SPECIAL NOTICE
99 -- West End Proected Area Reduction (WEPAR) Entry Control Facility (ECF) at Y-12
- Notice Date
- 10/1/2020 7:46:26 AM
- Notice Type
- Special Notice
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- NTESS, LLC - DOE CONTRACTOR Albuquerque NM 87185 USA
- ZIP Code
- 87185
- Solicitation Number
- SNL_SPEC_9-16-2020A
- Response Due
- 10/6/2020 10:59:00 PM
- Archive Date
- 10/21/2020
- Point of Contact
- Devin DeMenno, Phone: 5052490309
- E-Mail Address
-
ddemenn@sandia.gov
(ddemenn@sandia.gov)
- Description
- NTESS has completed the design and is seeking an Offeror who can safely and effectively perform the construction of the project summarized below. The Y-12 WEPAR ECF (Entry Control Facility) project provides an additional secure vehicular and pedestrian entry and exit point into the Y-12 facility protected area (PA). The ECF will consist of two adjacent access control components. The first component is erecting the Pedestrian Portal and Building which will be approximately 4400 square feet. Features within the ADA compliant building are pedestrian corridors, entry and exit vestibules, benches, lockers, signage, HVAC, lighting, a janitor closet, work desk, and a restroom. The second component is erecting the Vehicle Portal, which is directly attached to the north of the Pedestrian Portal and Building. The vehicle portal includes a 60-foot wide, 70-foot long, 16-foot high canopy structure over an ingress vehicular lane, a prefabricated security shelter, and an egress vehicular lane. The vehicle lanes are surrounded by fencing with active and passive vehicle barriers. Interested Offerors shall respond to each of the following mandatory requirements by stating either �yes, the supplier meets this requirement"" or �no, the supplier does not meet this requirement� and provide verification documentation as requested in the requirements to Devin DeMenno at ddemenn@sandia.gov no later than the posting close date. Failure to meet any of the requirements, or to provide the requested documentation proving the Offeror meets the requirement will result in the Offeror not being invited to the RFQ. Mandatory Requirement 1: The Offeror and Offeror's personnel shall be capable of securely storing and maintaining information up to the classification of Unclassified Nuclear Information (UCNI) in accordance with DOE Order 471.1B. The Offeror must indicate it has reviewed the DOE order and is capable of meeting the requirements. Mandatory Requirement 2: All Offeror personnel assigned to the project shall be United States citizens. The Offeror must indicate it is capable of meeting this requirement. Mandatory Requirement 3: The Offeror shall provide information on two building construction projects, where they were the prime contractor, with a total construction amount of at least $8,000,000 each, that were completed no more than 6 years prior to the date of this solicitation. Provide the following information for each project to verify the Offeror meets the mandatory requirement: 1.�Full Project Title 2.�Description of the Statement of Work 3.�Project Customer 4.�Project Customer Contact Name, Phone Number and Email Address 5.�Period of Performance 6.�Project Amount Mandatory Requirement 4: The Offeror will be required to provide performance and payment bonds for the entire project bid amount as a notice to proceed item. The Offeror shall have a single project bonding capacity of at least $16,000,000. The Offeror shall provide a letter from its surety stating the Offeror�s bonding capacity. Additionally, the interested Offeror shall not have had a surety complete any work on behalf of the Offeror in the past five years. The Offeror shall also provide a letter from its surety attesting to this fact. Mandatory Requirement 5: All safety metrics below will be required to be met by the Offeror and documentation shall be submitted to confirm the Offeror's safety metrics. 1.�Occupational Safety & Health Administration (OSHA) Total Recordable Case Rate (TRCR) shall average 4.0 or below for the past three calendar years. 2.�OSHA Days-Away Restricted Time (DART) shall average 2.1 or below for the past three calendar years. 3.�Experience Modification Rate (EMR) from the insurance provider of the Offeror shall average 0.9 or less for the past three calendar years. 4.�Zero fatalities in the past ten years. Mandatory Requirement 6:� The Offeror must, by proposal due date, have a documented Worker Safety and Health Program in full compliance with subparts A, B, & C of 10 CFR 851: Worker Safety and Health Program. The program must be applicable to the construction scope of work as defined by the regulation and cover all expected hazards pertinent to the scope of work described in the forthcoming RFQ. The Offeror must indicate it has reviewed the regulation and is capable of providing a compliant Worker Safety and Health Program by the proposal due date. Mandatory Requirement 7: The Offeror shall possess a Tennessee Building Construction license of BC, BC-B, or out of state equivalent. Offerors are exempt if the Offeror's state or local municipality does not have a construction contracting licensing program. The Offeror shall either provide their license or indicate they are exempt from this requirement. Mandatory Requirement 8: A mandatory Prebid walkthrough will be held at the Y-12 site in Oak Ridge, TN on the week of 10/12/20. Further details will be included in the RFQ. Interested Offerors must attend to be considered for award. The Offeror shall confirm they can travel to the Y-12 site this week and provide the following information for each attendee by the posting due date: full name, birthplace, date of birth, and social security number. Attendance is limited to two individuals from each Offeror.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/425c8ec243e54252b9810405145123b7/view)
- Place of Performance
- Address: Oak Ridge, TN, USA
- Country: USA
- Country: USA
- Record
- SN05816692-F 20201003/201001230150 (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 |