Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2003 FBO #0646
SOURCES SOUGHT

Y -- Request for Qualifications for construction of a new building/facility.

Notice Date
9/2/2003
 
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
HE703
 
Response Due
9/26/2003
 
Archive Date
10/11/2003
 
Point of Contact
Jim Pease, Subcontract Administrator, Phone 865-576-9311, Fax 865-576-1465,
 
E-Mail Address
peasejcjr@y12.doe.gov
 
Description
9720-82 Facility - REQUEST FOR QUALIFICATIONS NO. HE703 BWXT Y-12, L.L.C. (Company), acting under Prime Contract No. DE-AC05-00OR22800 with the United States Department of Energy (DOE), invites you to submit a response to this Request for Qualifications (RFQ) to perform construction of the 9720-82 Facility at the Y-12 National Security Complex in Oak Ridge, Tennessee. THIS IS NOT AN ORDER. Award will be made on the Company?s subcontract form or by other written notice. PROJECT DESCRIPTION The 9720-82 Facility will support the DOE and Y-12 national defense missions. No allowance for Foreign Nationals will be granted. Construction of the approximately 135,000 square foot building is estimated to be in the range of between $40 and $60 million dollars. The planned building footprint is approximately 450 feet by 300 feet with a height of approximately 40 feet. The construction site is approximately 7 acres and is at the Y-12 National Security Complex. Physical access to the site will be from Tennessee State Route 95 and Bear Creek Road West. The work location does not require Q-Cleared workers, but all construction personnel must be United States citizens with assigned identification badges and vehicle passes. Construction work at the Y-12 National Security Complex requires the successful firm to become signatory to the Construction Labor Agreement with the Knoxville Building and Construction Trades Council. Work scope consists of procurement of materials and installation of the following: Site Work--Excavation and backfill for underground utilities, grading, underground and above ground utility installation, trenches, access roads, erosion control, and site restoration. Civil/Structural?Administrative offices, mechanical/electrical and storage areas consisting of seismically qualified, cast in place, reinforced concrete building foundations, walls, and columns, structural steel racks/supports, roofing, and loading docks. Architectural--Suspended ceiling, sheet rock, cubicles, lockers, restroom facilities/partitions, interior and exterior doors, scuppers, downspouts, signs, insulation, and painting. Mechanical--Zoned building pressurization, including Heating, Ventilation and Air Conditioning (HVAC), High Efficiency Particulate Air (HEPA) filters, utility piping, fire protection, and plumbing. Electrical--Power, lighting, grounding, communication, and alarm systems. Controls--Instrumentation packages for security and utility systems. Equipment--Installation of government and subcontractor furnished equipment including piping, electrical components, and instrumentation. Testing Support--Test, checkout, and startup support for systems, structures, and components. Quality Control/Quality Assurance--Requirements will be per DOE 414.1A. GENERAL INFORMATION This request is for the purpose of soliciting statements of qualifications from those firms who are capable of responding affirmatively to the 9720-82 Facility Notice of Intent Participation Criteria, posted in FedBizOps. The 9720-82 source-selection team will down-select to establish a short-list of firms utilizing a qualifications-based selection process. Statements of qualification received in response to this RFQ will be evaluated against the criteria described in Attachment 1 and selected firms will receive the Request for Proposal (RFP). Technical RFP documents for this project will contain Unclassified Controlled Nuclear Information and Official Use Only information which requires special information security preparations on the part of the short-listed firms prior to receiving the RFP. Due to the content of the RFP, all short-listed firms will be required to designate two personnel who must complete Company-provided training to function as Unclassified Controlled Nuclear Information (UCNI) Reviewing Official(s), Computer Security Officer(s), and Information Security Officer(s). These individuals must be capable of receiving a DOE L-Clearance and later upgraded to that of a Q-Clearance. The offeror must be prepared to send these two individuals to Oak Ridge for information security training promptly upon shortlist notification. The Company may install Secure Telephone Units (provided by the Company) at the offeror?s offices and certify the computer server for UCNI processing. Due to the requirement for the constructor to have a few personnel with security clearances, the successful offeror must be capable of obtaining a favorable Foreign Ownership, Control, or Interest (FOCI) determination from the Government in order to be eligible for subcontract award. All subcontractor personnel working on this facility must be United States citizens. After the information security activities are completed for all the shortlisted offerors, the RFP may be issued, to which a price and technical proposal must be submitted. Upon completion of the technical and price proposal review and final negotiations, the Company intends to award a firm-fixed price subcontract for the construction of the new 9720-82 facility. CONTRACTING METHODOLOGY The evaluation of the proposals submitted in response to the RFP issued to the short-listed firms will address the assessment of the realism and reasonableness of the price proposal and technical proposal merits. The Company will use a source selection process in which the offeror?s price, RFQ Statement of Qualifications (SOQ), and RFP technical submittal are all considered. Price is an important criterion, although less so than the composite technical factor. Award will be made to the offeror whose proposal contains the combination of technical excellence and price that offers the best overall value to the Government. Determination of the short-list is forecast for November 2003. Issuance of the RFP to the short-listed firms is forecast for January 2004. The Company reserves the right to solicit from all available sources relevant information concerning the offeror?s record of performance and use this information in the evaluation and selection process. Subcontract award is anticipated in September 2004, but will ultimately depend upon the availability of funding from Congress. The total subcontract period of performance is expected to be approximately thirty months. For programmatic reasons, this solicitation has been issued in advance of receipt of funds that would permit a subcontract to be awarded. Funds are expected to become available in July 2004. No legal liability on the part of the Company for any payment may arise until funds are made available and a subcontract is awarded. SUBMITTAL INSTRUCTIONS Firms that meet the requirements of this announcement and desire consideration are requested to submit the original, plus 8 copies each, of their Statement of Qualifications on or before 4:00 p.m. Eastern Standard Time on September 26, 2003. Consideration of any submission received after the time specified but before award is solely within the Company?s discretion. The SOQ will be evaluated against the criteria described in Attachment 1. All proposals must be appropriately labeled, and the original should be identified. The amount of material must be limited to no more than 50 double-sided pages, excluding resumes, Environment, Safety and Health Plan, and Substance Abuse Plan. Specific and detailed information is to be included. Each responding firm is responsible for providing adequate information to best represent their organization and its member?s (including proposed subcontractors and consultants) qualifications to perform the full range of services covered by this announcement. A response may contain technical data and other data, including trade secrets or privileged or confidential commercial or financial information, which the Respondent does not want disclosed to the public or used by the company or the Government for any purpose other than response evaluation. To protect such data, the Respondent must specifically identify each page, including each line or paragraph thereof containing the data to be protected, and attach to the response cover sheet containing the following notice: Notice The data contained in pages ______ of this Statement of Qualifications (SOQ) response have been submitted in confidence and contain trade secrets and/or privileged or confidential commercial or financial information, and such data will be used or disclosed only for SOQ evaluation purposes, provided that if a subcontract is awarded to this Respondent as a result of, or in connection with, the submission of this response, the Company and the Government will have the right to use or disclose the data herein to the extent provided in the subcontract. This restriction does not limit the Company?s and the Government?s rights to use or disclose data obtained without restriction from any source, including the Respondent. Reference to the above notice on the Cover Sheet must be placed on each page to which the notice applies. The Company assumes no liability for disclosure or use of unmarked data and may use or disclose such data for any purpose. This request does not commit BWXT Y-12, L.L.C. to pay for any costs incurred in the preparation and submission of a response or for any costs incurred prior to the execution of a subcontract. Direct your response to the following address: BWXT Y-12, L.L.C. P.O. Box 2002 Oak Ridge, TN 37831-6501 Attn: James Pease (865) 241-9311 (telephone) Please submit all questions regarding this solicitation in writing to the undersigned via e-mail: zcp@y12.doe.gov or via Fax: (865) 576-1475, or to Lynn Taylor at a3z@y12.doe.gov . For express mail delivery, the street address is Bear Creek Road, Oak Ridge, TN, 37830-6501. Answers to questions, and any amendments to this RFQ, will be provided at the following URL: http://www.y12.doe.gov/procurement-ext/solicitations/HE703/HE703.html It is recommended that you check this site periodically. Your interest in this important project is appreciated. Sincerely, J. C. Pease Subcontract Administrator
 
Place of Performance
Address: Y-12 National Security Complex, Oak Ridge, Tennessee
Zip Code: 37831
Country: USA
 
Record
SN00421928-W 20030904/030903081813 (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.