Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 26, 2002 FBO #0328
SOURCES SOUGHT

Y -- Expression of Interest - Purification Facility

Notice Date
10/24/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of Energy, BWXT Y-12, L.L.C. (DOE Contractor), BWXT Y-12, L.L.C., P. O. Box 2002, Oak Ridge, TN, 37831-6501
 
ZIP Code
37831-6501
 
Solicitation Number
EOI-PF-01
 
Archive Date
12/10/2002
 
Point of Contact
P Ellis, Procurement Analyst, Phone 865-576-1448, Fax 865-576-1340, - P Ellis, Procurement Analyst, Phone 865-576-1448, Fax 865-576-1340,
 
E-Mail Address
ellispj@y12.doe.gov, ellispj@y12.doe.gov
 
Description
CONTACT FOR THIS REQUEST IS JOEL POTEAT. SEE LAST SENTENCE OF THIS REQUEST FOR SPECIFIC INFORMATION ON HOW TO CONTACT MR. POTEAT. PURPOSE. BWXT Y-12, L.L.C. (BWXT Y-12), acting under its Prime Contract No. DE-AC05-00OR22800 with the United States Department of Energy (USDOE) at the Y-12 National Security Complex, is soliciting expressions of interest for the construction of a new building/facility known as, "Purification Facility", within the Y-12 facility located in Oak Ridge, Tennessee. The value of the project is estimated to be approximately $8 million dollars. It is the intent of BWXT Y-12 to secure a construction firm (or Team) capable of self-performing most of the required construction activities for this project and capable of subcontracting for additional specialized expertise as needed. This expression of interest, does not constitute an invitation for sealed bids, a request for proposal, or offers. This request is for the purpose of identifying prospective and qualified firms. Responses received will be used for planning purposes and determining candidates for subsequent procurement actions, if any. If you do not respond affirmatively to all qualifying criteria contained in the expression of interest, you will not be eligible for subsequent procurement actions. The estimated date for solicitation is January 2003. DESCRIPTION OF PROJECT & SCOPE OF WORK. The planned building size is approximately 10,000 square feet and is to be located on an approximate 2-acre site within the Y-12 facility. The physical work location of the proposed building can be accessed and worked by non-cleared personnel utilizing proper identification and passes for required subcontractor vehicles. However, the specification requires the subcontractor to be capable of obtaining a favorable Foreign Ownership, Control, or Influence determination, issued by the Government, in order to be eligible for a subcontract award. Construction work performed on the DOE reservation in Oak Ridge requires the successful firm to become signatory to the Construction Labor Agreement with the Knoxville Building and Construction Trades Council. For information regarding FOCI and all that is required, please visit the web site at, http://www.y12.doe.gov/procurement-ext/library/articles_forms/focid.pdf. (Note: There is an underscore between the word "articles" and the word "forms" in this web site address) All employees are to be citizens of the United States. Work Scope currently consists of: Site Preparation - excavation, backfill, grading, underground and above ground utilities, access roads, erosion control, sowing of grass, and paving. Civil - Office and process areas consisting of building foundations, reinforcing, concrete slabs, reinforced concrete walls, structural steel walls and roof, built up roofing, metal roofing, loading dock, and mechanical equipment rooms. Architectural - Suspended ceiling, sheet rock, office furniture, cubicles, lockers, restroom facilities with partitions, interior and exterior doors, brick veneer, glass block, scuppers, downspouts, signs, and painting. Mechanical ? Heating-Ventilating and Air Conditioning (HVAC), process and utility piping, and fire protection. Electrical - Power, lighting, grounding, communications, and fire alarm. Controls - Instrumentation packages for process and utility systems. Equipment - Installation of government and subcontractor furnished process and utility equipment including piping, electrical, and instrumentation connections. Provide test and checkout support of process systems. PROCUREMENT PROCESS. BWXT Y-12 intends to award an evaluated competitive firm-fixed price subcontract to the successful offeror that best meets the project's goals and objectives. Selection will be based on best-value using a two-phased approach. Phase 1, will request that firms respond to evaluation factors such as, but not limited to, Project Approach - Technical Proposal(s), Schedule, Subcontracting Plan, Organization, Personnel, Experience, Past Performance and Financial Condition and Capability. From the responses received, BWXT Y-12 will down-select no more than four (4) firms, to receive the Request For Proposal (RFP). No prices are to be included in Phase 1. During Phase 1, offerors will be required to submit proposals that are acceptable without additional explanation or information. Evaluation of proposals will be categorized as either 1) Acceptable 2) Reasonably susceptible of being made acceptable and 3) Unacceptable. Additional information and/or discussions will be at the sole discretion of BWXT Y-12 with only those determined to be in category 1 or 2. A notice of unacceptability will be forwarded to the offeror upon completion of the proposal evaluation and final determination of unacceptability. Conformity to the technical requirements is resolved during this phase. During Phase 2, BWXT Y-12 will consider for award, prices from only those firms whose technical proposals were determined to be acceptable. If multiple proposals are allowed, then for each proposal accepted, a corresponding price will be required. Subcontract award is anticipated in April 2003, but will ultimately depend on the availability of funding. PARTICIPATION CRITERIA. To be eligible to participate and receive information during any subsequent procurement phase, all respondents to this EOI are certifying that they meet all pre-qualification criteria when answering affirmatively, the following questions: 1. *During the most recent three (3) year period of construction activities, does your, Workman's Compensation Experience Modification Rate (EMR) average 1.0 or less? 2. ** Does your Total Recordable Injury /Illness rate and average Lost Work Day Rate not exceed the applicable statistical standards for your business category? 3. Have you successfully completed, as a prime contractor or joint venture member, one (1) construction project, greater than $5 million dollars in the last five, (5) years? 4. Does your firm have the appropriate financial, insurance and bonding capabilities required of you to perform and complete the proposed project listed in this EOI? 5. Can you certify that your firm has not had a surety firm complete any of your construction projects within the last five, (5) years? 6. Is your firm listed on the U.S. Government's Lists of Parties Excluded from Federal Procurement and Non- Procurement Programs ("Lists")or are you aware of any current action by the government which would preclude your firm from participating? 7. Is your firm ready and willing to provide additional documentation to substantiate your response to the six, (6) questions stated above? Notes: *If you do not know what your EMR rate is, contact your business insurance company. **For the other rates, consult your Company OSHA 200 log. In the event you cannot provide an affirmative response to any of the questions listed in the Participation Criteria, provide your response to each along with any supporting documentation for consideration. RESPONSE TO EXPRESSION OF INTEREST. If your firm meets the qualifying criteria stated above and plans to respond to the request for Qualifications, please respond by November 25, 2002. Your response is to be provided electronically to the contact listed below. If you do not respond affirmatively to all the qualifying criteria you will not be considered for subsequent procurement actions. CONTACT INFORMATION IS AS FOLLOWS: Joel Poteat, BWXT Y-12, Acquisitions and Asset Management, Subcontract Administrator E-Mail Address: poteatja @y12.doe.gov Phone: 865-574-1399 Fax: 865-576-3741
 
Place of Performance
Address: Oak Ridge, Tennessee
Zip Code: 37831
Country: USA
 
Record
SN00193195-W 20021026/021024213253 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.