Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2020 SAM #6751
SOURCES SOUGHT

99 -- Utility Segregation for the SM-1A Reactor Facility, Fort Greely, Alaska

Notice Date
5/22/2020 7:40:47 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
W912DR20R0040
 
Response Due
6/10/2020 8:00:00 AM
 
Archive Date
06/25/2020
 
Point of Contact
Leigha Arnold, Phone: 4109620641
 
E-Mail Address
Leigha.M.Arnold@usace.army.mil
(Leigha.M.Arnold@usace.army.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL.� THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME AND NO CONTRACT SHALL BE AWARDED AS A RESULT OF THIS NOTICE.�� The. U.S. Army Corps of Engineers (USACE), Baltimore District (NAB) requests capability statements from any capable firm wishing to submit a capability statement.� USACE NAB has been tasked to solicit and award a firm-fixed price construction contract for utility segregation for the SM-1A Reactor Facility located at Fort Greely, Alaska. The NAICS code is 236220, Commercial and Institutional Building Construction, with a standard size is between $39,500,000. The anticipated contract duration will be for two (2) years. Construction Magnitude is between $10,000,000 and $25,000,000. By way of this sources sought notice, the USACE NAB intends to determine the extent of capable firms that are engaged in providing the services described hereunder. The responses to this notice will be used for planning purposes for upcoming procurements. Therefore, this notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of a RFP; nor does it commit the Government to contract for any supply or service. Further, this agency will not accept unsolicited proposals. Respondents are advised that this agency will not pay for any information or administrative cost incurred in response to this notice; all costs associated with responding to this notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this notice. Responses to this notice will become Government property and will not be returned. Not responding to this notice does not preclude participation in any future RFP, if any is issued. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this notice. PROJECT DESCRIPTION: The requirement is for a broad range of construction, demolition, post-engineering design work, and support activities related to the utility segregation of the deactivated SM-1A Nuclear Power Plant and Reactor Facilities at Fort Greely, Alaska and Doyon Utilities, LLC.�s (henceforth referred to as Doyon) active plant equipment. SM-1A is currently co-located, in the same building, with Doyon.� Doyon was awarded a 50-year utility privatization contract for Fort Greely in 2007.� Doyon officially took over ownership of the existing facility and equipment surrounding SM-1A and is required to provide electrical backup services, central installation heat through steam, and potable water distribution to the base from their operations within Building 606.� USACE NAB continues to work alongside Doyon to segregate utilities between the north and south end of the building and to provide temporary accommodations for Doyon employees during the SM-1A Decommissioning and Demolition (D&D).� All efforts to implement the utility segregation must be planned to minimize potential impact to Doyon operations and base utilities. Services shall include, but are not limited to: reports, permits, investigations, process evaluations, facility evaluations, analysis, compliance, construction, demolition, utility segregation, disposal activities and required training in all of the following areas: Radiological and hazardous materials packaging certification, transportation and disposal chemical strategies radiation safety industrial hygiene industrial safety infrastructure permitting, and licensing requirements civil, structural, mechanical, and electrical design geotechnical investigations and design control and instrumentation installation Supervisory Control And Data Acquisition (SCADA) installation cost analysis and estimating surveying facility security public information communication support engineering support and staffing All services shall be conducted in compliance with the appropriate and relevant regulations/standards including, but not limited to: building codes, Resource Conservation and Recovery Act (RCRA), Clean Air Act (CAA), Clean Water Act (CWA), Department of Transportation (DOT), Occupational Safety and Health Act (OSHA), National Fire Protection Act (NFPA), US Environmental Protection Agency (USEPA), Alaska Department of Environmental Conservation (ADEC) standards, Army Regulation 50-7, EM 385-1-1, and other relevant USACE/Army Regulations and guidance. INTERESTED SOURCES: All Interested sources responses should demonstrate specialized experience and technical competence in utility segregation, construction, and demolition. Submissions should include a concise narrative and specific project examples of similar size and scope that demonstrate their recent experience in: �Utility segregation, construction, and demolition �Hazardous waste and solid waste services including characterization, packaging, transport and disposal in support of construction, utility segregation, and demolition Experience with large firm fixed price contracts and ability to handle multiple large tasks simultaneously, and producing quality work, within the required time and the project budget Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules Coordination, meetings, submissions and presentations to various local, federal, state and public stakeholders Experience with the preparation of environmental documents; permits and reporting requirements related to construction and demolition, as well as CAA, CWA, NFPA, RCRA, and DOT requirements; hazardous material and waste management such as asbestos, PCB and lead surveys, remediation, packaging, transport, disposal Experience with post-design construction management services including but not limited to shop drawing reviews, site visits and technical assistance during construction, utility segregation, and demolition �The ability to provide temporary on-site staff for specialized activities such as project management, post-design resolution, utility segregation, disposal, construction and demolition activities Topographic surveys, soil surveys, and subsurface exploration including associated testing Ability to obtain all necessary local, state and federal permits Ability to work in remote environments with challenging environmental constraints (e.g. extreme temperatures, strong sustained winds, limited construction seasons) Ability to retain workforce in a remote, interior Alaska location Performing construction/ utility segregation/ demolition work alongside an active facility without impacting existing facility operations. Performing construction/ utility segregation/ demolition work in a constrained environment. SUBMISSION REQUIREMENTS: Offeror's response to this notice shall be limited to 10 pages front and back in 11 point Times New Roman font and shall include the following information: Company name, address, responsible point of contact, phone number, email address, CAGE Code, DUNS Number, and Identification of Joint Ventures (Business name, size, and cage code of JV); In consideration of NAICS code 236220, Commercial and Institutional Building Construction, with a small business size standard of $39,500,000, indicate which of the following small business categories your business is classified under: Small Business, Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone, 8(a), or Large Business. Firm's interest in submitting a proposal in response to the solicitation when it is issued; Demonstration of the firm's experience as a prime contractor, subcontractor and/or teaming partner on projects of similar size, scope and dollar amount, type and complexity within the past ten years. Also, the firm's ability to successfully handle multiple contracts and/or task orders concurrently of similar size, type and complexity. List up to five (5) completed utility segregation/ construction/ demolition projects; two (2) must be firm-fixed price and all should have a dollar value of at least $10 million. Include project title and location, a brief description of the project including the dollar amount of the project and the work that was self-performed. Please address the following - as relevant - when preparing your capabilities statements: ������������ a. � Key Prime project roles (Project Manager, Radiation Safety Officer, Site Safety and Health Officer, Site�� Manager, Quality Control Systems Manager) ������������� b. � Experience with utility segregation, construction, and demolition ������������� c. � Familiarity with complex project scheduling and resource loading ������������� d. � Approaches to stakeholder issues ��������������e. � Risk management approaches �������������� f. �� Experience with EM 385-1-1 ������������� g. � Implementation of innovative technology and risk management ��������������h. � Prior work experience within the interior of Alaska ������������� i. �� Experience coordinating and planning unique logistics for material and waste transportation ��������6.� A letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested prime contractor. The response must be specific to the qualifications listed above to show that the respondent possesses the necessary skills and experience. THIS NOTICE IS NOT A RFP.� It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition.� In addition, this sources sought is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered. Interested parties who consider themselves qualified to perform the above-listed requirements are invited to submit a response to this sources sought notice no later than 11AM ET on 10 June 2020.� All responses under this sources sought notice must be emailed to the Contract Specialist, Ms. Leigha Arnold, at Leigha.M.Arnold@usace.army.mil referencing the sources sought notice number, W912DR20R0040. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.� If you have any questions concerning this opportunity please contact: Leigha Arnold via email � Leigha.M.Arnold@usace.armymil *Please note vendors not registered in System for Award Management (SAM) database prior to award of contracts will not be eligible for award. Vendors must also be registered in SAM under the applicable NAICS code as indicated in the advertised RFP to be considered for award.� Vendors may register for SAM online at www.sam.gov or by calling 1-866-606-8220.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0dea7d0e1cbc40599220eaf92c12afb4/view)
 
Place of Performance
Address: Fort Greely, AK, USA
Country: USA
 
Record
SN05669472-F 20200524/200522230200 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.