Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 05, 2020 SAM #6763
SOURCES SOUGHT

99 -- SOURCES SOUGHT FOR DESIGN AND INSTALLATION SERVICES FOR FAILED EQUIPMENT STORAGE VAULTS #3 AND #4 IN THE DEFENSE WASTE PROCESSING FACILITY (DWPF) AT THE SAVANNAH RIVER SITE NEAR AIKEN, SOUTH CAROLINA

Notice Date
6/3/2020 2:52:32 PM
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
SAVANNAH RIVER REMEDIATION-DOE CNTR Aiken SC 29808 USA
 
ZIP Code
29808
 
Solicitation Number
SRR-SCM-2020-00270
 
Response Due
6/19/2020 2:00:00 PM
 
Archive Date
06/20/2020
 
Point of Contact
Arika King
 
E-Mail Address
arika.king@srs.gov
(arika.king@srs.gov)
 
Description
PURPOSE The purpose of this inquiry is to determine your interest and qualifications as a possible Offeror to perform design and construction services in the Defense Waste Processing Facility (DWPF) for Savannah River Remediation (SRR) at the Savannah River Site (SRS). In addition, this inquiry also provides an opportunity for SRR to ask pertinent questions of potential subcontractors. The current Procurement Specification will request subcontractor(s) to provide Failed Equipment Storage Vaults (FESV) #3 and #4 design and construction. This potential Design/Build subcontract will be performed with labor whose wages are subject to the Davis-Bacon Act. GENERAL DESCRIPTION OF SERVICE The specified facility that is Subcontractor�s responsibility consists of two underground reinforced concrete Vaults approximately 28� long x 18� wide x 21� with a common interior wall. The new vaults will be constructed adjacent to existing Vaults 1 and 2 which stores failed equipment containing radioactive waste. In order to protect existing Vaults 1 and 2 and other existing components sheet piling may be required.� Additional scope will be to lengthen the gantry crane rail tracks and replace cabling, providing level instrumentation in new sumps wired to existing DCS (Delta V Distributed Control System) as well as connecting the vaults to the existing drain water tank. These Vaults are within the site boundaries of DWPF which is a radiologically controlled area. This SS/RFI does not include the design and construction of the Melter storage boxes to be stored in the vaults. Project details are available in the Project Conceptual Design Documents (Attachment #1).��� Note: Specifications or Standards referenced on the drawings will not be provided for this SS/RFI. National consensus codes and standards will be used for this project. All required Geotechnical information will be provided by SRR. The project is planned to be executed in two phases; Phase 1 - Design and Phase 2 - Construction. This SS/RFI will be for the execution of both phases. The FESV #3 and #4 are considered safety related structures and are required to be designed to meet natural phenomena hazard (NPH) criteria in accordance with Department of Energy (DOE) Standards. This project will have considerable Department of Energy and SRR Management (DOE-SR) interest. SOURCES SOUGHT/REQUEST FOR INFORMATION (SS/RFI) DISCLAMER SRR will use the information obtained in your response to this SS/RFI to determine your firm�s ability and interest in performing this service. This SS/RFI is for INFORMATIONAL PURPOSES ONLY. THE ATTACHED DESIGN DOCUMENTS ARE CONSIDERED FOR THIS REQUEST TO BE IN DRAFT FORM. EXPENSES RELATED TO SOURCES SOUGHT/REQUEST FOR INFORMATION (SS/RFI) SUBMISSIONS This SS/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. Funds are not presently available for any subsequent procurement action. SOURCES SOUGHT/REQUEST FOR INFORMATION (SS/RFI) SUBMITTAL INSTRUCTIONS The response should demonstrate your overall qualifications and proven capabilities in supplying the design and equipment and services required to perform the scope based on the attached Project Conceptual Design Documents (Attachment #1). 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. If you are not capable of performing the entire scope, are there any portions of the scope that your firm would be interested in performing? 3. Design Demonstrate that your firm or partnered firm has sufficient resources and experience. 4. Quality Assurance Program Demonstrate your firm�s Quality Assurance program.� Are you NQA-1 qualified?� If not, do you have a Quality Assurance program that will meet any other nationally recognized standards? 5. Project Duration Based on your firm�s experience and expertise, please provide rough estimates of project duration for Phase 1 and Phase 2.� Phase 1 being Design and Phase 2 being Construction. REQUIREMENTS Potential Offerors need to be aware of SRR Subcontract Requirements as follows: SRR is a Davis-Bacon Act worksite, and Subcontractors and Lower-tiers Subcontractors are required to be signatories to the Project Labor Agreement (Union Labor). Proposal, Payment and Performance bonds will be required. Environmental Safety and Health Evaluation Worksheet for the past three (3) 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 3.4 or less. Potential Federal Budget constraints will be presented within the request for proposal (RFP). Representations and Certifications will be required and will be part of the RFP. Small Business Subcontracting Plans will be required of Large Business Offerors. North American Industry Classification System (NAICS): 237110 SUBCONTRACT TYPE It is anticipated that if the requirement referenced in this SS develops into a future procurement action, the end result 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 Best Value approach. An award is anticipated in fiscal year 2021 (FY21). SUBMISSION OF RESPONSES If you do not plan to submit a response, a brief letter indicating your lack of interest and reasons would be appreciated. SS/RFI responses will be received by SRR via email at arika.king@srs.gov or at the following address until June 19, 2020 close of business day by 5:00 pm EST.� Within the response, please provide mailing address for an RFP via express delivery (FedEx or UPS). Savannah River Remediation, LLC. ATTN: Arika N. King Bldg. 707-9B Aiken, SC 29808 Offerors can review typical Davis-Bacon Subcontract documents at: SRRemediation.com, then to Business Opportunities, then to Documents and Forms. Please direct all questions to Arika King via email at arika.king@srs.gov. Procurement Reference Documents such as standard terms and condition, standard representations and certifications, subcontractor safety program guidance, and other forms are located at the Savannah River Site web address: http://www.srremediation.com/business.html.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/179500ec5167420b84d240066828c4fd/view)
 
Place of Performance
Address: SC 29808, USA
Zip Code: 29808
Country: USA
 
Record
SN05679831-F 20200605/200603230156 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.