Demolition of Miscellaneous Wooden Structures and/or Site Clean-Up, Postwide
Document Type: Presolicitation Notice
Solicitation Number: W91248-04-B-0002
Posted Date: Dec 16, 2003
Original Response Date: Jan 29, 2004
Set Aside: Total HUB-Zone
Contracting Office Address: ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 & Indiana Streets, Fort Campbell, KY 42223-1100
Description: Work consists of dismantling, demolition, or removal of improvements to include steps, piers, and foundation and associated work such as utility work, handling and disposal of PCB Ballasts, excavation, filling, backfilling, and placement of topsoil or gravel and protective seeding and mulch.
Contract type is a Firm Fixed Price Requirements Contract for a Base Year with Four (4) Option Periods. This solicitation is 100% Set-Aside for HubZone Business Concerns. For the purpose of determining Small Business size, NAICS 238910 for this acquisition the average annual receipts of concern and its affiliates for the preceding three fiscal years must not exceed $28.5 million. Solicitation packages downloaded from Directorate of Contracting Home Page utilizing the Adobe Portable Document Format (PDF). The solicitation will be available on or about 30 December 2003 on the Directorate of Contracting Home Page www.doc.campbell.army.mil.
For further information on obtaining the solicitation contact Debbie Rapp, (270) 798-0121. All responsible sources may submit a quote, which shall be considered by this Agency.
Original Point of Contact: Lilia Wood, 270-798-6068
Email your questions to ACA, Fort Campbell at woodl@campbell.army.mil.
Removal, Disposal, and Salvage of Used Railroad Crossties
Solicitation Number: W44W9M-04-T-0014
Posted Date: Oct 21, 2003
Set Aside: Total Small Business
Contracting Office Address: McAlester Army Ammunition Plant, Attn: SOSMC-PC, 1 C Tree Road, McAlester, OK 74501-9002
Description: Removal, Disposal, and Salvage of Used Railroad Crossties-The contractor shall use automated tie handling equipment capable of removing 500 used crossties per day and furnish all plant, labor, transportation, equipment, material, and incidentals necessary to remove and dispose of used railroad ties (approximately 46,000) from various areas of the McAlester Army Ammunition Plant, OK in accordance with statement of work and applicable U.S. Department of Labor Wage Determination.
Estimated issue date is November 4, 2003. Proposed contract is 100% small business set-aside. This solicitation will be issued electronically in accordance with FAR 4.502 and 5.102. Therefore, hardcopies will not be provided. Vendors wishing an electronic copy may download it on or after the issue date by accessing this website. CAUTION: This solicitation will be issued electronically as will any amendments thereto.
Because of this, the government is under no obligation, and is in fact, unable to maintain a bidders mailing list. It is therefore incumbent upon any interested parties to periodically access the solicitation via this website in order to obtain any amendments which may be issued. Failure to obtain any said amendments and to respond to them prior to the date and time set for receipt may render quote nonresponsive and result in the rejection of same.
Original Point of Contact: Stephen Dunbar, 918-420-7401
Email your questions to McAlester Army Ammunition Plant at stephen.dunbar@mcaap.army.mil
Expression of Interest & Request for Qualifications, Dismantling & Demolition
Document Type: Sources Sought Notice
Solicitation Number: Reference-Number-ALO-031215
Set Aside: Total Small Business
Contracting Office Address: Department of Energy, BWXT Y-12, L.L.C. (DOE Contractor), BWXT Y-12, L.L.C., P. O. Box 2002, Oak Ridge, TN, 37831-6501
Description:
Expression of interest and request for qualifications: dismantling and demolition at y-12 national security complex. ***** PURPOSE***** BWXT Y-12, L.L.C. (Company) is acting under its Prime Contract No. DE-AC05-00OR22800 with the United States Department of Energy at the Y-12 National Security Complex, and soliciting expressions of interest for its Infrastructure Reduction Program at the Y-12 National Security Complex located in Oak Ridge, Tennessee.
The scopes of work for this dismantling and demolition work will also contain deactivation, decontamination, remediation, transportation and disposal of waste material. The value of the dismantling and demolition work is estimated to be $9.9 million for the General Order Agreement (GOA) over a thirty-six (36) month period - base period eighteen (18) months and an option period of eighteen (18) months. Interested Small Businesses must have the capabilities to handle the transportation and disposal of a range of waste materials (including but not limited to asbestos, lead-based paint, PCBs, and other contaminates including low level radiological waste).
It is anticipated to award five (5) GOA awardees under this procurement action. Award of any dismantling and demolition work is contingent upon funding for these task releases, and actual work award will be at the task release level. It is the intent of the Company to secure Small Business dismantling and demolition subcontractors capable of performing the required activities for the upcoming task releases.
This expression of interest (EOI) does not constitute an invitation for bids or a request for proposal. This request is for the purpose of identifying prospective and qualified small business firms. Responses received will be used for planning purposes and determining potential candidates for subsequent procurement actions, if any. It is the company’s intent to make this procurement a Small Business Set-Aside. Firms that do not respond affirmatively to all participation criteria contained in the expression of interest, you will not be eligible for subsequent procurement actions. After evaluating responses to this EOI, the Company will determine if a sufficient number of qualified small businesses are interested to allow for a competitive Small Business Set-Aside procurement. If so, the Company will issue a Request for Qualifications to the qualified small businesses that responded to this EOI. If it is determined that a sufficient number of qualified small businesses are not available, the Company will issue a Request for Qualifications to small and large businesses.
Technical documents for this project may contain Unclassified Controlled Nuclear Information (UCNI) and Official Use Only (OUO) information which requires special information security preparations on the part of the short listed subcontractors prior to receiving the RFP. All subcontractor personnel working on this project must be United States citizens.
The scope of work consists of providing all labor, supervision, tools, equipment, material and services to perform the dismantling, demolition, deactivation, decontamination, remediation, characterization, transportation and disposal of waste material.
The work location is at the Y-12 National Security Complex and physical access to the site will be from Tennessee State Route 95/Bear Creek Road and/or Second Street. The age of the structures ranges from pre-1950s to late 1990s. The buildings anticipated for demolition in the base period range from 198 sq.ft. to 45,416 sq.ft. The demolition plan for the option period is still under development.
The work location does not require Q-Cleared workers, but all on-site personnel must be United States citizens with DOE issued identification badges and vehicle passes. The offeror will be required to obtain escort agreement approval and provide Q-Cleared escorts for uncleared workers working in the protected area. Work performed under the Infrastructure Reduction Program for BWXT Y-12 requires the successful subcontractor(s) to abide by the terms of the Resolution agreed to and signed by BWXT Y-12 and the Knoxville Building and Construction Trades Council on July 15, 2002.
A copy of the Resolution will be made available to you at the Pre-Bid Meeting.
Dismantling and Demolition activities at the Y-12 Complex must be in accordance with the Price-Anderson Amendments Act 10 CFR Part 830, Nuclear Safety Management; Subpart A, Quality Assurance Requirements. Contaminates of concern are as follows: a) Uranium and daughter products; b) Asbestos; c) PCBs in oils and paint; d) Lead; e) Heavy metals; f) Mercury; g) Transite siding; h) Freon***** Performance concerns: a) Proximity to high voltage electric lines; b) Security restrictions; c) Difficult access to the site; d) Proximity to active overhead utility piping; e) Large overhead piping, equipment, and cranes in buildings; f) Radiologically contaminated equipment and buildings; g) Removal of large overhead systems and reroute of systems with attached active communication lines.
The Company intends to award to five (5) Awardees under the Demolition and Dismantling GOA that are qualified Small Businesses that best meet the Company’s goals and objectives for demolition and dismantling. Selection will be based on best-value using a three-phased approach of an Expression of Interest (EOI), Request for Qualifications (RFQ), and Request for Proposals (RFP) Phase 1, Expression of Interest, will determine if a sufficient number of qualified small businesses are interested. If there is adequate interest in the small business community to proceed to Phase 2, then the strategy remains a Small Business Set Aside. Should there be insufficient small businesses expressing interest to provide adequate competition in the bid process, the acquisition strategy will revert to full and open competition and include both large and small businesses that expressed interest. It should be noted that the threshold for the number of companies demonstrating an interest must be significantly greater than the number needed to complete the proposal process. Phase 2, Request for Qualifications, will request that firms respond to evaluation factors regarding Past Performance & Experience, Technical Capabilities, and Organization & Personnel Qualifications. The subcontract documents will contain OUO information and require preparations on the part of the short listed firms and the Company prior to issuance of the RFP. From the responses received, the Company will evaluate and score the Statements of Qualification (SOQ) against the RFQ evaluation criteria to down-select to the shortlist to receive the Request for Proposals. No pricing is to be included in Phase 2.
Offerors selected to receive the RFP must comply with the Company information security requirements prior to receiving the subcontract documents. All offeror personnel that will be handling, viewing or using Unclassified Controlled Nuclear Information (UCNI) or Official Use Only (OUO) documentation must complete BWXT Y-12 provided training prior to receiving the RFP package including any subtier personnel.
Phase 3 (Request for Proposals) will request that firms respond to technical evaluation factors such as, but not limited to, Project Management Plan & Business Management, Structure & Control, and provide Pricing. A pre-bid meeting will be held in Oak Ridge, TN. The basis for award will be the Offeror offering the best overall value, considering price, the technical RFP submittals, and the SOQs evaluated under the Request for Qualification. Subcontract award is anticipated in First Quarter 04.
The company strongly encourages providing maximum opportunities for small business concerns as a critical and important element of work on the Y-12 Complex. In case of a full and open competition bid, Large Businesses are required to submit a Small Business subcontracting plan as part of their proposal.
Potential bidders, their teaming partner(s) and/or subcontractors, as appropriate, must be able to meet all project specific qualification criteria. These criteria must be fulfilled through a corporate resume and not through individual experience gained at different Companies. The participation criteria are detailed below:***** Original Point of Contact: Elaine Aloisi, Subcontract Administrator, Phone 865-241-7599, Fax 865-241-9530, Email aloisime@y12.doe.gov - Elaine Aloisi, Subcontract Administrator, Phone 865-241-7599, Fax 865-241-9530, Email aloisime@y12.doe.gov.