Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2010 FBO #3240
SOURCES SOUGHT

Q -- Occupational Medical Services for the Hanford Site - Sources Sought

Notice Date
10/6/2010
 
Notice Type
Sources Sought
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
EMCBCU.S. Department of EnergyEM Consolidated Business Center250 E. 5th Street, Suite 500CincinnatiOH45202
 
ZIP Code
45202
 
Solicitation Number
DE-SOL-0002437
 
Response Due
10/28/2010
 
Archive Date
11/27/2010
 
Point of Contact
Delgado, Wilmari C 513-246-0566, wilmari.delgado@emcbc.doe.gov
 
E-Mail Address
Delgado, Wilmari C
(wilmari.delgado@emcbc.doe.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. No solicitation is available. This RFI is released pursuant to FAR Part 15.201(e), Exchanges with Industry. The U.S. Department of Energy (DOE) is currently in the acquisition planning stage for the potential award of a contract for the continuation of Occupational Medical Service activities to take place at the U.S. Department of Energy's Hanford site located in the Tri-Cities area in the State of Washington. The Hanford Site is located along the Columbia River in southeastern Washington State. A plutonium production complex with nine nuclear reactors and associated processing facilities, Hanford played a pivotal role in the nation's defense for more than 40 years. Today, as part of the Department of Energy's Environmental Management Program, the Hanford site is engaged in the world's largest environmental cleanup program. The primary mission of the Hanford Site is the environmental cleanup including environmental remediation services, mission support services, waste treatment, and occupational medical services. There are approximately 10,000 Federal and contractor employees at or near the Hanford Site. These employees work for the contractors supporting the sites core mission. The cleanup work at the Hanford Site exposes workers to the risk of chemical and radiological hazards, as well as construction-related hazards. The purpose of this sources sought notice is to seek responses to identify potential small business, 8(a), HUBZone small business, and service-disabled veteran-owned small business sources with specialized capabilities to meet the requirements defined in Attachment 1, draft Performance Work Statement (PWS) and to further determine whether or not the work can be set-aside for small business, 8(a), HUBZone small business, or service-disabled veteran-owned small business. The North American Industry Classification System (NAICS) code for this requirement is 621111, and the small business size standard is $10,000,000. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSALS (RFP) AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO AWARD A CONTRACT AT THIS TIME. All interested parties are hereby invited to submit a capability statement of no more than ten pages, and no smaller than 12 pitch font. Capability statements should include the following information as appropriate and as applicable: 1.) Describe your approach to meeting the requirements in the attached Draft PWS. 2.) Identify any challenges and risks in meeting the requirements in the Draft PWS. Explain how your organization would minimize any risks. 3.) Describe your experience in a complex regulatory environment in respect to problem-solving, working with stakeholders, tribal governments, Citizens Advisory Boards, and regulatory agencies at the state and federal level. 4.) Discuss your experience as a Prime contractor performing contracts of a similar size and scope. Include a description of the related work scope, contract value, period of performance and lessons learned. 5.) Discuss the roles and responsibilities of your company and any teaming partners specific to t he draft PWS. If you propose a teaming arrangement, describe the portions of the work statement that the respective team members will perform. If the team includes small business entities, indicate how the small business entities would perform at least 51% of the dollar value of the labor based on the functions that they would perform. 6.) The Occupational Medical Services contract will support multiple contractors, the Richland Operations Office and the Office of River Protection. Discuss your previous experience and provide examples of your experience in managing and integrating work similar to the requirements contained in the PWS organizational matrix. 7.) Discuss your experience in implementation of environmental, safety and health plans related to your (and any teaming partners) work on DOE sites. This discussion should address your approach to addressing requirements under 10 CFR 851, Worker Health and Safety Program. 8.) Discuss the management system you would uti lize for the scope of work. Please be prepared to provide information on the project control system you currently utilize for your company and how it will be tailored for this effort. 9.) Brief description of Experience and Performance Record (past five years). Identify all DOE, other Government, or other commercial experience relevant to the identified work (include contract number, date, scope, duration, client, and contracting agency contact). 10.) Describe your plan for obtaining accreditation as required in the C.5.b and C.10.a of the attached PWS. 11.) Small business teams or joint ventures shall identify the socio-economic status of each member and shall provide a description of the work that each member would perform under a contract. In addition, small business teams or joint ventures shall submit written proof from all members of their commitment to continued joint participation for a minimum of five years. Proof of commitment will not be considered as part of t he page limitation for capability statements. The Government will evaluate each capability statement based on the interested party's demonstrated qualifications, capabilities, expertise, experience and past performance in each of the areas included in the Draft PWS. Interested parties are requested to provide name of firm, point of contact, phone number, address of firm, CAGE Code, and/or a DUNS Number. DOE reserves the right to use any and all information submitted by, or obtained from, an interested party in any manner DOE determines is appropriate, including, but not limited to, the creation of a competitive solicitation. An interested party should avoid including any classified, business confidential, and/or proprietary information in its response. However, if an interested party must submit such information, the information must be clearly marked accordingly, and the interested party must provide sufficient justification as to why such information is business confidential and/or proprietary. DOE will review the i nformation and safeguard it appropriately. The Government will not pay for any information that is provided in response to this announcement nor will it compensate any respondents for the development of such information. All capability statements shall be submitted electronically to the following e-mail address: wilmari.delgado@emcbc.doe.gov The Response Due Date is not later than 4:00 pm Eastern Daylight Time on October 28, 2010. Interested parties are reminded the response is to be no more than 10 pages; therefore, any responses to questions should be brief in nature yet sufficient enough for the Government to determine capability. All questions pertaining to the announcement should be directed to Ms. Delgado at the email address specified above and/or telephone (513) 246-0566. DOE personnel may contact firms responding to this announcement to clarify a responder's capabilities and other matters as part of this market research process.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0002437/listing.html)
 
Record
SN02306892-W 20101008/101006234227-dd26a72335bf3e4164f0e641d54ff0be (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.