Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2018 FBO #6012
SOURCES SOUGHT

Y -- Expression of Interest/Request for Information for Onsite Concrete Testing Services in Support of Construction of Saltstone Disposal Unit Seven (SDU-7) - EOI SDU-7 Onsite Concrete Testing

Notice Date
5/8/2018
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Energy, Savannah River Remediation, LLC, Savannah River Remediation, LLC, Savannah River Site - 766-H, Aiken, South Carolina, 29808, United States
 
ZIP Code
29808
 
Solicitation Number
SRR-SCM-2018-00065
 
Point of Contact
Jonathan L. Younts, Phone: 8039528103
 
E-Mail Address
jonathan.younts@srs.gov
(jonathan.younts@srs.gov)
 
Small Business Set-Aside
N/A
 
Description
Liquid Waste Operations Salstone Disposal Unit & Tank Drawings Procurement Specification for Saltstone Disposal Unit 7 - SDU 7 Expression of Interest Salt Disposal Unit 7 Onsite Concrete Testing PURPOSE The purpose of this inquiry is to determine your interest and qualifications as a possible Offeror for onsite concrete testing services in support of construction for the SDU-7 concrete tank project. In addition, this inquiry also provides an opportunity for SRR to ask pertinent questions of potential subcontractors. GENERAL DESCRIPTION OF SERVICE: It is anticipated that construction will begin at Savannah River Site in late August 2018 on a 32-million-gallon concrete tank to serve as a low level radioactive solid waste disposal unit. Currently, SRR personnel will be performing various QA/QC functions; however, this EOI requests information from potential subcontractors who would perform various onsite/offsite testing functions in lieu of SRR personnel. Attached to this EOI is the draft specification for the construction of the tank as well as draft design drawings for the construction of the tank. At the present time, a procurement specification has not been written for the scope associated with this EOI; however, the required services can be found in more detail in sections 1400, 1450, 3300 and 1810 of the attached SDU-7 Tank procurement specification. Tank information pertinent to this EOI is as follows: • Tank diameter is 375 feet • 208 support columns 2 foot in diameter • 25 walls, 43 ft. tall • Roof slabs 7 sections, Main slab is 2-foot-thick and will require 14 placements. • Field cures required • 8 shrinkage tests required, reference C-C2-Z-00017 • Approximately 102 concrete placements. EOI/RFI DISCLAIMER SRR will use the information obtained in your response to this EOI/RFI to determine your firm's ability and interest in performing this service. THIS EOI/RFI IS FOR INFORMATIONAL PURPOSES ONLY. THE ATTACHED SCOPE OF WORK AND DESIGN DOCUMENTS ARE CONSIDERED FOR THIS REQUEST TO BE IN DRAFT FORM. EXPENSES RELATED TO EOI/RFI FOR INFORMATION SUBMISSIONS This EOI/RFI does not commit SRR to issue a future solicitation for these services or to award a subcontract, nor to pay any costs incurred in the development and submission of any response. EOI/RFI SUBMITTAL INSTRUCTIONS The response should demonstrate your overall qualifications and proven capabilities in supplying the equipment and services required to perform the services described in Attachment #1 SDU-7 Procurement Specification. The information specified below is requested. 1. Organization and Experience Demonstrate that your firm has sufficient resources and experience, or if you propose to perform the potential subcontract by use of a partnering agreement with another firm, or with the use of sub-tier subcontractors/suppliers. 2. Service Capability (Equipment, Personnel, and Facilities) and Scope Performance Provide documentation to indicate that your firm has the capability, equipment, personnel resources, and facilities necessary to perform the work scope. 3. Quality Assurance Program Demonstrate your firm's QA Program. Testing lab shall be qualified in accordance with ASTM E329 including field technicians. REQUIREMENTS Potential Offerors need to be aware of SRR Subcontract Requirements as follows: 1. Any subcontract awarded as a result of this EOI will be subject to the Service Contract Act unless the subcontractor can certify exemption. 2. Environmental Safety and Health Evaluation Worksheet for the past three calendar years will be required with OSHA 300 logs to support. SRR requires an Experience Modification Rate (EMR) of 1.0 or less and a Total Recordable Case (TRC) rate of 4.3 or less. 3. Potential Federal Budget constraints will be presented within the RFP. 4. Representations and Certifications will be required and will be part of the RFP. 5. Small Business Subcontracting Plans will be required of Large Business Offerors. 6. North American Industry Classification System (NAICS): 541380 SUBCONTRACT TYPE It is anticipated that if the requirement referenced in this EOI develops into a future procurement action, the award will be a fixed-price subcontract. Following a formal RFP and Pre-Proposal meeting at SRR, a single subcontract is planned; however, SRR reserves the right to make multiple awards. Award will be made to the Offeror(s) whose proposal(s) best conforms to any resultant RFP and is determined by SRR to be the most advantageous. SRR will evaluate the proposals based on a low price/technically acceptable approach. An award is anticipated in 4th quarter 2018. SUBMISSION OF RESPONSES If you do not plan to submit a response, a brief email indicating your lack of interest and reasons would be appreciated. Offerors can review typical subcontract documents at: SRRemediation.com, then to Business Opportunities, then to Documents and Forms EOI responses will be received by SRR via email at the below address until June 15, 2018 COB. If you have any questions, please do not hesitate to contact me at 803-952-8103 or via email at jonathan.younts@srs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e678dae47363df6855e84e5111bbb499)
 
Place of Performance
Address: Savannah River Site, Procurement Services, Savannah River Remediation LLC, Aiken, South Carolina, 29808, United States
Zip Code: 29808
 
Record
SN04915462-W 20180510/180508231406-e678dae47363df6855e84e5111bbb499 (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.