SOURCES SOUGHT
99 -- Recovery Action: P & R Area Disassembly Basin closure. See description for more details
- Notice Date
- 8/9/2010
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- 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
- SR002-10-0030
- Archive Date
- 8/25/2010
- Point of Contact
- Daniel Stewart,
- E-Mail Address
-
daniel02stewart@srs.gov
(daniel02stewart@srs.gov)
- Small Business Set-Aside
- N/A
- Description
- Recovery Action: 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 for the P and R Area Disassembly Basin (DAB) Closure involving the installation of a concrete cover over the DAB and a rip rap armament around the outside perimeter of the inactive reactor building in P and R Areas. The Disassembly Basin is a structure attached to the reactor building that handled radioactive materials and will be demolished to grade level by others. The concrete cover, approximately 1acre in P Area and 2 acres in R Area, will be placed at grade elevation over the area where the basin structure existed. The closure includes installation of reinforced concrete footings that will encapsulate suspect radiological areas, hauling, placement and compaction of structural fill backfill, installation of a steel reinforced concrete cover placed over the backfill, installation and maintenance of erosion control measures and laboratory services for testing. A portion of the closure activity involves work will be performed as radiological work with appropriate controls. A rip rap armament will be strategically placed around the reactor facility. This activity will occur in both P and R Area and includes installation of geosynthetic fabric and rip rap placement. Due to other activities and other prerequisite activities scheduling may be impacted and the four different activities may occur at different times. Any company interested shall submit a letter of interest to Daniel Stewart (email acceptable) before August 25, 2010 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/b8a30dc5825df7b99b42789e74c96af2)
- Place of Performance
- Address: Savannah River Site, Aiken, South Carolina, 29803, United States
- Zip Code: 29803
- Zip Code: 29803
- Record
- SN02234046-W 20100811/100809235453-b8a30dc5825df7b99b42789e74c96af2 (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 |