Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 23, 2020 SAM #6750
SOURCES SOUGHT

Y -- EXPLOSIVES DECOMPOSITION CHAMBER FACILITY AT HOLSTON ARMY AMMUNITION PLANT

Notice Date
5/21/2020 10:01:12 AM
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W9123620R4001
 
Response Due
6/4/2020 7:00:00 AM
 
Archive Date
06/19/2020
 
Point of Contact
Philip Mathews, Phone: 7572017292
 
E-Mail Address
Philip.D.Mathews@usace.army.mil
(Philip.D.Mathews@usace.army.mil)
 
Description
SOURCES SOUGHT W91236-20-R-4001 EXPLOSIVES DECOMPOSITION CHAMBER FACILITY AT HOLSTON ARMY AMMUNITION PLANT THIS IS A SOURCES SOUGHT NOTICE ONLY; IT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.� There are no solicitations, specifications, and/or drawings available at this time.� This sources sought notice is for informational purposes only to determine the interest and availability of potential qualified contractors and receive industry feedback on potential work as a general contractor with a sole source technology provider. �The government will not reimburse respondents for any cost incurred in preparation of a response to this notice. The government intends to use responses to this sources sought to make appropriate acquisition decisions for the project.� No award will be made from this sources sought notice. ALL INTERESTED QUALIFIED SOURCES (SMALL AND LARGE) SHOULD RESPOND TO THIS NOTICE. PROJECT DESCRIPTION: The Army Corps of Engineers Norfolk District is conducting Market Research to identify potential Sources for the Design-Build construction of the facilities identified below and to receive industry feedback and contractor interest in working with a pre-selected Sole Source Technology Provider.�� The Holston Army Ammunition Plant (HSAAP) located in Kingsport, TN intends to award a Design-Build (DB) construction contract for a new Explosives Decomposition Chamber (EDC) facility with Air Pollution Control (APC) for thermal treatment of the bulk explosive waste streams generated on-site. This facility will be designed and constructed with a government pre-selected sole source alternative thermal treatment technology system.� This system will be capable of handling the explosive waste generated by production operations. This new alternative treatment facility will reduce the open burning method which has been in use at Holston since the plant�s construction in the 1940s. This project requires the design of a facility to accommodate multiple sole source technology units, including APC, which will be installed in stand-alone locations with site infrastructure control rooms and utilities, as well as one common material handling building.� The EDC Facility will be required to process the explosive waste produced during plant operations utilizing the pre-selected sole source technology chosen to thermally treat these explosive wastes and withstand potential for re-occurring detonations of material. The EDC Facility Design will require compliance with and approval from the Department of Defense Explosive Safety Board (DDESB). It will also require environmental operation and construction permits associated with the Resource Conservation and Recovery Act (RCRA), existing Air permit updates, and other general common permits (Stormwater, etc.) from the Tennessee Department of Environment and Conservation prior to construction. Additionally, this project requires the integration of existing equipment with the sole source technology supplier (design-fabrication-equipment prove-out-installation-prove-out after installation), site construction, construction phase services, commissioning, prove-out and operator training. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 236210 - Industrial Building Construction. The small business size standard is $39.5 million. In accordance with DFARS 236.204, the magnitude of construction for this project is between $25,000,000 and $100,000,000. KEY FACTORS FOR CONSIDERATION: Besides the objectives identified in the Project Narrative above.� There are several factors that should be considered when developing a response. Experience with safe thermal destruction and safe thermal decontamination of explosive materials, to include explosives material handling and processing, re-sizing of explosive material for thermal treatment, design and construction for explosive service. Experience with construction at an active Army ammunition and/or chemical production facility. Experience with air pollution control equipment related to thermal treatment/decontamination including required permitting and monitoring processes. Experience with conducting hazard and operability studies and working within areas controlled by the Department of Defense Explosive Safety Board. Timely completion of schedule.� Given the high visibility of the project and impact to the Environment and National Security, completion of this project on time will be one of the most important factors, along with safety and quality.� However even though scheduling is one of the most important factors, it is not at the expense of safety or obtaining a fair and reasonable price. Experience with high visibility projects from a public and/or regulatory perspective. Site Location:� Holston Army Ammunition Plant, Kingsport, TN. The anticipated design-build construction duration is 1,526 calendar days. Contractors will be required to submit bid bonds with their proposal and will be required to submit 100% payment and performance bonds within 10 days of award of the contract. Bonding documents are not required for this Sources Sought response. ONLY INTERESTED, CAPABLE, QUALIFIED, AND RESPONSIVE CONTRACTORS WITH THE MINIMUM CAPABILITIES (I.E. REFER TO PROJECT DESCRIPTION) ARE ENCOURAGED TO REPLY TO THIS SOURCES SOUGHT ANNOUNCEMENT.� The Sources Sought response should demonstrate knowledge of, experience in, and ability to successfully execute the design and construction of this type of facility. It is anticipated that the Government will issue a firm fixed price contract for this project. Interested contractors must furnish the following information: GENERAL INFORMATION: Interested sources must provide a response containing answers to all questions below: 1. Company name, address, phone number, point of contact, and point of contact email address. 2. Please submit your company's Cage code and DUNS number to verify your business status as a large business, a qualified Small Business (SB), a Small Disadvantaged Business (SDB), a Service Disabled Veteran Owned SB (SDVOSB), a Veteran-Owned SB (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a) or Women-Owned Small Business (WOSB), or Qualified Section 8(a) Alaskan Native/Tribal/Hawaiian Native business. All Contractors must be registered in the System for Award Management (SAM) prior to submitting a proposal. Please see https://www.sam.gov/portal/public/SAM.for additional registration information. 3. Indicate the primary nature of your business, business size in relation to the NAICS Code 236210, and capability to execute the capabilities listed above.� 4. Provide two (2) examples of projects similar to the requirements described in the project description above, within the past ten (10) years.� Please demonstrate experience similar in type of work at the similar contract value, in a similar type of location. Projects that are $50,000,000 or greater are considered to be similar in contract value. Include point of contact information for examples provided as past performance on indicated projects so that it may be verified.��� 5. Provide responses to the following questions a. Are you interested in pursuing this opportunity with the understanding that this design and construction effort will require coordination with a sole source technology provider for the major equipment associated with this project? Assume approximately 50% of the overall cost to be related to the sole source provider�s support and equipment. If not, why? b. What do you see as challenges and risks associated with working with a sole source technology provider? c. If the project were to be competed, it is anticipated that the evaluation factors would consist of the following: �������������� i.� �Corporate Experience (relevant experience similar scope and complexity to the project completed within 10 years preceding the solicitation) �������������� ii.� Past Performance (on relevant projects within 10 years) �������������� iii. Technical Approach � Composition of the firm to include Designer of record, key subcontractors, and proposed approach to work with the sole source provider) �������������� iv. Technical Solution �������������� v.� �Schedule �������������� vi. Small Business Participation �������������� vii. Price What is your feedback on the proposed evaluation factors? What else should Government consider in making the best value tradeoff decision for award? d. The Government intends to weigh all non-price factors as approximately equal to price. Do you have any feedback to this relationship between price and non-price factors? DISCLAIMER: Since this is a Sources Sought Announcement only, no evaluation letters and/or results will be issued to the respondents. No solicitation exists and solicitation requests will not be acknowledged. USACE Norfolk District is not seeking or accepting unsolicited proposals, and will not accept telephone inquiries. All questions and correspondence shall be directed via email at Philip Mathews at philip.d.mathews@usace.army.mil and a copy to Katya Oxley at Ekaterina.Oxley@usace.army.mil. This Sources Sought should not be construed in any manner to be an obligation of the U.S. Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request. RESPONSE All responses to this announcement may be sent electronically to Philip Mathews at philip.d.mathews@usace.army.mil and a copy furnished to Katya Oxley at Ekaterina.Oxley@usace.army.mil no later than 10:00 a.m., 4 June 2020. Response should be limited to 20 single sided (10 double sided) pages. �Respond by email submission only. Project Location: Holston Army Ammunition Plant Kingsport, TN United States Primary Point of Contact: Philip Mathews Contract Specialist philip.d.mathews@usace.army.mil O: 757-201-7292 F: 757-201-7183 USACE District, Norfolk Secondary Point of Contact: Katya Oxley Contracting Officer Ekaterina.Oxley@usace.army.mil O: 757-201-7026 USACE District, Norfolk
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0e286ce4468e409f902a6d38cf01a9aa/view)
 
Place of Performance
Address: Kingsport, TN, USA
Country: USA
 
Record
SN05668394-F 20200523/200521230231 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.