equal to 1.0 and Certify Offeror's OSHA incidence
rates for recordable injury and lost work days for the past three years
are less than or equal to the Bureau of Labor Statistics average
incidence rates for SIC Codes 8741 and 1541, 4. Quality
Assurance-Certify that Offeror's QA Program meets: ANSI/ASME NQA01,
1989 edition (or most current version) for basic requirements section
1 through 18 and associated supplements, records management section of
NQA01, as delineated in basic requirement 17, Supplement 17S-1; and
ANSI/ASME NQA02. 1989 edition (or most current version) for part 2.7,
''QA requirements for computer software for nuclear facility
applications'' 5. CAD Capability Certify that Offeror uses: (a)
Computervision Revision 6.2 SUNOS Release 4.0 32TA4M operating on
Motorola 68020 chips or Autocad, DOS 5.0 operating on IBM PS/2's or
compatible hardware. 6. Scheduling - Certify capabilty to provide
resource loaded, detailed schedules as required by DOE Order 4700.1,
Change 1, Project Management Systems. 7. Cost Estimating - Certify
capability to provide detailed cost estimates required by DOE Order
4700.1, 5700.2C, DOE/MA0063 Cost Guide Volumes 1-6. 8. Certify - the
commitment to award 40% of annual subcontract dollars to Small Business
with 25% of this amount awarded to Small Disadvantaged Business firms.
9. Certify - the willingness to establish a facility within a 50 mile
radius of RFETS. The ommission or failure to respond or certify to any
Pre-Qualification criterion as required above may result in the
Offerors elimination from further consideration. Access to Site
security areas requires the ability to obtain DOE ''L'' and/or ''Q''
access authorization. Personnel must be able to obtain security
approval to enter Material Access Areas and medical approval to wear
personal respiratory protection. Contractor may, or may not, award a
subcontract on the basis of this Pre-Solicitation/Pre-Qualification
notice. Contractor will not pay proposal preparation costs and makes no
warranty as to the total amount of services to be required and reserves
the right to require no services during the subcontract period.
Contractor is under no obligation to award PADs solely to a holder of
a subcontract resulting from this Pre-Solicitation/Pre-Qualification
notice. Work comtemplated by this acquisition may be awarded in full or
in part to other subcontractors. This could occur through the issuance
of new solicitation for subcontract award or by issuance of PADs to
any qualified firm. Telephone calls will not be accepted. Any questions
shall be in writing to R. E. Nagel at the Fax numbers listed above by
close of business August 11, 1995. No further project specific
information will be furnished. (0216) Loren Data Corp. http://www.ld.com (SYN# 0160 19950807\Y-0001.SOL)
Y - Construction of Structures and Facilities Index Page
|
|