Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2007 FBO #2029
MODIFICATION

99 -- Idaho CERCLA Disposal Facility (ICDF)

Notice Date
6/15/2007
 
Notice Type
Modification
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Energy, CH2M-WG Idaho, LLC (DOE Contractor), CH2M-WG- Idaho, 1955 Freemont Ave., Idaho Falls, ID, 83415, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-SS-CWI-ICDF
 
Response Due
6/28/2007
 
Archive Date
7/13/2007
 
Point of Contact
James (Jim) Alberico, Sr. Consulting Business Specialist/Subcontract Administrator, Phone 208-526-0733, Fax 208- 526-6510 , - Natalie Packer, Small Business Program Manager, Phone 208-526-2025, Fax 208-526-1340,
 
E-Mail Address
James.Alberico@icp.doe.gov, natalie.packer@icp.doe.gov
 
Small Business Set-Aside
Total Small Business
 
Description
ADDITIONAL INFORMATION FOR SOURCES SOUGHT NOTICE: Requirement 4b under Financial Responsibility requested a: Letter from respondent's bonding company confirming respondent's ability to obtain bonding for a scope of this size. --- This requirement is clarified as follows: Respondent must demonstrate the ability to bond up to $4,000,000.00 per year. --------------------------------------------------------------------------------------------- SMALL BUSINESSES WITH ABILITY TO PROVIDE RADIOLOGICALLY CONTAMINATED SOIL AND DEBRIS EXCAVATION, TRANSPORTATION, AND CERCLA LANDFILL, EVAPORATION POND, AND DECONTAMINATION/TREATMENT OPERATIONS SERVICES FOR THE IDAHO CLEANUP PROJECT (ICP). CH2M-WG Idaho, LLC (CWI), is a FAR Based Contractor under contract with the Department of Energy (DOE) to perform cleanup at the Idaho National Laboratory (INL) Site near Idaho Falls, Idaho. CWI is seeking qualified Small Businesses (as classified under NAICS code 562910, 500 employees) that have thorough knowledge, experience and resources to provide management and execution of excavation, packaging, transportation, procedure development, materials, equipment as required, and landfill/evaporation pond/decontamination and treatment operations for disposal of contaminated soil and debris from various locations around the INL Site. Approximately 75,000 cubic yards of soil and debris will be excavated and transported over a five year period. A majority of the debris results from decontamination, decommissioning, and demolition of radiological facilities, and includes structural steel, concrete rubble, ventilation ducting and piping, and large pieces of equipment. Heavy equipment will be provided by CWI based on a joint assessment of need by CWI and the subcontractor. The landfill is the Idaho CERCLA Disposal Facility (ICDF). CWI contemplates awarding a time and materials type subcontract. The estimated period of performance for these services will be 5 years with an estimated value range of $10-20 million. Requests from Small Businesses for pre-qualification shall include the following: 1) Project Experience - a) List two similar projects with magnitude of value over $5,000,000 that respondent has performed during the last five years. The listed projects must be similar in scope and involve work of similar complexity as the work covered by this notice. The respondent must have performed these projects either as the prime contractor or as a teaming partner, and in either case respondent's own employees must have performed a significant portion of the work; b) For each project listed provide i) name, title, email and telephone number of the client point of contact, ii) dollar value, iii) description of overall scope and respondent's particular scope of responsibility, iv) contract type, dates of performance and for whom the work was performed. The client point of contact must be able to address respondent's safety record, cost control performance and schedule performance. 2)- Environmental Safety & Health (ES&H) Program. Provide the Table of Contents for respondent's ES&H Program Manual which demonstrates evidence of policies and procedures that address: a) Elimination of accidents, injuries/illnesses, and damage to property and equipment; b) Records maintenance; c) Hazard identification and mitigation; d) Employees rights and encouragement to report unsafe conditions and to stop work without fear of reprisal; e) Audits performed to assess the effectiveness of the Program; f) Hazard Communication Program which includes maintenance of Material Safety Data Sheets (MSDS). 3)- Safety and Compliance. Respondent shall have a proven, effective and comprehensive written accident prevention / occupational safety and health program and shall provide the following information for the last three calendar years: a) Proof that it has an average Workers Experience Modification Rate (EMR) that is less than or equal to 1.0; b) Copy of its Bureau of Labor Statistics (BLS) Log and Summary of Occupational Injuries and Illnesses (OSHA No. 200); c) Original certification that the Number of Recordable Cases (Sum of OSHA 200 Column A x 200,000 / hours worked) is equal to or less than 3.2 and Number Day Away From Work Cases (Sum of OSHA 200 Columns 3 and 10 x 200,000 / hours worked) is less than 0.64; d) Copy of each OSHA violation received to include type of citation, fines levied, fines paid, and negotiated settlements and description of actions taken to avoid or eliminate said citation when performing future tasks of a similar nature; e) Original certification that respondent has not received any OSHA citations during the last three years, if OSHA has not cited respondent during the last three years; f) Copy of any fines and findings issued regarding respondent's compliance with the Price-Anderson Amendments Act (PAAA); g) Copy of any fines and findings issued by the Nuclear Regulatory Commission regarding respondent's performance. 4)- Financial Capability. Provide a) Respondent's Annual Report or current audited financial statement and current quarterly financial statement; b) Letter from respondent's bonding company confirming respondent's ability to obtain bonding for a scope of this size. 5)- Quality Program. a) Copy of the table of contents for the respondent's Quality Assurance Program (QAP) and b) Evidence that respondent's QAP has been certified under previous projects to meet the requirements of DOE Order 414.1, 10 CFR 830.120, and NQA-1 2000, as applicable. 6) General References. Provide a list of all D&D, Construction and DOE projects with a cost of $5,000,000 or greater that the respondent has performed during the last two years. For each project listed provide a) name, title, email, and telephone number of the client point of contact, b) dollar value, c) description of overall scope and respondent's particular scope of responsibility, d) contract type, dates of performance and for whom the work was performed. 7) Subtiers. If respondent will have subtier subcontractors, the scope that each subtier is proposed to perform must be identified and the applicable backup documentation identified in Items 1 through 6 above must be provided for each subtier. As solely determined by CWI, the omission or failure to correctly and satisfactorily respond or certify to any pre-qualification criterion as required above may result in the respondent's elimination from further consideration. No other information, except as specified herein (i.e. cover letter addressing pre-qualification responses/certifications, e-mail address, and attachments) shall be included in Respondents pre-qualification submission. This advertisement is NOT A SOLICITATION for services. If sufficient qualified responses are received, then respondent companies will be maintained on a list as sources for a possible future solicitation. Submission of this information is limited to 50 pages. Telephone calls will not be accepted. Questions may be sent by email to james.alberico@icp.doe.gov. Interested Subcontractors shall submit two (2) hard copies to: James Alberico, CH2M-WG Idaho, LLC, Idaho Cleanup Project, 2525 N. Fremont Avenue, P.O. Box 1625, Idaho Falls, ID 83415-2503. Submittals must be received no later than 4:00 p.m. Mountain Standard Time on June 28, 2007.
 
Place of Performance
Address: Idaho National Laboratory - Idaho Cleanup Project, Scoville, Idaho
Zip Code: 83415
Country: UNITED STATES
 
Record
SN01319929-W 20070617/070615220539 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.