|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 4,1995 PSA#1445FERMCO, P.O. Box 538704, Cincinnati, Ohio 45253-8704 Z -- DEMOLITION SOL FSC 572. DUE 120795. Contact: R.T. Hansen, (513)
648-5162. The Fernald Environmental Restoration Management Corporation
(FERMCO), IFB No. FSC 572 is scheduled to be released on or about
November 7, 1995 for the dismantling of Plant 9 and ancillary
structures and Building Nos. 32A, 32B, 34, 64, 65, 78 and 81 (PLANT
9/THORIUM PROJECT) at the Department of Energy's Environmental
Management Project in Fernald, Hamilton County, Ohio. NOTE: DUE TO
UNCERTAINTIES REGARDING THE FEDERAL BUDGET, FUNDING IS CURRENTLY NOT
AVAILABLE FOR THIS PROJECT, HOWEVER, IT IS EXPECTED TO BE AUTHORIZED
FOR AN ANTICIPATED AWARD IN EARLY TO MID 1996. These buildings were
used to process, refine, and store uranium and thorium bearing products
during the production of metals for use in government defense programs.
The complete buildings, interior components and equipment, and exterior
equipment shall be dismantled, removed, segregated, cut, containerized,
and moved to specified project locations. Removal items shall include
the following: HVAC units, duct, process piping, service piping,
valves, gauges, instrumentation panels, electrical trays, troughs,
hangers, insulation, electrical control panels, process equipment,
doors, shelves, friable asbestos, asbestos transite siding, sheet metal
panels, gutters, exhaust vent, structural steel, cast in-place
concrete, steel decking, interior and exterior above ground tanks,
concrete equipment foundations, bridge cranes, and other associated
equipment. To be qualified to bid and receive award for this work, a
prospective bidder must: (A) provide a list of all contracts meeting
Criteria 1 through 6 whether successfully performed or not. The list
shall include (a) type of job (brief description of work performed),
(b) location, (c) point of contact and telephone number for the project
owner, (d) dollar value of work performed by the prime contractor or
lower tier subcontractor, as applicable, and (e) identity of lower tier
subcontracts, where applicable. CRITERIA 1 - Successful performance
(quality, technical and schedule) by the prime contractor of at least
one (1) federal government contract within the last five (5) years, in
which the prime contractor's contract amount was greater than $3
million and at least 45% of the work was performed directly by the
prime contractor. CRITERIA 2 - Successful performance (quality,
technical and schedule) by the prime contractor of single or multiple
contracts in remedial de-construction/demolition work, in the last five
(5) years, on projects governed by OSHA/CERCLA or OSHA/RCRA in which
the aggregate prime contractor's contract value was greater than $5
million and at least 45% of the work was performed directly by the
prime contractor. CRITERIA 3 - Successful performance (quality,
technical and schedule) by the prime contractor or the named lower tier
subcontractor of asbestos abatement over the past five (5) years with
an aggregate value greater than $5 million. At least one (1) abatement
project must have been performed in exposed height conditions greater
than 30 feet. (Identify on list submitted.) This work must have been
performed directly by the prime contractor or the named subcontractor.
CRITERIA 4 - Successful performance (technical expertise and safe
competent execution) by the prime contractor or the named lower tier
subcontractor of rigging design and rigging for at least two (2)
engineered lifts of 10 tons or greater during the last five (5) years.
The rigging design and execution must be by the same firm. CRITERIA 5
- Successful dismantlement (quality and schedule) by the prime
contractor or the named lower tier subcontractor of at least two (2)
structures greater than 30 feet in height in the past five (5) years
using mechanical shearing techniques. This work must have been
performed directly by the prime contractor or the named subcontractor.
CRITERIA 6 - Successful performance (quality and schedule) by the
prime contractor on at least two (2) projects with an aggregate
contract value greater than $5 million where greater than 100% of the
work was directly performed wearing anti-contamination clothing and 50%
of the work was performed wearing respirators because of chemical and
radiological hazards. At least 25% of the experience shall be
radiological. (B) Provide documentation or statement for Criteria 7 and
8. CRITERIA 7 - The prime contractor and the name lower tier
subcontractor must be able to demonstrate to the satisfaction of FERMCO
that it has a record of safe construction performance as demonstrated
by a current workers compensation insurance experience modification
rate (EMR) of less than or equal to 1.05 or the trend for the past
three (3) years in downward and none of the past three (3) years has an
EMR greater than 1.25. CRITERIA 8 - The prime contractor must be able
and willing to perform at least 45% of the work with their own forces.
Prime contractor may include wholly owned subsidiaries if the work was
performed or is to be performed as one integral project team. The prime
contractor shall not have any other FERMCO contracts at the FEMP in
which contract completion is less than 50% at the time of this contract
award. If the prime subcontractor is a joint venture, the prime
contractor criteria may be met by one or a combination of the
venturers. Estimated cost $5,000,000 to $10,000,000; Bid Guarantee
required; non-refundable charge for solicitation documents to be
determined. Interested firms should send a Letter of Qualification
referencing IFB No. FSC 572 and including shipping address, contact,
and telephone and fax numbers to the attention of R.T. Hansen at
FERMCO, P.O. Box 538704, Mail Stop 44, Cincinnati, Ohio 45253-8704 no
later than October 23, 1995. Checks will not be accepted at this time.
Qualified firms will be notified approximately November 1, 1995 and
requested to submit a check for the solicitation documents at that
time. The exact bid due date will be established by the IFB. All
pre-qualified sources may submit a bid which will be considered. Any
firm interested as a lower tier subcontractor or supplier may obtain a
copy of the solicitation by sending a check to the above address,
however, bids will only be accepted by Fermco from pre-qualified
``prime'' bidders. (275) Loren Data Corp. http://www.ld.com (SYN# 0110 19951003\Z-0001.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|