SOURCES SOUGHT
99 -- Expression of Interest & Request for Qualifications, Dismantling & Demolition
- Notice Date
- 12/19/2003
- Notice Type
- Sources Sought
- Contracting Office
- Department of Energy, BWXT Y-12, L.L.C. (DOE Contractor), BWXT Y-12, L.L.C., P. O. Box 2002, Oak Ridge, TN, 37831-6501
- ZIP Code
- 37831-6501
- Solicitation Number
- Reference-Number-ALO-031215
- Response Due
- 1/19/2004
- Archive Date
- 1/19/2004
- Point of Contact
- Elaine Aloisi, Subcontract Administrator, Phone 865-241-7599, Fax 865-241-9530, - Elaine Aloisi, Subcontract Administrator, Phone 865-241-7599, Fax 865-241-9530,
- E-Mail Address
-
aloisime@y12.doe.gov, aloisime@y12.doe.gov
- Small Business Set-Aside
- Total Small Business
- Description
- EXPRESSION OF INTEREST (EOI) AND REQUEST FOR QUALIFICATIONS (RFQ): DISMANTLING AND DEMOLITION AT Y-12 NATIONAL SECURITY COMPLEX***** PURPOSE***** BWXT Y-12, L.L.C. (Company) is acting under its Prime Contract No. DE-AC05-00OR22800 with the United States Department of Energy (DOE) at the Y-12 National Security Complex, and soliciting expressions of interest for its Infrastructure Reduction Program at the Y-12 National Security Complex located in Oak Ridge, Tennessee. The scopes of work for this dismantling and demolition work will also contain deactivation, decontamination, remediation, transportation and disposal of waste material. The value of the dismantling and demolition work is estimated to be $9.9 million for the General Order Agreement (GOA) over a thirty-six (36) month period - base period eighteen (18) months and an option period of eighteen (18) months. Interested Small Businesses must have the capabilities to handle the transportation and disposal of a range of waste materials (including but not limited to asbestos, lead-based paint, PCBs, and other contaminates including low level radiological waste). It is anticipated to award five (5) GOA awardees under this procurement action. Award of any dismantling and demolition work is contingent upon funding for these task releases, and actual work award will be at the task release level. It is the intent of the Company to secure Small Business dismantling and demolition subcontractors capable of performing the required activities for the upcoming task releases. ***** This expression of interest (EOI) does not constitute an invitation for bids or a request for proposal. This request is for the purpose of identifying prospective and qualified small business firms. Responses received will be used for planning purposes and determining potential candidates for subsequent procurement actions, if any. It is the Company??s intent to make this procurement a Small Business Set-Aside. Firms that do not respond affirmatively to all participation criteria contained in the expression of interest, you will not be eligible for subsequent procurement actions. After evaluating responses to this EOI, the Company will determine if a sufficient number of qualified small businesses are interested to allow for a competitive Small Business Set-Aside procurement. If so, the Company will issue a Request for Qualifications to the qualified small businesses that responded to this EOI. If it is determined that a sufficient number of qualified small businesses are not available, the Company will issue a Request for Qualifications to small and large businesses.***** Technical documents for this project may contain Unclassified Controlled Nuclear Information (UCNI) and Official Use Only (OUO) information which requires special information security preparations on the part of the short listed subcontractors prior to receiving the RFP. All subcontractor personnel working on this project must be United States citizens.***** PROJECT DESCRIPTION***** The scope of work consists of providing all labor, supervision, tools, equipment, material and services to perform the dismantling, demolition, deactivation, decontamination, remediation, characterization, transportation and disposal of waste material.. The work location is at the Y-12 National Security Complex and physical access to the site will be from Tennessee State Route 95/Bear Creek Road and/or Second Street. The age of the structures ranges from pre-1950s to late 1990s. The buildings anticipated for demolition in the base period range from 198 sq.ft. to 45,416 sq.ft. The demolition plan for the option period is still under development. The work location does not require Q-Cleared workers, but all on-site personnel must be United States citizens with DOE issued identification badges and vehicle passes. The offeror will be required to obtain escort agreement approval and provide Q-Cleared escorts for uncleared workers working in the protected area. Work performed under the Infrastructure Reduction Program for BWXT Y-12 requires the successful subcontractor(s) to abide by the terms of the Resolution agreed to and signed by BWXT Y-12 and the Knoxville Building and Construction Trades Council on July 15, 2002. A copy of the Resolution will be made available to you at the Pre-Bid Meeting.***** Dismantling and Demolition activities at the Y-12 Complex must be in accordance with the Price-Anderson Amendments Act 10 CFR Part 830, Nuclear Safety Management; Subpart A, Quality Assurance Requirements. Contaminates of concern are as follows: a) Uranium and daughter products; b) Asbestos; c) PCBs in oils and paint; d) Lead; e) Heavy metals; f) Mercury; g) Transite siding; h) Freon***** Performance concerns: a) Proximity to high voltage electric lines; b) Security restrictions; c) Difficult access to the site; d) Proximity to active overhead utility piping; e) Large overhead piping, equipment, and cranes in buildings; f) Radiologically contaminated equipment and buildings; g) Removal of large overhead systems and reroute of systems with attached active communication lines.***** PROCUREMENT PROCESS***** The Company intends to award to five (5) Awardees under the Demolition and Dismantling GOA that are qualified Small Businesses that best meet the Companys goals and objectives for demolition and dismantling. Selection will be based on best-value using a three-phased approach of an Expression of Interest (EOI), Request for Qualifications (RFQ), and Request for Proposals (RFP)***** Phase 1, Expression of Interest, will determine if a sufficient number of qualified small businesses are interested. If there is adequate interest in the small business community to proceed to Phase 2, then the strategy remains a Small Business Set Aside. Should there be insufficient small businesses expressing interest to provide adequate competition in the bid process, the acquisition strategy will revert to full and open competition and include both large and small businesses that expressed interest. It should be noted that the threshold for the number of companies demonstrating an interest must be significantly greater than the number needed to complete the proposal process.***** Phase 2, Request for Qualifications, will request that firms respond to evaluation factors regarding Past Performance & Experience, Technical Capabilities, and Organization & Personnel Qualifications. The subcontract documents will contain OUO information and require preparations on the part of the short listed firms and the Company prior to issuance of the RFP. From the responses received, the Company will evaluate and score the Statements of Qualification (SOQ) against the RFQ evaluation criteria to down-select to the shortlist to receive the Request for Proposals. No pricing is to be included in Phase 2.***** Offerors selected to receive the RFP must comply with the Company information security requirements prior to receiving the subcontract documents. All offeror personnel that will be handling, viewing or using Unclassified Controlled Nuclear Information (UCNI) or Official Use Only (OUO) documentation must complete BWXT Y-12 provided training prior to receiving the RFP package including any subtier personnel.***** Phase 3 (Request for Proposals) will request that firms respond to technical evaluation factors such as, but not limited to, Project Management Plan & Business Management, Structure & Control, and provide Pricing. A pre-bid meeting will be held in Oak Ridge, TN. The basis for award will be the Offeror offering the best overall value, considering price, the technical RFP submittals, and the SOQs evaluated under the Request for Qualification. Subcontract award is anticipated in First Quarter 04.***** The Company strongly encourages providing maximum opportunities for small business concerns as a critical and important element of work on the Y-12 Complex. In case of a full and open competition bid, Large Businesses are required to submit a Small Business subcontracting plan as part of their proposal.***** PARTICIPATION CRITERIA:***** Potential bidders, their teaming partner(s) and/or subcontractors, as appropriate, must be able to meet all project specific qualification criteria. These criteria must be fulfilled through a corporate resume and not through individual experience gained at different Companies. The participation criteria are detailed below:***** 1. Does the respondent, teaming partner(s) and subcontractor(s) have EMR (Spell out) ratings <1.0?***YES ***NO*** Brief Statement:___________________________________________ ___________________________________________________________ ***** 2. Does the respondent, teaming partner(s) and subcontractor(s) Total Recordable Injury /Illness rate and average Lost Work Day Rate not exceed the applicable statistical standards for your business category?*** YES*** NO*** Brief Statement:___________________________________________ ___________________________________________________________***** 3. Does the respondent, teaming partner(s) and subcontractor(s) have experience in integration of environment, safety, and health into work planning and execution [i.e., Integrated Safety Management (ISM)], Occupational Safety and Health Act (OSHA) compliance to support remediation and demolition/dismantling activities?***YES*** NO*** Brief Statement: ___________________________________________ ____________________________________________________________***** 4. Has the respondent or teaming partner(s) and/or subcontractors had a surety firm complete any of your dismantling and demolition projects within the last five (5) years?***YES ***NO*** Brief Statement: _________________________________________ __________________________________________________________***** 5. Affirm that the respondent or teaming partner(s) and/or subcontractors is not listed on the U.S. Governments List of Parties Excluded from Federal Procurement and Non- Procurement Programs (Lists). Affirm that you are not aware of any current action by the government that would preclude your firm from participating.***YES*** NO*** Brief Statement: ___________________________________________ ____________________________________________________________***** 6.Does the respondent qualify as a small business, per Federal Acquisition Regulations, Part 19, Small Business Programs?*** YES***NO*** Brief Statement: _______________________________________ ________________________________________________________***** 7. Does respondent have aggregate bonding capacity for $2 million? Provide evidence from an approved surety.***YES***NO*** Brief Statement: _______________________________________ ________________________________________________________***** 8. Does the respondent or teaming partner(s) have a minimum of five (5) years experience performing work involving remediation and decontamination and dismantlement of facilities contaminated with radioactive and hazardous materials in compliance with State and/or Federal Permits? Provide a list of relevant projects for the last three (3) years, a brief description of the work including contaminants encountered, length of project, notation of your role either as the prime, partner or subcontractor, client and location, regulatory framework (i.e.; CERCLA, RCRA, etc.), total cost of the project and the cost of your portion of project, and verifiable references including company, telephone numbers, and contacts.***YES***NO*** Brief Statement: ____________________________________________ _____________________________________________________________***** 9. Does the respondent or teaming partner(s) and/or subcontractor(s) have experience performing demolition of masonry, steel, wood, and other structures contaminated with radiological or hazardous materials?***YES***NO*** Brief Statement: ___________________________________________ ____________________________________________________________***** 10. Does the respondent or teaming partner(s) and/or subcontractor(s) have experience performing asbestos, lead, and hazardous material (e.g.; chemicals, PCBs, etc.) containment or abatement?***YES***NO*** Brief Statement: __________________________________________ ___________________________________________________________***** 11. Does the respondent or teaming partner(s) and/or subcontractor(s) have a minimum of 5 years experience performing decontamination of radiological and/or hazardous materials from surfaces?*** YES***NO*** Brief Statement: _________________________________________ __________________________________________________________***** 12. Does the respondent or teaming partner(s) and/or subcontractor(s) have a minimum of 5 years experience performing removal, treatment, and disposition of radiologically contaminated equipment and materials from facilities?***YES***NO*** Brief Statement: __________________________________________ ___________________________________________________________***** 13. Does the respondent or teaming partner(s) and/or subcontractor(s) have experience performing waste segregation, characterization, packaging, manifesting, contracting for disposal, and shipping for disposal in support of remediation or D&D?***YES***NO*** Brief Statement: _________________________________________ __________________________________________________________***** 14. Does the respondent or teaming partner(s) and/or subcontractor(s) have experience performing characterization for D&D?**YES***NO*** Brief Statement: ________________________________________ _________________________________________________________***** 15.Does the respondent or teaming partner(s) and/or subcontractor(s) have experience in preparation of work planning documents (e.g.; remedial design reports, removal action work plans, removal action reports, ALARA plans, waste management plans, and health and safety plans) to support remediation and D&D tasks?*** YES***NO*** Brief Statement: ____________________________________________ _____________________________________________________________***** 16. Does the respondent or teaming partner(s) and/or subcontractor(s) have experience performing deactivation or cleanup or D&D of nuclear and radiological facilities under either DOE or Nuclear Regulatory Commission standards?***YES***NO*** Brief Statement: ______________________________________ _______________________________________________________***** Notes: *If you do not know what your EMR rate is, contact your business insurance company. **For the other rates, consult your Company OSHA 300 log.***** Response to Express of Interest ***** If your firm meets the participation criteria stated above and are interested in responding to this notice, please respond by January 19, 2004. Your response is to be provided by mail or electronically to the contact listed below (aloisime@y12.doe.gov). If you do not respond affirmatively to all the qualifying criteria you will not be considered for subsequent procurement actions.***** Contact information is as follows: Department of Energy, C/O BWXT Y-12 L.L.C., Y-12 Complex/Bear Creek Road, P.O. Box 2002, Attn: M. Elaine Aloisi, MS 8114 Building 9766, Oak Ridge, TN 37831***** EMail Address: aloisimea@y12.doe.gov; Phone: 865-241-7599; Fax: 865-241-9530
- Place of Performance
- Address: BEAR CREEK ROAD, OAK RIDGE, TENNESSEE
- Zip Code: 37830
- Country: USA
- Zip Code: 37830
- Record
- SN00492929-W 20031221/031219211951 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |