Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2003 FBO #0674
SOURCES SOUGHT

Y -- Expression of Interest Solicitation - Concrete Batch Plant for Construction Project 9720-82

Notice Date
9/30/2003
 
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
EOICBP
 
Response Due
10/15/2003
 
Archive Date
10/29/2003
 
Point of Contact
John Barr, Subcontract Administrator, Phone 865-576-4437, Fax 865-576-3741, - John Barr, Subcontract Administrator, Phone 865-576-4437, Fax 865-576-3741,
 
E-Mail Address
barrja@y12.doe.gov, barrja@y12.doe.gov
 
Description
1. PURPOSE*****BWXT Y-12 (Company), acting under its Prime Contract No. DE-A05-00OR22800 with the United States Department of Energy (DOE), Oak Ridge Operations, is soliciting Expressions Of Interest (EOI) for the installation, operation and maintenance of an on-site concrete batch plant. The Company has a requirement for a concrete batch plant operation in support of its building 9720-82 construction project. The batch plant operation will be setup and operated on the Y-12 National Security Complex in Oak Ridge, Tennessee. Award of any site work is contingent upon funding of this project, and funding is not currently available. It is the intent of Company to secure a Small Business to install, operate and maintain this concrete batch plant. If it is determined that a sufficient number of qualified small businesses are not available, the Company will issue a Request for Qualifications to small and big businesses. Funding for this work is not currently available. This request for expression of interest does not constitute an invitation for qualifications, proposals, or offers. This request is for the purpose of identifying prospective and qualified subcontractors. 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 qualification criteria during the expression of interest (EOI) phase, you will not be eligible for subsequent procurement actions. Portions of the technical design criteria documents contain Unclassified Controlled Nuclear Information (UCNI) and Official Use Only (OUO) information which necessitates the use of special information security measures. United States citizenship is required for all personnel working on this project. Construction activities for this new non-reactor nuclear facility must be in accordance with the Price-Anderson Amendments Act 10 CFR Part 830, Nuclear Safety Management; Subpart A, Quality Assurance Requirements.***** PROJECT DESCRIPTION***** The Subcontractor shall provide installation, operation and maintenance of a concrete batch plant to be located on a 3-acre site provided by the Company. The division of responsibility is as follows:***** Subcontractor provides:***** 1. All batch plant equipment including, but not limited to cement silos, aggregate bins, conveyors, belt scales, raw material storage bins, computerized batching controls, settlement basin (must be able to support a continuous 1500 cubic yard placements)** 2. Design of batch plant site and equipment arrangement with approval by the Company.** 3. Labor, supervision, materials, and equipment to develop site, including perimeter fencing, lighting, and install equipment; grading, leveling, and pavement will be required by Subcontractor** 4. Materials, labor and equipment to connect to Company provided power and water sources located within 200 feet of site** 5. Approximately 8-10 concrete mixing trucks to convey concrete approximately ? mile to construction site** 6. All raw materials including aggregate, sand, cement, additives to batch concrete** 7. Test/Trial batches and mixture proportioning studies for various mixes design** 8. Production batch testing samples for third party testing** 9. Daily inspection and quality control of batching operation** 10. Labor and supervision to operate, maintain, and deliver concrete from batch plant to construction site approximately ? mile away (on government owned haul road)** 11. Provide a settling pond and dump / cleaning area on site** 12. All labor and materials necessary to dismantle and remove from site after project completion all equipment and facilities provided above. Restore site to as-found condition** 13. Maintain condition and cleanliness of batch plant site, haul road, and Y-12 public access roads** 14. Redi-mix and Air Quality Permits from the State of Tennessee** 15. Obtain Air and Water discharge permits from the State of Tennessee** 16. NRMCA certification of the batch plant***** The Company provides:***** 1. Approximately 3 acre site** 2. Review and approval of site design** 3. All necessary electrical power and water utilities located within 200 feet of batch plant site perimeter** 4. Haul road from batch plant to construction site** 5. Third party testing and quality control** 6. Quality Assurance oversight***** Concrete batching will occur in two phases estimated as follows:***** 1. Phase I August 2004 through February 2005- 40,000 cy of 2,500 psi concrete** 2. Phase II March 2005 through September 2006- 50,000 cy of 4,000 psi concrete***** Applicable Concrete/Testing specifications:***** 1) ACI 117-90; 2) ACI 211.1-91; 3) ACI 301-99; 4) ACI 303.1-97; 5) ACI 305R-99; 6) ACI 306R-88; 7) ACI 309R-96; 8) ACI 318-02; 9) ACI 349-01; 10) ASTM C39-01; 11) ASTM C94-00e2; 12) ASTM C172; 13) ASTM C192-00***** Labor Requirements: ***** The Subcontractor will be required to be a signatory to the existing Construction Labor Agreement (CLA). All employees assigned to work at the Y-12 Complex must be US citizens. All batch plant operations will be performed under the Construction Labor Agreement (CLA) by the Knoxville Building and Construction Trades Council (KBCTC) per Davis-Bacon Labor determination. The normal work schedule will be 40 hours per week (Mondays thru Fridays) and overtime will be utilized to support the major concrete placements and other critical work tasks that must be completed without interruption for safety, quality, or schedule reasons.***** PROCUREMENT PROCESS***** The Company intends to award an evaluated competitive firm-fixed price subcontract to the qualified successful Small Business offeror that best meets the project?s goals and objectives. Selection will be based on best-value using a three-phased approach Expression of Interest (EOI) Request for Qualifications (RFQ) and a Request for Proposals (RFP). Phase 1, Expression of Interest, will determine if a sufficient number of qualified small businesses are interested. If there is adequate interest in small business community to proceed to Phase 2, then the strategy remains a Small Business Set Aside. Should there be insufficient small businesses expressing interest to provide adequate competition in the bid process, then the bid strategy will revert to full and open competition and include qualified large and small businesses that expressed interest. Phase 2, Request for Qualifications, will request that firms respond to evaluation factors regarding Past Performance & Experience, Technical Capabilities, and Organization & Personnel Qualifications. The relative weights of the factors reflecting their project importance are assigned by the source selection team prior to issue of the RFQ. From the responses received, the Company will evaluate and score the Statements of Qualification against the RFQ evaluation criteria to down-select to the shortlist to receive the Request for Proposals. No pricing is to be included in Phase 2. Phase 3, Request for Proposals, will request that firms respond to technical evaluation factors such as, but not limited to, Project Management Plan & Business Management, Structure & Control, and Socioeconomic and Affirmative Action Plans and provide Pricing. A pre-bid meeting is planned in Oak Ridge, TN. The basis for award will be the firm offering the best overall value, considering price, the technical RFP submittals, and the SOQs evaluated under the Request for Qualification. Subcontract award is anticipated in April 2004, but will ultimately depend on the availability of funding. The Company strongly encourages providing maximum opportunities for small business concerns as a critical and important element of the building 9720-82 construction project. In case of a full and open competition bid, Large Businesses are required to submit a Small Business subcontracting plan as part of their proposal. ***** EOI QUALIFICATION CRITERIA***** Criteria have been established for Subcontractors interested in this opportunity. All Subcontractors responding to this request are certifying that they meet all qualification criteria. Respondents meeting the EOI qualification criteria will be eligible for Phase 2, the Request for Qualification phase of this procurement. Meeting the EOI qualification criteria requires an affirmative answer to the following questions:** 1. Seller must be able to provide all work and operations as described above and evidence of successful completion of similar projects or operations within the last five (5) years. Yes___ No___ Provide a Brief Statement:_______________________________________________ ***** 2. Past experience in integration of environment, safety, and health into work planning and execution [i.e., Integrated Safety Management (ISM)], Occupational Safety and Health Act (OSHA) compliance. Yes___ No___ Provide a Brief Statement:_____________________________________________________ ***** 3. Past experience and performance in complying with federal and state regulations for environmental protection including management of storm water, erosion and sediment control, pollution prevention/waste minimization, and application of industry standard best management practices. Yes___ No____ Provide a Brief Statement:_______________________________________________________ ***** 4. Demonstrated past experience within the last five (5) years of: Mixing and verifying raw materials as appropriate, including aggregate, sand, cement, and additives to batch concrete; Test / trial batch processes and mixing proportioning studies are adequately documented and verified; Production batch test sample collection is appropriately documented and verified and provided to a qualified third party tester for verification of results; and Daily inspection and quality control of batch processing operations are performed in accordance with a current quality assurance program, based on national consensus standards such as ANSI/ISO/ASQC-Q9001or ASME/NQA -1, that implement the quality assurance requirements of the Price Anderson Amendments Act (PAAA) 10 CFR 830.122, "Quality Assurance Criteria". Yes___ No___ Provide a Brief Statement:_______________________________________________________ ***** 5. Competence in performing the work described and performance results from the standpoint of cost and cost overruns and effectiveness of cost reduction programs. Yes___ No___ Provide a Brief Statement:_______________________________________________________ ***** 6. Do you qualify as a small business, per Federal Acquisition Regulations, Part 19, Small Business Programs? Yes___ No___ Provide a Brief Statement:________________________________________________________ ***** RESPONSE FOR EXPRESSION OF INTEREST***** If your firm meets the above participation criteria (you can answer Yes to all questions) and plan to respond to the EOI, please respond by October 15, 2003. Your response is to be provided by mail, or electronically, to the contact below. If you do not respond affirmatively to all of the qualification criteria during the EOI phase, you will not be considered for subsequent procurement actions. Please provide a brief statement to support your affirmative responses. Upon request, you may be asked to provide additional documents to substantiate your responses to the above questions. ***** Department of Energy C/o BWXT Y-12 L.L.C. Y-12 Complex / Bear Creek Road P.O. Box 2002-Construction Attn: John Barr MS 8178 Building 9703-15 Oak Ridge, TN 37831***** John Barr Subcontract Administrator BWXT Y-12, L.L.C. Acquisitions and Asset Management E?Mail Address: barrja@y12.doe.gov Phone: 865-576-4437 Fax: 865-576-3741
 
Place of Performance
Address: Bear Creek Road, Oak Ridge, Tennessee
Zip Code: 37830
Country: USA
 
Record
SN00444679-W 20031002/030930213059 (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.