|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 14,1995 PSA#1367Westinghouse Electric Corp., Naval Reactors Facility, P.O. Box 2068,
Idaho Falls, ID 83403-2068 Y -- NRF LANDFILL COVERS INSTALLATION SOL 73-MRF-753750. Contact Mel
R. Fairbanks, 208/533-5390. The proposed Davis-Bacon work scope is for
the installation of three landfill covers and vadose zone (soil gas)
monitoring probes at specified landfill sites (7,000 sq.ft., 45,000
sq.ft., and 280,000 sq.ft.). The individual covers shall be
approximately three feet thick with a vegetative cover on a sloped
surface. The fourteen soil gas monitoring probes shall be installed at
depths ranging from 15 feet to 45 feet around the perimeter of the
landfill sites. The work scope also includes removal of structures and
clearing the site of vegetation, excess soil and debris, and
engineering survey. This project will be at a remote site located on
the Idaho National Engineering Laboratory located approximately 60
miles West of Idaho Falls, Idaho. The performance period is estimated
to be 90 calendar days after notice to proceed. Prior to receiving an
inquiry package, each prospective vendor shall provide written
verification that the following minimum prerequisites can be met: (1)
All prospective bidder personnel should have U.S. Department of Energy
(DOE) security clearances to attend the on-site pre-bid tour and must
possess identification, (e.g. vehicle operators license) in order to
gain admittance to the NRF Site. Uncleared personnel will be escorted
to tour areas where work will be performed except for those areas
determined to be sensitive by Westinghouse. (2) Prospective bidders
must have bonding capability from sureties listed in the U.S. Treasury
Circular 570 relative to contract performance or be able to provide
irrevocable letters of credit from financial institutions that are
federally insured and have investment grade or higher rating from a
recognized commercial rating service. (3) Essential personnel managing
this contract shall be permanent full time employees of the successful
offeror and have had a minimum of five years experience in similar size
projects. (4) The successful offeror must agree to submit a Foreign
Ownership, Control or Influence Representation, and all supporting
business and financial documentation. The basis of award for this
procurement will be the lowest total proposed fixed price which
includes the cost of performance and payment bonds or other security.
All potential vendors are instructed that failure to comply with these
requirements will prevent that vendor from receiving an inquiry
package. Requests for procurement specifications must be written and
postmarked or FAXED no later than fifteen (15) days after publication
of this synopsis in the Commerce Business Daily and must include
written verification of the prerequisite requirements. FAX number is
(208) 533-5718. Telephone requests will not be honored. (159) Loren Data Corp. http://www.ld.com (SYN# 0141 19950613\Y-0004.SOL)
Y - Construction of Structures and Facilities Index Page
|
|