BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Renovation of a laboratory facility in Mercury, Nevada. Conceptual plans call for the renovation of a 2,500-square-foot laboratory facility.

As of August 13, 2024, a contractor has not been awarded. A timeline for the issuance of an RFP for contractor has not been determined. A firm timeline for start of construction has not been determined. *The closed solicitation has been included below for reference: 10242023-Procurement_of_Subsurface_Construction This purpose of this notice is to request information from those companies interested in performing work as summarized below. This is NOT a solicitation. This announcement is for information and planning purposes only and is not to be construed as a commitment, implied or otherwise, to issue a solicitation or award a contract. The North American Industry Classification code (NAICS) is 237990 Heavy and Civil Engineering Construction - Size Standard for this project is $25-50 Million, 238990 Specialty Trade Contractors, 236220 Commercial and Institutional Building Contractors. MSTS may use responses to this market survey to make an appropriate acquisition decision for this project. The type of solicitation issued, and the manner of advertisement may depend on the responses to this market survey. RESPONSES REQUESTED FROM ALL INTERESTED FIRMS The Nevada National Security Sites (NNSS) is conducting market research to determine potential sources having the qualification, experience, and bonding necessary to perform the described work. The work is planned as multiple fixed-price Construction Basic Ordering Agreements where specific activities will be authorized by Task Orders. Interested parties are invited to response to this announcement by providing the following information: Company Name and Address Point of Contact Capability Statement demonstrating ability to perform and deliver the subsurface construction work. Four recently completed similar deliveries, include project name, location, contact name, and phone number, and the in-service date. Indicate business type i.e. Small Business concern type or Large Business concern. Provide requested information in an email, NOT LATER THAN May 16, 2024, to Kimberly Kruskie, Email: kruskikl@nv.doe.gov Background Mission Support and Test Services (MSTS) is the management and operations contractor to the Department of Energy to manage the NNSS. MSTS is currently executing the ZEUS Test Bed Facility Infrastructure (ZTBFI) project, which are part of the Enhanced Capabilities for Subcritical Experiments (ECSE) portfolio. ZTBFI will deliver the necessary infrastructure modifications to the U1a Complex to accommodate new experimental systems and equipment. The NNSS installation is located on Federal land controlled by the National Nuclear Security Administration (NNSA) located 65 miles Northwest of Las Vegas, NV, which is accessed by Highway 95 North to the Exit for Mercury, Nevada. The installation site for the UCEP project is approximately 30 miles north of the Mercury gate in Area 1 (See Attachment A - U1a Location) - The U1a Complex is an underground laboratory used for subcritical experiments and physics experiments to obtain technical information about the U.S. nuclear weapons stockpile. These experiments support the NNSA's Stockpile Stewardship Program, created to maintain the safety and reliability of the U.S. nuclear weapons stockpile. The complex is located 963 feet below ground surface and mined at the base of two vertical shafts. The vertical shafts are equipped with mechanical hoists for personnel and equipment access. The underground facility is on one level and consists of horizontal tunnels and alcoves, which are approximately 1.4 miles collectively in length. - Purpose The purpose of this Request for Information (RFI) is to identify qualified mid to large sized General Contractors who are qualified and have the capacity to provide construction services for underground work for the ZTBFI projects and future infrastructure projects. Scope The General Contractor shall provide turn-key construction management, quality control, health and safety, industrial hygiene, supervision, craft labor, project controls, equipment, materials, and tools to construct, install, commission, acceptance test and turnover underground infrastructure and systems. The underground systems will be constructed in 300 feet of existing underground drifts and include: Designs and building materials provided by MSTS. Consumables to be provided by sub-contractor. Electrical - electrical distribution, transformers, switchgear, busway, cable tray, conduit, conductors, grounding, backup/uninterruptable power supplies, process control, public address, data drops Piping Systems - chilled water, utility water Mechanical - pump skid upgrades, heat exchangers, HVAC Units, overhead supports and hangers. Fire Protection - detection and alarm, fire extinguishing, fire barriers, Communication - computer data networks, voice communication. Ventilation - duct work, fans and supports. Lighting - emergency lighting and lighting Lifting System - Rails, beams, and supports (Crane to be provided by others) Drift Infrastructure - Shield Wall, Invert (Floor), Bypass, Civil - Footings, Concrete and reinforcement. Support Systems - Anchors, rockbolts, embeds and supports. Diagnostic Room - Walls, doors, utilities Mezzanine - Platform, anchors Special Processes - Welding Mining Related Operations - rock bolting, fibercrete application, and invert installation (concrete) for future infrastructure projects. RESPONSES TO THIS MARKET SURVEY shall include the following, which may be used for qualifying interested firms: Name of firm with address, phone and point of contact. Indicate whether the firm is a domestic (U.S.) firm or a foreign firm. CAGE Code, DUNS number, or a copy of your Representation and Certification in SAM.gov. Business size and socioeconomic status, as applicable. Firm's Bonding Capacity - single and aggregate capability. Payment and performance bonding capacity up to $50 million is desired. Demonstrate minimum of 10 years of recent similar construction experience. Provide at least 3 examples. Demonstrate minimum 10 years recent experience working under a collective bargaining agreement and/or project labor agreement. Provide at least 3 examples. 6.1 See General Notes. Provide standard QA/QC Plan. The QA/QC Program shall meet the requirements of the quality management standard, International Organization for Standardization ISO 9001:2008, "Quality Management Requirements," or equivalent. Additional QA/QC requirements may be required per individual Task Order. Provide approved Corporate Health and Safety Plan and current Experience Modification Rating (EMR). Provide at least 3 references for similar work performed in the last 5 years. Discuss: Scope Issues Identified and disposition paths. Schedule planning and optimization Supply chain (vetting subcontractors, delivery issues and how addressed, etc.) Cost Staffing approach Planning approach Engineering/technical problems and how solved Provide resumes for the following key positions. The resumes must demonstrate applicable professional certifications, and no less than 10 years of full-time experience: Construction Manager Safety Manager Quality Control Manager Industrial Hygiene Craft Supervisor General Contractor resources: discuss number of direct employees and in-house capabilities, equipment, and facilities. Discuss how mobilization/demobilization will be made to NNSS site. Mercury Housing. See General Notes. Lessons learned from complex construction projects that would be useful to MSTS as it plans this project. Qualifications - (other) ASME Nuclear Quality Assurance - NQA-1 - (Preferred) Special Processes - Welding AWS D1.1, D1.2, D1.3 and D9.1 (WPS/PQR) Training and Qualifications Program - Craft and Non-Craft List of License and Certification General Notes: Collective Bargaining Agreement: In addition to compliance with the applicable collective bargaining agreements as required in the General Condition entitled LABOR, PERSONNEL AND WORK RULES, SUBCONTRACTOR is required to be signatory to the collective bargaining agreement(s) listed in the Special Condition titled ATTACHMENTS, and to provide a written Letter of Assent as evidence of such signing. The Letter of Assent shall be delivered no later than 10 calendar days after Notice of Award. Being signatory to the collective bargaining agreement(s) means that the SUBCONTRACTOR agrees to comply with all the Terms and Conditions set forth in the applicable collective bargaining agreement(s) inclusive of the wage rates, fringe benefits, subsistence, and the hiring/referral procedures. Any work to be performed by crafts covered by the agreements shall be paid, at a minimum, the amounts listed for the respective labor union agreements, or the Construction Wage Rates attached to this Subcontract, whichever is higher. The successful proposer and their lower-tier subcontractors are required to attend a Pre-Job Conference with the Building Trades in accordance with the project labor agreement prior to mobilization. The Subcontractor shall call the CONTRACTOR'S Labor Relations Office at (725)259-8189 or email: starksm@nv.doe.gov and/or laborelations@nv.doe.gov for scheduling of the above Pre-Job Conference. The Building Trades phone numbers are (702) 452-8799; FAX (702) 452-9537. Mercury Housing (remote): Optional Housing Services is responsible for all on-site housing needs for our guests staying over on the NNSS. The Housing Services office is located at Building 23-109 (See link below for Area 23 Map) https://insite.nv.doe.gov/directorate/oi/sitesvcs/housefoodcustodial/Shared%20Documents/20180131-01-P001-R00_mercury10.pdf Office Hours: 7:00am - 5:00pm Monday thru Thursday Outside of office hours, keys may be picked up at the OCC, located in 23-600 (Please click on map link above for location) After hour issues Please call 702-295-0311 Room Rates and Check in / Check out times: $50.00/night Sunday - Wednesday $25.00/night Thursday - Saturday Check In - 1:00pm Monday - Thursday Check Out time is 11:00am Monday - Thursday For additional information, please call Erin Saavedra-Medina at 702-295-6930 or Judy Smith at 702-295-6942 project is $25-50 Million The Method of Contractor Selection has not been determined at this Time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Conceptual

Laboratories

$50,000,000.00

Public - Federal

Renovation

We’ve obtained documents for this project and are currently processing them.

Subscribe For Documents

2 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
40
Active Projects
18
Bidding Soon
415
All Active Projects
199
Updated Recently

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

June 2, 2025

img_map_placeholder

To Be Determined, Mercury, NV


The best commercial construction data available. Period.

Access Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.