Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 02, 2023 SAM #7887
SOURCES SOUGHT

99 -- Paducah Infrastructure Support Services

Notice Date
6/30/2023 11:25:08 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
EM-ENVIRONMENTAL MGMT CON BUS CTR CINCINNATI OH 45202 USA
 
ZIP Code
45202
 
Solicitation Number
89303323NEM000040
 
Response Due
7/20/2023 12:00:00 PM
 
Archive Date
08/04/2023
 
Point of Contact
Ortiz Delgado, Jose E., Phone: 513-310-2361
 
E-Mail Address
jose.ortiz@emcbc.doe.gov
(jose.ortiz@emcbc.doe.gov)
 
Description
THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL. THIS IS A REQUEST FOR INFORMATION ONLY. There is no solicitation available at this time. This Sources Sought notice is released pursuant to FAR 15.201(e), Exchanges with Industry Before Receipt of Proposals, and is issued for the purpose of conducting market research. The purpose of this Sources Sought notice is to solicit input via capability statements from interested parties and small business concerns with the specialized capabilities necessary to meet all, or part of, the major elements of scope for the potential upcoming procurement for the Paducah ISS requirement. Within these capability statements, DOE is seeking feedback from contractors, small business concerns, and other interested parties regarding options for innovative approaches to the major elements of scope. This market research will assist DOE with identifying interested and capable sources, with the intent of assessing set-aside possibilities, and with developing the acquisition strategy. The U.S. Department of Energy (DOE) Office of Environmental Management (EM) is currently in the acquisition planning stage for the potential award of a contract for the continuation of Infrastructure Support Services (ISS) at the Paducah Site. The current contract, DE-EM0003733, was awarded on June 17, 2015. The incumbent is Swift and Staley Inc. The Paducah Site, a federal reservation in Western Kentucky located approximately 10 miles west of Paducah, Kentucky and 3.5 miles south of the Ohio River, encompasses approximately 3,556 acres with an additional 133 acres of off-site easements primarily associated with railroads, incoming raw water lines and pumps from the Ohio River, emergency notification sirens, and environmental sampling stations. The Paducah Gaseous Diffusion Plant (PGDP) is located at the Paducah Site. The PGDP is a government-owned former uranium enrichment plant that was constructed in the early 1950�s and operated by DOE and its predecessor agencies for manufacturing enriched uranium for the fabrication of fuel assemblies to support commercial and military nuclear reactors and to support weapons development activities. The PGDP includes Hazard Category 2 Nuclear Facilities primarily based on the uranium inventory; however, other radioactive materials, such as transuranics (TRU) , are present and contribute to the hazard categorization of the facilities. The Gaseous Diffusion Plant facilities are no longer enriching uranium and are undergoing deactivation. The purpose of this Paducah ISS procurement is to obtain a full range of infrastructure support services at the Paducah Site, including: surveillance, maintenance, repair and construction/replacement of facilities; janitorial services; grounds maintenance, snow removal, and pest control; roadway and parking lot maintenance; telecommunication and copier/printers; fleet management; real property management; records management and document control; safeguards and security; environmental safety, health and quality programs (ESH&Q); training services; mail services; shipping and receiving; Energy Employees Occupational Illness Compensation Program Act (EEOICPA) work; information technology (IT) support; and other activities to support DOE. Due to the preliminary stage of this planning activity, a Performance Work Statement (PWS) is not available at this time. However, the anticipated Major Elements of Scope are identified in Attachment 1. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSALS AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO AWARD A CONTRACT AT THIS TIME. 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 Major Elements of Scope. Capability statements should include the following information as appropriate and as applicable: 1) Describe your approach to meeting the requirements in the Major Elements of Scope (see Attachment 1). Additionally, please identify and describe any areas in the Major Elements of Scope that you believe to be missing or in need of clarification. 2) The anticipated North American Industry Classification System (NAICS) code for the Paducah ISS contract is 561210, Facilities Support Services, and the small business size standard is $47.0M. In order for DOE to assess set-aside possibilities under the NAICS code and size standard 561210, Facilities Support Services, 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. Small business concerns are requested to provide the name of firm, point of contact, phone number, address of firm, CAGE Code, and/or a DUNS number. 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. 3) DOE anticipates that portions of the final PWS requirements will be fixed-price type. Please identify the potential Major Elements of Scope which may be appropriate for a fixed-price contract structure including the rationale, as well as any pricing challenges and risks associated with a fixed-price arrangement. 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 Major Elements of Scope that can be fixed-price. 4) Identify any challenges and risks in meeting the requirements in the Major Elements of Scope and any actions your organization would take to address those challenges and risks. 5) It is anticipated the Paducah ISS 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 Major Elements of Scope. 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 Paducah ISS work will be conducted throughout multiple facilities within the Paducah Site 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) Provide a brief Experience and Performance Record (within the past 5 years). Identify all DOE, other Government, or other commercial experience relevant to this Sources Sought notice (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 actual or potential Organizational Conflicts of Interest (OCI) concerns that you or your teaming partners may have pertaining to the work described in this Sources Sought. 13) Provide input and rationale to DOE on the optimal ordering and/or base period of performance for this procurement. 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 Rudi Sotlar, Contract Specialist, at rudi.sotlar@emcbc.doe.gov no later than 3:00 pm Eastern Time on July 20, 2023. All questions pertaining to the announcement should be directed to the Contract Specialist or to the Contracting Officer, Jose Ortiz, at jose.ortiz@emcbc.doe.gov. DOE personnel may contact firms responding to this announcement to clarify a respondent�s capabilities and other matters as part of this market research process.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/29ee40c5ba0a4d7cb6c5d44f09aa1740/view)
 
Record
SN06734829-F 20230702/230630230049 (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.