Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 8, 2001 PSA #2762
SOLICITATIONS

Y -- COMMERCIAL BUILDING DEMOLITION SERVICES

Notice Date
January 4, 2001
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
KH0010210
Response Due
February 1, 2001
Point of Contact
Ms.Joy Richardson, Kaiser-Hill Company, LLC, (303) 966-7993
E-Mail Address
Questions should be directed to the following: (joy.richardson@rfets.gov)
Description
Rocky Flats Closure Project Contractor announces new opportunities for commercial asbestos removal and demolition subcontractors. Kaiser-Hill Company, L.L.C. (Contractor), is the Closure Project Contractor at Rocky Flats Environmental Technology Site (RFETS) near Golden, Colorado. Contractor anticipates application of COMMERCIAL asbestos removal and demolition practices throughout the Rocky Flats Closure Project under competitive subcontract awards. Competitive subcontracting opportunities include asbestos removal and demolition of multiple office/industrial buildings at RFETS with a total estimated FUTURE subcontracting value of $80 to $100 million. All subcontract awards will be based on fair and effective competition in consideration of best value as determined by Contractor. Contractor IMMEDIATELY contemplates awarding Firm Fixed Price (FFP) subcontract(s) for asbestos removal and demolition of Rocky Flats Office Building 111 and Ancillary Facilities (identified as Building 333 and 132 substation pad) as further described below. The anticipated subcontract performance period for Building 111 and Ancillary Facilities is April 1, 2001 to September 30, 2001, with an estimated value of $500,000 to $1 million. The Building 111 and Ancillary Facilities scope of work includes, but is not limited to, all services required to safely and compliantly perform work elements consisting of (1) asbestos removal and (2) facility demolition, site backfill and re-vegetation. Building 111, built in 1953, was used for administrative purposes including office space, a print shop and photography lab. The structure is L-shaped, with a two story north-south section (258 ft. x 50 ft.) and a one story east-west section (267 ft. x 49 ft.). The north-south section includes a basement (172 ft. x 50 ft.). The building exterior walls are primarily concrete, with a small auditorium constructed of poured concrete. The interior walls consist of masonry concrete block, transite sheet gypsum board or wood paneling. The windows are industrial, fixed metal sash. The roof is built-up asphalt over concrete. Building 111 contains asbestos and lead paint. Building 333 was constructed in 1953 and has been used as a paint shop and sand blast facility. Building 333 is single story with dimensions of approximately 30 ft. x 100 ft. constructed from masonry concrete block and contains asbestos and lead paint. The 132 substation pad is the foundation of a former electrical substation and currently consists primarily of a concrete pad with dimensions of 21 ft. x 27 ft. The acquisition for Building 111 and Ancillary Facilities subcontract is a TWO-STEP PROCESS. In the FIRST STEP, Contractor will determine which Offerors satisfactorily meet the Pre-qualification Criteria specified below. "Offeror" means the SINGLE legal entity, e.g. company, corporation or limited liability company, that is SOLELY responsible and accountable for all responses to this solicitation including all requirements of STEP ONE and STEP TWO as stated herein. Under STEP ONE, Offerors that intend to use lower-tier subcontractor(s) to perform any portion(s) of the statement of work must identify EACH lower-tier subcontractor and corresponding work assignment(s). Additionally, Offeror must provide responses to all STEP ONE pre-qualification requirements for ALL lower-tier subcontractors. In the event Offeror identifies different and/or additional lower-tier subcontractor(s) during STEP TWO, the lower-tier subcontractor(s) will be subject to the same pre-qualification requirements set forth herein by STEP ONE. Offerors submitting responses to STEP ONE requirements shall provide a COVER LETTER signed by an authorized company representative that submits Offeror's responses to the THREE pre-qualification criteria identified below. (1) SAFETY AND COMPLIANCE: Offeror shall provide a written description of its accident prevention/occupational safety and health program that adequately documents Offeror's safety and health program effectiveness within the last FIVE years. Offerors' written description shall include: (a) Workers' Experience Modification Rate (EMR), (b) Copy of Offeror's Bureau of Labor Statistics (BLS) Log and Summary of Occupational Injuries and Illnesses (OSHA No. 200), (c) Original certification of the Number of Recordable Cases (Sum of OSHA 200 Column A X 200,000 / hours worked) and Number Day Away From Work Cases (Sum of OSHA 200 Columns 3 and 10 X 200,000 / hours worked), (d) Copy of each OSHA violation received to include type of citation, fines levied, fines paid, negotiated settlements and description of actions taken to avoid or eliminate said citation when performing future work of a similar nature, (e) Original certification that Offeror has not received any OSHA citations during the last FIVE years (if OSHA has not cited Offeror during the last five years), (f) Copy of any fines and/or findings issued by a Regulatory Agency regarding Offeror's performance, (g) Injury and illness statistics for the last FIVE years including Offeror's total recordable case rate and lost workday case rate and, (h) copy of Offeror's workplace substance abuse policy/program. OFFEROR SHALL PROVIDE EXPLANATORY INFORMATION IN INSTANCES WHEN RECORDABLE CASE RATE EXCEEDS 3.5 AND/OR LOST WORKDAY RATE EXCEEDS 2.0. (2) PROJECT EXPERIENCE: Based on Offeror's intent to submit proposal(s) for asbestos removal AND/OR demolition, Offeror shall provide written descriptions of a minimum of THREE and a maximum of FIVE asbestos removal AND/OR demolition projects completed within the last THREE years with a completion value of $500,000 or more per project INCLUDING description of Offeror's specific scope of work performed AND what work was performed as a prime contractor or subcontractor (at any tier). Descriptions must include projects similar to the scope of work described above for Building 111 and Ancillary Facilities and include name, position title, fax and telephone number of TWO client references for EACH project described that are capable of evaluating Offeror's project safety record, schedule performance and overall performance. Additionally, Offeror shall identify the type of pricing (FFP, Cost Reimbursable with Fixed Fee, Time and Material, etc.) for EACH project described including identification of the contract/subcontract award value, number and type of contractual changes and final contract value. (3) FINANCIAL: Offeror shall provide its most recent annual financial report and other information that documents Offeror's CURRENT financial condition. Additional information shall include identification of all pending or completed litigation related to ANY of Offeror's projects over the last THREE years and identification and explanation (including disposition) of all contract/subcontract termination(s) for convenience or default over the last THREE years. Offeror shall also identify all instances of Performance and/or Payment Bonds being applied under any contract/subcontract during the last THREE years. Additionally, Offeror shall provide a letter from Offeror's Performance and Payment bonding company stating the Offeror's bonding limitations. Offerors desiring to participate in Building 111 and Ancillary Facilities competitive acquisition MUST respond to STEP ONE requirements described above. Contractor will utilize the information submitted by Offerors under STEP ONE to establish Contractor's "pre-qualified" source list for receipt of Contractor's Request For Proposal (RFP) for Building 111 and Ancillary Facilities. As solely determined by Contractor, the omission or failure to correctly and satisfactorily respond to any Pre-qualification Criterion, as required above, may result in Offeror's elimination from further consideration. No other information, except as stated herein, shall be included in response to STEP ONE described above. The SECOND STEP will be a RFP issued only to Offerors satisfactorily meeting the Pre-qualification Criteria identified above as solely determined by Contractor. Contractor's evaluation for subcontract award will be based on Firm Fixed Price(s) and Contractor's best value determination. Offerors may propose a SEPARATE Firm Fixed Price for EITHER 1) asbestos removal or 2) facility demolition, site backfill and re-vegetation or a SINGLE Firm Fixed Price for BOTH work elements. Contractor reserves the right to award a single subcontract for all work or a subcontract for each work element identified above. Contractor reserves the right to conduct oral discussions with Offerors after receipt of proposals and prior to subcontract award. During STEP TWO, Offerors will have the opportunity to attend a pre-proposal conference at RFETS and to perform a site walk-through and examination of Building 111 and Ancillary Facilities. Offeror's Pre-qualification submittal required under STEP ONE described above is DUE BY 4:00 P.M. MOUNTAIN STANDARD TIME ON FEBRUARY 1, 2001 to: Ms. Joy Richardson, Kaiser-Hill Company, L.L.C., Rocky Flats Environmental Technology Site, 10808 Highway 93, Unit B, Building 116, Golden, CO, 80403-8200. Offeror's STEP ONE submittal may be hand-delivered, sent via US mail or special carrier. Facsimile or electronic submittals will NOT be accepted. No further project specific information will be furnished at this time. Contractor will not pay any costs associated with Offeror's response to this notice or any costs related to proposal preparation and Contractor makes no warranty as to the total amount of services to be acquired under the subcontract(s).
Record
Loren Data Corp. 20010108/YSOL001.HTM (W-004 SN50A1T1)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on January 4, 2001 by Loren Data Corp. -- info@ld.com