Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 22, 2015 FBO #4807
SOLICITATION NOTICE

Y -- Uranium Processing Facility (UPF) Site Infrastructure & Services (SIS)

Notice Date
1/20/2015
 
Notice Type
Presolicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
USACE District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
 
ZIP Code
37202-1070
 
Solicitation Number
W912P5-15-R-0001
 
Response Due
4/6/2015
 
Archive Date
5/6/2015
 
Point of Contact
Isaac J. Taylor, 615-736-5679
 
E-Mail Address
USACE District, Nashville
(isaac.j.taylor@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
PURPOSE: The Nashville District U.S. Army Corps of Engineers intends to issue a Request for Proposal (RFP) for the subject project. This is a Presolicitation Notice. This Notice is being issued for planning and informational purposes only. This notice is not a solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice, nor will the Government accept proposals as a result of this Notice. The plans and technical specifications for this requirement will only be available upon solicitation issuance. PROJECT DESCRIPTION: The UPF SIS project will accomplish field readiness activities to support construction of the UPF at the Y-12 National Security Complex in Oak Ridge, TN. This project will be managed by the U.S. Army Corps of Engineers (USACE) as the result of an Interagency Agreement (IA) with the National Nuclear Security Administration (NNSA), Department of Energy (DOE). The Y-12 National Security Complex is a government-owned, contractor managed complex. This work will include, but is not limited to the following: Site layout plan for trailers and lay down areas, UPF SIS traffic control plan, Demolition and Removal of existing infrastructure, Earthwork to include excavation of the hillside under and in the immediate vicinity of building number 9107 and sediment basin 4 excavation, onsite fill and hauling and disposal of excavated materials, Installation of storm water structures to include pipes, casings, basins, headwalls, security barrier, and drop structures, Installation of sanitary sewer structures to include pipes, manholes and check dams, Grading of areas for UPF supporting facilities, and Performing erosion and sediment control, and water management activities. This description is not intended to be all encompassing and is subject to change. NAICS CODE AND SBA SIZE STANDARD: The NAICS code for this project is 238910 with a size standard of $15,000,000. PROJECT LABOR AGREEMENTS: Offerors will be invited to submit a proposal subject to Project Labor Agreement (PLA) requirements (a PLA proposal), a proposal not subject to PLA requirements, or both. If a PLA proposal is accepted by USACE, the awardee shall be required to execute a Project Labor Agreement (PLA) with one or more appropriate labor organizations for the term of the resulting Contract. TYPE OF SET-ASIDE: The solicitation will be set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. SOLICITATION AND CONTRACT TYPE: It is anticipated that from the Request for Proposal Solicitation, the Government will use Best Value Trade-off Source Selection Procedures to award one Firm-Fixed Price (FFP) Construction Contract. DISCLOSURE OF THE MAGNITUDE OF THE CONSTRUCTION PROJECT: The disclosure of magnitude range is between $5,000,000 and $10,000,000. SOLICITATION RELEASE DATE: It is anticipated that the solicitation will be released mid February 2015. The plans and technical specifications will only be available after solicitation release. A pre-proposal conference/site visit will be held approximately 14 calendar days after solicitation release. Proposals will be due approximately 45 calendar days after solicitation release. These forecasts are subject to change. ADDITIONAL INFORMATION: Specific information pertaining to this procurement will be available in the solicitation. The solicitation documents will be posted on the Army Single Face to Industry (ASFI) database. You can access these files from the Federal Business Opportunities (FBO) website, www.fbo.gov. It is, and will continue to be, the responsibility of all potential offerors to monitor the FBO website for any amendments, updates, responses to questions and answers, etc. as the Government will not be maintaining a mailing list. The project location has special security requirements that will be identified in the solicitation. These special security requirements may be more stringent than what is normally required for work on Federal projects. POINT-OF-CONTACT FOR QUESTIONS: The Contract Specialist for this solicitation is Isaac Taylor, telephone: 615-736-5679, fax: 615-749-6025, email: Isaac.J.Taylor@usace.army.mil. Any communications regarding this procurement must be made in writing and forwarded via email or facsimile and must identify the Solicitation number, company name, address, email address, phone number including area code, facsimile number, and point of contact.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-15-R-0001/listing.html)
 
Place of Performance
Address: Y12 NATIONAL SECURITY COMPLEX 301 BEAR CREEK ROAD OAK RIDGE TN
Zip Code: 37381
 
Record
SN03620202-W 20150122/150120234616-e3d80e440a0a33e30c3619f6a28a1974 (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.