Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2010 FBO #3091
AWARD

99 -- Provide all planning, engineering, equipment, tools, material, labor, etc. See description for more details

Notice Date
5/10/2010
 
Notice Type
Award Notice
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of Energy, Savannah River Nuclear Solutions, LLC, Savannah River Nuclear Solutions, LLC, Savannah River Site, Bldg 730-2B, Aiken, South Carolina, 29808, United States
 
ZIP Code
29808
 
Solicitation Number
SR002-10-0013
 
Archive Date
5/15/2010
 
Point of Contact
James Allen,
 
E-Mail Address
james.allen@srs.gov
(james.allen@srs.gov)
 
Small Business Set-Aside
N/A
 
Award Number
RA30253L
 
Award Date
4/29/2010
 
Awardee
Baker Concrete Construction, 990 N. Main St, Monroe, Ohio 45050, United States
 
Award Amount
9,683,500.00
 
Description
Savannah River Nuclear Solutions (SRNS), managing contractor of the Savannah River Site (SRS) for the Department of Energy (DOE), solicits interested firms desiring to be considered for Davis-Bacon contract to provide all planning, engineering, equipment, tools, material, labor, training, safety, radiological controls, waste management, testing, supervision and management in order to complete associated work with sealing all exterior openings at grade and above, in addition to modifying existing roofs on two deactivated reactor buildings located on the Savannah River Nuclear Site. Primary sealing and roof modifications activities include forming and placement of reinforced specialty concrete in elevated locations. Preparations for modifications require the dismantlement and removal of exterior building structures and miscellaneous appurtenances. Several of the materials requiring removal are known to be Asbestos Containing Materials. Selected exterior areas require the fabrication and welding of stainless steel plates to seal the structure.perform work associated with sealing all exterior openings at grade and above; in addition to roof modifications on two existing reactor buildings. Any guestions relative to this acquisition shall be addressed to James Allen, james.allen@srs.gov Only firms who have a demonstrated safety performance equal to the following standards shall be eligible for award: 3-year average Interstate Experience Modification Rate of 1.0 or less, and a 3-year average Total Recordable Case Rate of 5.3 or less. Any interested firm who is deemed qualified to perform these services must become signatory to the Site Support Alliance Agreement and be capable of providing payment and performance bonds.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/63222eac105634f8c4d4ac06c1ea9043)
 
Record
SN02144726-W 20100512/100510234443-63222eac105634f8c4d4ac06c1ea9043 (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.