Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2012 FBO #3757
SOLICITATION NOTICE

Y -- Saltstone Disposal Unit - 6 (SDU-6) Expression of Interest (EOI) - (Draft)

Notice Date
3/6/2012
 
Notice Type
Presolicitation
 
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
SRR0000435
 
Point of Contact
James Loftis, Phone: 803-952-6101
 
E-Mail Address
james.loftis@srs.gov
(james.loftis@srs.gov)
 
Small Business Set-Aside
N/A
 
Description
Site Plan Dated 1-27-12 Preliminary Drawing SDU-6 Preliminary Specifications for SDU-6 QA Requirements for Tank Construction SRR-PPS-2012-00017 March 5, 2012 TO: ALL INTERESTED COMPANIES EXPRESSION OF INTEREST FOR CONSTRUCTION OF SALTSTONE DISPOSAL UNITS (SDU) 6 AT THE SAVANNAH RIVER SITE - LOCATED NEAR AIKEN, SOUTH CAROLINA PURPOSE The purpose of this inquiry is to determine your interest and qualifications as a possible Offeror to perform tank construction for Saltstone Disposal Unit (SDU) 6. It is anticipated the Procurement Specification will request subcontractor(s) to build a 32 million gallon concrete tank to act as a low level radioactive solid waste disposal unit. This potential construction subcontract will be performed with labor whose wages are subject to the Davis-Bacon Act. The mission of the Saltstone Facility at SRS is to process and dispose of low level radioactive salt solution from the liquid waste processing facilities. The Saltstone Facility immobilizes low level radioactive salt solution waste by mixing it with a dry material mixture of fly ash, slag, and cement to produce a flowable grout mixture. This grout is poured into large concrete disposal units where it cures to become Saltstone, a non-hazardous material, for permanent disposal. Expected construction duration is sixteen (16) months from start to Mechanical Completion on a 4 X 10 work week. A Disposal Unit is expected to have the following attributes: - AWWA D110 Type 1 pre-stressed concrete tank - Class 3 Concrete (Type V cement) - 375 ft diameter - 43 ft high - Refer to attached sketch (Attachment #3) - No wall or floor penetrations - Approximately 300 roof penetrations - 100% leak tight (zero leakage) - Below slab Leak detection system The Scope of Work Includes: - Reinforced concrete integral base slab/wall footing construction - Flexible base slab to wall joint including water-stop and bearing and filler pads - Erection of the cast-in-place tank core walls including water stop installation between wall segments, lateral cables and vertical post tensioning system. - Roof support columns with on-slab footings. - Concrete roof slab construction - External horizontal pre-stressing wrapping of core wall including shotcrete layers and cover using automated equipment. - Application of plastic for shotcrete curing. - Hydro-testing of the tank (test water will be supplied by SRR) including dewatering. - Epoxy injection of any leaks through cracks, voids or joints - Repairs of any leaks and retest - Attachment #1 Quality Assurance Requirements for SDU-6 Tank Construction - Attachment #2 Preliminary SDU-6 Specification (Partial) - Attachment #3 Preliminary SDU-6 Drawings - Attachment #4 Site Plan Drawing dated 1/27/12 The Scope Excludes: - Design - Site preparation (Site Plan Attachment #4) - Rough grading - Backfill above top of slab The work will be performed to a quality program compliant with ASME NQA-1 per the attached checklist (Attachment #1 Quality Assurance Requirements for SDU-6 Tank Construction). The tank construction is not radiological work. Performance Schedule The estimated project award date is October 2012, with site mobilization November 2012. Expected duration is 16 months from Notice to Proceed. Demonstrate your ability to meet these schedules. Interested parties are asked to provide a schedule that includes the activities presented in the Scope of Work. This project will have considerable SRR Management and Department of Energy (DOE-SR) interest. SRR will use the information obtained in your response to this EOI to determine your firm's ability and interest in performing this service. This EOI is for INFORMATIONAL PURPOSES ONLY. EXPENSES RELATED TO EXPRESSION OF INTEREST SUBMISSIONS This EOI does not commit SRR to issue a future solicitation for these services or to award a subcontract, nor to pay any costs incurred in the development and submission of any response. Funds are not presently available for any subsequent procurement action. EXPRESSION OF INTEREST SUBMITTAL INSTRUCTIONS The response should demonstrate your overall qualifications and proven capabilities in supplying the equipment and services required to perform the services described in Attachment #2 Preliminary SDU 6 Specification (Partial). The information specified below is requested. 1. Organization and Experience Demonstrate that your firm has sufficient resources or if you propose to perform the potential subcontract by use of a partnering agreement with another firm, or with the use of sub-tier subcontractors/suppliers. 2. Quality Assurance Program Submit your firm's corporate quality programs for information and indicate whether the program is based on a particular quality standard such as Nuclear Quality Assurance (NQA)-1 or International Organization for Standardization (ISO) 9001. Refer to Attachment #1 Quality Assurance Requirements for SDU-6 Tank Construction.. 3. Service Capability (Equipment, Personnel, and Facilities) Provide documentation to indicate that your firm has the capability, equipment, personnel resources, and facilities necessary to perform the work scope. 4. Vendor Information In order to register as a potential Offeror, you will be required to fill out and complete the following form from our external website; http://www.srs.gov/general/busiops/SRR-Procurement/index.htm# Go to: Puridiom Supplier Vendor Updates for the following forms: • Supplier Information Form (OSR 46-9, Rev 2011-05-25), 5. Pricing Provide a budget based on a Rough Order of Magnitude (ROM) 6. Alternatives Provide any alternate information that would enhance schedule, cost and performance per the information and attachments identified herein. REQUIREMENTS Potential Offerors need to be aware of SRR Subcontract Requirements as follows: 1. SRR is a Davis-Bacon Act worksite, and Subcontractors and Lower-tiers Subcontractors are required to be signatories to the Project Labor Agreement (Union Labor) 2. Proposal, Payment and Performance bonds will be required. 3. Environmental Safety and Health Evaluation Worksheet for the past three calendar years will be required with OSHA 300 logs to support. SRR requires an Experience Modification Rate (EMR) of 1.0 or less and a Total Recordable Case (TRC) rate of 4.3 or less. 4. Potential Federal Budget constraints will be presented within the RFP. 5. Representations and Certifications will be required and will be part of the RFP. 6. Small Business Subcontracting Plans will be required of Large Business Offerors. 7. North American Industry Classification System (NAICS): 237110, 238110 SUBCONTRACT TYPE It is anticipated that if the requirement referenced in this EOI develops into a future procurement action, the end result will be a fixed-price subcontract. Following a formal RFP and Pre-Proposal meeting at SRR, a single subcontract is planned; however, SRR reserves the right to make multiple awards. Award will be made to the Offeror(s) whose proposal(s) best conforms to any resultant RFP and is determined by SRR to be the most advantageous SRR will evaluate the proposals based on a Best Value approach. An award is anticipated in late October 2012. SUBMISSION OF RESPONSES If you do not plan to submit a response, a brief letter indicating your lack of interest and reasons would be appreciated. EOI responses will be received by SRR at the following address until March 26, 2012 COB. Within the response, please provide mailing address for a RFP via express delivery (FedEx or UPS). Savannah River Remediation LLC ATTN: Jim Loftis Bldg. 707-21B Room 5 Aiken, SC 29808 Offerors can review typical Davis-Bacon Subcontract documents at: SRRemediation.com, then to Business Opportunities, then to Documents and Forms If you have any questions, please do not hesitate to contact me at 803-952-6101 or electronically at james.loftis@srs.gov. Sincerely, James G. Loftis, Davis-Bacon Subcontract Administration Procurement Services Savannah River Remediation LLC Telephone: (803) 952-6101 Facsimile: (803) 952-5624 Email: james.loftis @srs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e7184d822a61830fd4428e96a7d6803a)
 
Place of Performance
Address: Department of Energy (DOE), Savannah River Site (SRS), Aiken, South Carolina, 29808, United States
Zip Code: 29808
 
Record
SN02690333-W 20120308/120307120920-e7184d822a61830fd4428e96a7d6803a (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.