Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2010 FBO #3183
AWARD

99 -- Recovery Action: Closure of Sewer Lines from Decommissioned P & R Nuclear Reactors

Notice Date
8/10/2010
 
Notice Type
Award Notice
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of Energy, Savannah River Nuclear Solutions, LLC, Savannah River Nuclear Solutions, LLC, Savannah River Site, Bldg 730-2B, Aiken, South Carolina, 29808, United States
 
ZIP Code
29808
 
Solicitation Number
SR002-10-0023
 
Archive Date
8/14/2010
 
Point of Contact
David McCowan,
 
E-Mail Address
david.mccowan@srs.gov
(david.mccowan@srs.gov)
 
Small Business Set-Aside
N/A
 
Award Number
RA30300K
 
Award Date
8/3/2010
 
Awardee
AVISCO, Inc., 1005 Clarence Larsen Drive, Oak Ridge, Tennessee 37830, United States
 
Award Amount
$3,107,000.00
 
Description
Recovery Action: Savannah River Nuclear Solutions (SRNS), managing contractor of the Savannah River Site (SRS) for the Department of Energy (DOE), solicits interested firms desiring to be considered for Davis-Bacon contract to closure of several process and storm water sewer lines (PSL) and related structures connected to Reactors P & R is planned for May. The PSL are radiologically contaminated. Manholes, catch basins, open ended inlets/outlets, in ground tanks and other holding areas associated with the two reactors will be grouted closed. Pipe lines are not grouted except for what may enter during grouting of the manholes. The closure includes collapsing above grade manhole areas into the manhole, filling the manholes with grout/concrete, closure (plugging) of discharge/outfall ends and open catch basins and placement of any ancillary equipment into one of the tanks prior to grouting the tanks. Also require are erosion controls; testing; and demolition of frames, covers and all concrete. Any question regarding this acquisition shall be addressed to David McCowan (email acceptable) Only firms who have a demonstrated safety performance equal to the following standards shall be eligible for award: 3-year average Interstate Experience Modification Rate of 1.0 or less, and a 3-year average Total Recordable Case Rate of 5.3 or less. Any interested firm who is deemed qualified to perform these services must become signatory to the Site Support Alliance Agreement and be capable of providing payment and performance bonds.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c24b79fb9f06479572b2c44d409e8f6f)
 
Record
SN02236030-W 20100812/100811000520-c24b79fb9f06479572b2c44d409e8f6f (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.