Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 21, 2019 FBO #6299
SOURCES SOUGHT

S -- PORTSMOUTH AND PADUCAH INFRASTRUCTURE SUPPORT

Notice Date
2/19/2019
 
Notice Type
Synopsis
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
250 East 5th Street<br />Suite 500<br />EMCBC<br />Cincinnati<br />OH<br />45202<br />
 
ZIP Code
45202
 
Solicitation Number
89303319NEM000018
 
Response Due
3/5/2019
 
Archive Date
3/20/2019
 
Point of Contact
Stallworth, Courtney Renea
 
Small Business Set-Aside
N/A
 
Description
PORTSMOUTH AND PADUCAH INFRASTRUCTURE SUPPORT SERVICES (PPPO ISS) SOURCES SOUGHT SYNOPSIS PORTSMOUTH AND PADUCAH INFRASTRUCTURE SUPPORT SERVICES THIS IS A SOURCES SOUGHT SYNOPSIS. No solicitation is available. This Sources Sought is released pursuant to FAR 15.201(e), Exchanges with Industry. The U.S. Department of Energy (DOE) is currently in the acquisition planning stage for the potential award of a contract for the continuation of Infrastructure Support Services (ISS) at the Portsmouth/Paducah Project Office (PPPO). More specifically, the services are to take place at the Portsmouth DOE reservation, known as the Portsmouth Gaseous Diffusion Plant (GDP) site located near Piketon, Ohio; and at the Paducah site which is located at the Paducah Diffusion Plant (PGDP) on a federal reservation in Western Kentucky, approximately 10 miles west of Paducah, Kentucky, and 3.5 miles south of the Ohio River. The Portsmouth GDP site encompasses approximately 3,700 acres. The Portsmouth GDP operated from 1954 until 2001 using a gaseous diffusion process to enrich uranium. Enriched uranium was used in conjunction with commercial reactors and for US Navy Power reactors. Continuous operation of this facility since 1954 has resulted in the accumulation of years of inorganic, organic, and low-level radioactive waste materials. The Paducah site encompasses approximately 3,556 acres, and an additional 133 acres of off-site easements primarily associated with incoming raw water lines and pumps from the Ohio River, emergency notification sirens, and environmental sampling stations. The PGDP is a government-owned uranium enrichment plant constructed in the early 1950s. The site manufactured enriched uranium for the fabrication of fuel assemblies to support commercial and military nuclear reactors and to support weapons development activities. This site includes Hazard Category 2 Nuclear Facilities, primarily based on the uranium inventory; however, other radioactive materials, such as transuranics, are present and contribute to the hazard categorization of the facilities which were formerly leased and operated by the United States Enrichment Corporation (USEC). The Portsmouth and Paducah Infrastructure Support Services Contractors shall provide a full range of infrastructure support services in support of each site ™s environmental remediation and D&D and D&R (respectively) projects under the management purview of PPPO. The range of services shall include, but will not be limited to the following: Computer, Telecommunication, and Cyber Security Services; Safeguards and Security; Grounds Maintenance (including Roads and Parking Lots), Snow Removal, and Pest Control; Training Services; Environmental, Safety, Health and Quality (ESH&Q) Program; Environmental Management including Waste Management and Pollution Prevention; Facility Maintenance, Surveillance, and Repair; Real and Personal Property Management; Janitorial Services; Records Management and Document Control; Mail Services; Fleet Management; Transition/Contract Closeout; and Other Project Support to DOE as appropriate. The purpose of this sources sought synopsis is to seek responses from small business concerns with specialized capabilities to meet all, or part of, the requirements defined in the attached draft Performance Work Statements (PWSs), (Attachments 1 and 2) with the intent of assessing set-aside possibilities. 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. In order for DOE to assess set-aside possibilities under the NAICS codes and size standards specified in #2 below, small business concerns shall identify their company as one or more of the following: small business; 8(a) business; HUBZone small business; small disadvantaged business; woman-owned small business; economically-disadvantaged women-owned small business; or service-disabled, veteran-owned small business. All interested parties are hereby invited to submit a capability statement of no more than fifteen (15) pages, and no smaller than 12-point font. The Government will evaluate each capability statement based on the interested party ™s demonstrated qualifications, capabilities, expertise, experience and past performance in each of the areas included in the draft PWSs. Capability statements should include the following information as appropriate and as applicable: 1) Describe your approach to meeting the requirements in either one or both of the attached draft PWSs. Additionally, please identify and describe any areas in the draft PWSs believed to be missing or in need of clarification. 2) The current Portsmouth and Paducah contracts North American Industry Classification System (NAICS) code for the current Portsmouth and Paducah contracts is 561210, Facilities Support Services, and the small business size standard is $35.5M. 3) DOE anticipates that all or portions of the PWSs requirements may be fixed-price. Please identify any pricing challenges and risks associated with a fixed-price arrangement for the requirements in the draft PWSs. In addition, please identify any actions that can be taken to minimize the risks and provide specific feedback for the type of information required from DOE to support the development of a fixed-price proposal. Based on your organization ™s experience, please identify elements of the PWSs that can be fixed-price. 4) Identify any challenges and risks in meeting the requirements in the draft PWSs and any actions your organization would take to address those challenges and risks. 5) It is anticipated the Paducah Infrastructure contractor will be required to participate in the multi-employer pension and welfare benefits plans for the existing workforce covered by such plans while performing the requirements of the anticipated contract. Discuss your experience (or that of any teaming partners) in sponsoring employer pension and benefit plans at DOE sites. 6) Discuss roles and responsibilities of your company and any contemplated teaming partners specific to the draft PWSs. Under your teaming arrangement, describe how small business entities would perform at least 51% of the dollar value of the labor based on the functions that they would perform. 7) The Portsmouth and Paducah Infrastructure Services work will be conducted throughout multiple facilities within the GDP and PGDP sites and will require interface with other site contractors. Discuss your experience regarding such interfaces. 8) Discuss your experience in implementation of environmental, safety, and health plans related to your (and any teaming partners) work on DOE sites and your approach to addressing the requirements under 10 CFR 851 entitled Worker Safety and Health Program. 9) Discuss the project management/project control system you would utilize for the scope of work. Please be prepared to provide information on the project control system you currently utilize for your company and how it will be tailored for this effort. 10) Discuss any issues the Contracting Officer should consider when developing the solicitation for this requirement. Highlight any factors that would make competing for this contract desirable or undesirable for your firm. 11) Brief Experience and Performance Record (within the past 5 years). Identify all DOE, other Government, or other commercial experience relevant to this sources sought synopsis (include contract number, dollar value, contract type, role in the effort (i.e. prime contractor or subcontractor) date, scope, duration, client, and contracting agency contact). 12) Identify any Organizational Conflicts of Interest concerns and/or potential OCI ™s that you or your teaming partners may have pertaining to the work described in this Sources Sought. Additionally, please identify and describe any areas in the PWS believed to be missing or in need of clarification. 13) Provide input and rationale to DOE on the optimal ordering and/or base period of performance for this procurement. Identify potential areas, including rationale, within the PWS that may be appropriate for a fixed price contract structure along with any associated pricing challenges and risks. Small business teams or joint ventures shall identify the socio-economic status of each member and shall provide a description of the work that each member would perform under contract. In addition, small business teams or joint ventures shall submit written proof from all members of their commitment to continued joint participation for a minimum of five years. Proof of commitment will not be considered as part of the page limitation for capability statements. Small business concerns are requested to provide name of firm, point of contact, phone number, address of firm, CAGE Code, and/or a DUNS number. DOE reserves the right to use any and all information submitted by, or obtained from, an interested party in any manner DOE determines is appropriate, including, but not limited to, the creation of a competitive solicitation. An interested party should avoid including any 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. DOE will review said information and safeguard it appropriately. The Government 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. All capability statements shall be submitted electronically to Ms. Courtney Stallworth, Contract Specialist, at Courtney.stallworth@emcbc.doe.gov no later than 3:00 pm Eastern Time on March 5, 2019. All questions pertaining to the announcement should directed to Ms. Stallworth or Ms. Wilmari Delgado, Contracting Officer, at Wilmari.delgado@emcbc.doe.gov. DOE personnel may contact firms responding to this announcement to clarify a responder ™s capabilities and other matters as part of this market research process. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOE/PAM/HQ/89303319NEM000018/listing.html)
 
Record
SN05225394-F 20190221/190219230017 (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.