Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 7, 2000 PSA #2680
SOLICITATIONS

R -- MATERIAL STEWARDSHIP WASTE MANAGEMENT PROFESSIONAL AND OPERATIONAL SERVICES

Notice Date
September 6, 2000
Contracting Office
Kaiser Hill Co.,LLC, Rocky Flats Environmental Technology Site, 10808 Highway 93, Unit B, Building 850, Golden, CO 80403-8200
ZIP Code
80403-8200
Solicitation Number
KH002232
Point of Contact
Judith L. Line, (303) 966-5283
E-Mail Address
click here to contact the contracting officer via (Judith.Line@rfets.gov)
Description
This is a follow up announcement to the publication dated July 12, 2000 for interested parties who have not previously submitted a letter of CERTIFICATION. Previous offerors need not respond. Kaiser-Hill Company, L.L.C.(Contractor), is the Closure Contractor at the U.S. Department of Energy's (DOE), Rocky Flats Environmental Technology Site, Golden, Colorado (Site). The Contractor contemplates a performance-based, task order Subcontract utilizing fixed unit rates and firm fixed prices to be awarded on the basis of fair and effective competition for Material Stewardship Waste Management Professional and Operational Services at the Site. The contemplated performance period of the Subcontract will be a two year base period and three one year options. The estimated annual fiscal year subcontract value is $10,000,000.00. The subcontract will encompass both professional and operational services. Professional/Operational Services required in this scope of work are required to support the Material Stewardship and Offsite Shipment project. Material Stewardship's focus is to streamline and accelerate radioactive and/or hazardous waste shipment in a manner that ensures safety, compliance, and cost-efficiency, as well as shipping all waste and material off site to a designated receiver site. The Scope of Work is organized into thirteen categories. Category 1, Specification of Engineered Systems, Category 2, Onsite Logistics for Waste Movement, Category 3, Waste Certification, Staging and Packaging, Category 4, Waste Transportation and Shipping, Category 5, Facility Operations, Category 6, Waste Unit Operations, Category 7, Low Level Waste Repackaging, Category 8, Transuranic Waste Repackaging, Category 9, Waste Characterization, Category 10, Waste Treatment, Category 11, Engineering and Technical Operations Support, Category 12, Environmental, Safety, Health and Quality Operations Support, Category 13, Nuclear Material Control and Accountability. Task Orders under each of the forgoing scope elements will be priced utilizing fixed unit (labor) rates or firm fixed prices. Offerors will be required to propose pricing and technical proposals in two ways: (1) ALL scope elements, (2) each categories individually. This acquisition is a TWO-STEP PROCESS. The FIRST STEP will be determined on a go/no-go basis to establish Offerors meeting the Pre-Qualification Criteria as specified below. Offerors submitting responses to this Pre-Solicitation/Pre-Qualification notice shall provide a cover letter signed by an authorized company representative which provides Offeror certifications to the following Pre-Qualification criteria: (1) CERTIFY that Offeror can provide competent employees for the areas identified above, (2) CERTIFY that Offeror can provide a certified Professional Engineer (Company Chief Engineer) in accordance with DOE-STD-1073-93 for both Facilities Management and Project Management, (3) Offeror can comply with, Metrology Quality Assurance Accreditation for Primary Standards in accordance with, 10 CFR 830.120, (4) CERTIFY that Offeror can provide a Certified Industrial Hygienist (CIH), per OSHA Specifications for Human Health, American Government's Conference of Industrial Hygienists, (5) CERTIFY that Offeror can provide a Certified Safety Professional per OSHA 1926 and, (6) CERTIFY that Offeror can provide a Certified Regulatory Environmental Manager or Certified Hazardous Materials Manager, per Colorado State Environmental Requirement and RCRA permit requirements. In addition, as part of step 1 of the evaluation, (1) Offerors shall provide the following injury and illness statistics for the last five years demonstrating a total recordable case rate of 3.5 or less and a lost workday case rate of 2.0 or less. (If the respective rates are higher for any given evaluation year, an explanation may be provided, but it may not be considered) and, (2) A description of all upheld Occupational Safety and Health Administration violations for the past five years, including corrective actions, (3) CERTIFY that Offeror has the Professional Staff with demonstrated experience in managing a radiation safety program in accordance with either 10 CFR 20 or 10 CFR 835 for the past three years, and (4) Offerors CERTIFY they have the experience to manage a subcontract valued at up to $15 million dollars annually. As solely determined by the Contractor, the omission or failure to correctly and satisfactorily respond or certify to any pre-qualification criterion as required above may result in the Offerors elimination from further consideration. No other information, except as specified herein (i.e. cover letter addressing pre-qualification responses/certifications) shall be included in Offerors pre-qualification submission. The SECOND STEP will be a RFP issued only to Offerors meeting the pre-qualification criteria identified herein. The RFP will identify labor categories for each scope element utilizing fixed unit rates. Offeror's cost proposal will be applied to a Cost Proxy Model to develop aggregate pricing for evaluation purposes. Offerors must propose on all RFP scope areas as listed above to be considered for an award. The overall evaluation criteria will be described by the RFP documents. Joint ventures, limited liability companies, or other SINGLE legal entities as "offeror" will be considered by the Contractor. All work shall be performed within Offeror's organization. Contractor may make more than one subcontract award. Contractor will not pay proposal preparation costs and makes no warranty as to the total amount of services to be required and reserves the right to require no services during the subcontract period. Contractor is under no obligation to acquire services solely from a holder of a subcontract resulting from the solicitation. Work contemplated by this acquisition may be awarded in full or in part to other subcontractors. Telephone calls will not be accepted. Offeror's Pre-qualification submittal must be submitted to Kaiser-Hill Company, L.L.C., Rocky Flats Environmental Technology Site, 10808 Highway 93, Unit B, Building No. 850, ATTN: Judy Line, Golden, CO 80403-8200 or faxed to (303) 966-5044 by 4:00 p.m. local Denver time on September 12, 2000. No further project specific information will be furnished.*****
Record
Loren Data Corp. 20000907/RSOL008.HTM (W-249 SN492947)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on September 6, 2000 by Loren Data Corp. -- info@ld.com