Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2010 FBO #3022
SOURCES SOUGHT

P -- D&D of Retention Basin and Associated Structures

Notice Date
3/2/2010
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
EMCBCU.S. Department of EnergyEM Consolidated Business Center250 E. 5th Street, Suite 500CincinnatiOH45202
 
ZIP Code
45202
 
Solicitation Number
DE-SOL-0001619
 
Response Due
3/17/2010
 
Archive Date
4/16/2010
 
Point of Contact
Skiles, Mary L 513-246-0575, mary.skiles@emcbc.doe.gov
 
E-Mail Address
Skiles, Mary L
(mary.skiles@emcbc.doe.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: DE-SOL-0001619 Notice Type: Sources Sought Synopsis Synopsis: Added: March 2, 2010 The Department of Energy (DOE) is currently in the acquisition planning stage to procure demolition and disposition services for the removal of a radioactively contaminated retention basin and associated support structures at the U.S. Department of Energy's Idaho National Laboratory (INL) site in Idaho Falls, Idaho. The scope of work includes engineering, work planning, sampling, characterization, off-Site laboratory analysis, and demolition and disposition of waste. The resultant low level radioactive waste will be disposed of at an on-site disposal cell located at the Idaho Nuclear Technology and Engineering Center (INTEC) which is located at the INL site. It is anticipated that this project will be funded using appropriations from the American Reinvestment and Recovery Act and any subsequent task order will contain special ARRA related requirements.The anticipated period of performance is May 2010 through November 2010.The North American Industry Classification (NAICS) code for these services is 562910 Environmental Remediation Services, and the small business size standard is 500 employees.THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSALS (RFP) AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO AWARD A CONTRACT AT THIS TIME. THE PURPOSE OF THIS SYNOPSIS IS TO IDENTIFY SMALL BUSINESS CONCERNS WITH THE CAPABILITY TO PERFORM THE WORK LISTED ABOVE WITH THE INTENT OF ASSESSING SET-SIDE POSSIBILITIES.DOE is requesting a capability statement of no more than 10 pages from small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small businesses, Alaskan Native Corporation, Indian Tribe Organizations, Indian-Owned economic enterprises, and 8(a) companies that meet the size standard specified above. The capability statement should include a description of an interested party's capability to perform the services described above. In assessing the set-aside possibilities, DOE will review each capability statement against the following criteria:1) Demonstrated capability in the characterization of radioactive and hazardous constituents.2) Demonstrated capability in the demolition and disposition of mass concrete structures that have been contaminated with radioactive and hazardous constituents.3) Demonstrated capability with preparing and implementing the necessary environmental, safety, health and quality assurance programs and procedures for work involving environmental remediation and demolition and disposition of structures and land contaminated with radioactive and hazardous constituents.4) Demonstrated capability managing and integrating the scope described above as a prime contractor. In order for DOE to asses set-aside possibilities under the NIACS code and size standard specified above, interested parties should also identify its company's classification as one of the following:1) Small business;2) 8(a) business;3) HUBZone small business;4) Small disadvantaged business;5) Woman-owned small business; 6) Service-Disabled, Veteran-Owned small business;7) Alaskan Native Corporation;8) Indian Tribe Organizations;9) Indian-Owned economic enterprises.Any small business teams or joint ventures shall submit written proof from each member of its commitment to continued joint participation. This will not be considered part of the page limitation for the capability statement. Responses should also include a point of contact. Interested parties are requested to provide name, phone number, and address of the firm and any teaming partners or joint venture members.The DOE appreciates your time and interest in supporting this market research effort; however, the DOE will not pay for any information that is provided in response to this announcement, nor will it compensate any respondents for the development of such information. While a future solicitation for the required services is anticipated, it is not guaranteed.DOE may contact firms responding to this announcement to clarify a responder's capabilities and other matters as part of this market research process. DOE reserves the right to use any and all information submitted in response to this request in any manner the DOE determines is appropriate, including, but not limited to, the creation of a competitive solicitation. Interested parties should avoid including any classified, business confidential, and/or proprietary information in its response. However, if an interested party must submit such information, the information must be clearly marked accordingly, and the interested party must provide sufficient justification as to why such information is business confidential and/or proprietary. The DOE will review said information and safeguard it appropriately.All capability statements shall be submitted electronically to the email address at Mary.Skiles@emcbc.doe.gov no later than March 17, 2010, by 5:00pm Eastern Standard Time. Contracting Office Address: Department of Energy: Environmental Management Consolidated Business Center (EMCBC)250 E. 5th AveCincinnati, OH, 45202 Place of Performance: U.S. Department of Energy Idaho Operations Office1955 Fremont Ave.Idaho Falls, ID 83415Primary Point of Contact.: Mary SkilesContract SpecialistMary.Skiles@emcbc.doe.govPhone: (513) 246-0575Fax: (513) 246-0529 Secondary Point of Contact: Tony Jasper,Contract SpecialistTony.Jasper@emcbc.doe.govPhone: (513)-246-0973Fax: (513) 246 0529
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0001619/listing.html)
 
Record
SN02080393-W 20100304/100302234918-f9db8a7e306d60507a6c27facaa293b6 (fbodaily.com)
 
Source
FedBizOpps 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.