Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2009 FBO #2602
SOLICITATION NOTICE

Z -- Valley Wide Modifications, Outage and Supplemental Maintenance Support Alliance Contract

Notice Date
1/8/2009
 
Notice Type
Presolicitation
 
NAICS
221112 — Fossil Fuel Electric Power Generation
 
Contracting Office
Tennessee Valley Authority, Tennessee Valley Authority, Procurement, 1101 Market Street, Chattanooga, Tennessee, 37401
 
ZIP Code
37401
 
Solicitation Number
RFP-20090108
 
Archive Date
2/21/2009
 
Point of Contact
Richard D. Garrett,, Phone: (865) 632-1090, Stacci P Thomas,, Phone: 423/751-8192
 
E-Mail Address
rdgarrett@tva.gov, spthomas@tva.gov
 
Small Business Set-Aside
N/A
 
Description
Tennessee Valley Authority (TVA) intends to purchase the following goods and services by Competitive Negotiation: TVA intends to request in the near future proposals for a long-term (5 years, with option to extend) agreement to conduct modifications, outage and supplemental maintenance work at TVA’s fossil, nuclear, and hydro generating plants, and possibly work at other TVA controlled facilities. The selected CONTRACTOR‘s principal work would be to employ and manage all craft labor necessary for the execution of modifications, outage and supplemental maintenance work, including construction, rehabilitation, modifications, removal, replacement, asbestos abatement (direct or through subcontractors), insulation and lagging (direct or through subcontractors), and construction testing of components and/or systems identified by TVA at generating plants and other sites located within the Tennessee Valley region. In connection with this work, CONTRACTOR would perform a variety of functions, including but not limited to, site/field engineering, project management functions, quality control functions including inspection and testing services, training (craft and non craft), administration and enforcement of a safety program meeting OSHA and TVA standards, administration of CONTRACTOR’s subcontractors and TVA’s contractors as assigned and possibly some procurement related activities (as authorized for materials and equipment approved by TVA). TVA intends that any resulting contract would be cost reimbursable and that all fee/profit would be based on performance. The selected CONTRACTOR(s) would be required to become signatory to the Project Labor Agreements that govern craft work at TVA sites. Unless otherwise agreed to between TVA and the Contractor, the following exclusions and limitations will apply. Exclusions: •CONTRACTOR will not perform any design engineering services. •CONTRACTOR will not directly perform services for Nuclear Steam Supply Systems (NSSS), e.g. refueling. •CONTRACTOR will not directly perform turbine generator work. •CONTRACTOR will not be required to provide technical services of the sort that TVA normally obtains from boiler manufacturers. Limitations: Work associated with the following items ordinarily will not be performed by the CONTRACTOR, but CONTRACTOR may be used to support these efforts: •Work associated with TVA’s Environmental and Clean Air Strategy Projects unless agreed to between TVA and the CONTRACTOR. •Work associated with the construction of new TVA generation projects (e.g. Combustion Turbines, Bellefonte Nuclear Plant, etc.) •Work associated with the replacement of steam generators at TVA nuclear plants. •Work deemed specialty work by TVA (e.g. roofing, paving, fencing, elevator repairs, work on transmission towers, etc.) •Work associated with the completion and/or commencement of commercial operations of TVA’s Watts Bar Nuclear Plant, Unit 2. CONTRACTOR may be required to furnish to TVA under TVA supervision, augmented personnel for projects supporting work associated with: •Turbine generator work •TVA’s Power Service Shop •Short term staffing for projects to address temporary peaks, gaps or specialized needs •As requested by TVA to meet business objectives TVA desires to select one or more firm(s) with a history of successful experience in generating plant modification, outage and supplemental maintenance work, but will entertain proposals from joint ventures or other teaming arrangements of firms which have such experience. TVA seeks to determine whether it would be in TVA’s best interest to have one CONTRACTOR provide all modification, outage and supplemental maintenance work at TVA’s fossil, nuclear, and hydro generating plants, and possibly work at other TVA controlled facilities, and strongly encourages proposals from firms willing and able to perform that full scope of work. However, TVA will also consider proposals from vendors who are willing and able to perform less than that full scope, e.g. work at nuclear sites only. The following is a brief summary of the magnitude of potential work. 1.Nuclear CONTRACTOR agrees to provide the services of qualified personnel to perform modification, outage and supplemental maintenance services, and technical support (excluding design engineering services) services at Browns Ferry, Sequoyah, and Watts Bar Nuclear Plants operating units. All craft labor will be obtained through union referral process. During a typical outage season, nuclear will have a minimum of 1 unit in outage and a maximum of 2 at different plant locations in Rhea and Hamilton Counties, Tennessee and in Limestone County, Alabama. Such nuclear outages normally are not scheduled concurrently with each other. The annual managed task estimated labor man hours for a fiscal year could be as many as 1,100,000 once CONTRACTOR’s work is fully implemented. CONTRACTOR agrees to provide as requested by TVA, augmented personnel under the direct supervision of TVA. The estimated annual augmentation labor man hours for a fiscal year could be as many as 250,000 once CONTRACTOR’s work is fully implemented. 2.Non-Nuclear - Fossil Managed CONTRACTOR agrees to provide the services of qualified personnel to perform modification, outage and supplemental maintenance services, and technical support (excluding design engineering services) services at TVA’s 11 Fossil Plants (59 units), 29 Conventional Hydro generating plants (109 units), 20 non-power dams, one Pumped Storage facility, Power Service Shops (located in Muscle Shoals, AL), and other sites located within the TVA region. All craft labor will be obtained through union referral process. During a typical outage season, Fossil will have 6 - 11 units in outage at possibly 6 - 11 different locations and Hydro will have 10 to 18 outages at the same time as fossil located throughout the Tennessee Valley. Of the units in outage, 2 - 3 outages could start on the same date with the other outages having staggered starting dates. The estimated annual managed task labor man hours for a fiscal year could be as many as the following once CONTRACTOR’s work is fully implemented: Fossil - 2.5 million Hydro - 385 thousand Power Service Shop - 100 thousand CONTRACTOR agrees to provide as requested by TVA augmented personnel under the direct supervision of TVA. The estimated annual augmentation labor man hours for a fiscal year could be as many as the following once CONTRACTOR’s work is fully implemented: Fossil Plant Support (spread across 11 plants): 200 - 450 thousand Power Service Shops Support: 550 - 650 thousand (Valley Wide) Other non nuclear organizations: 550 - 650 thousand TVA also desires to evaluate an option of the CONTRACTOR providing Protective Coatings work across the valley. The estimated man hours for this work is approximately 125,000. TVA will request in the CONTRACTOR’s proposal an option to provide this service. TVA seeks Respondents that have demonstrated the ability to manage and execute the magnitude of potential work associated with this scope. The Request for Proposal (RFP) will contain mandatory minimum requirements including, but not limited to the following. If your company can meet the items shown below, contact Richard D. Garrett (see below for contact information) to express an interest in receiving a RFP. All interested bidders are required to contact Richard D. Garrett no later than 15 days after date of FBO publication. 1.For All Scopes: A.Agree to become signatory to the TVA Project Labor Agreements. B.Agree to TVA’s right to audit. C.Ability to obtain a payment / performance bond to cover the estimated volume of work submitted in the bid proposal. D.Have an acceptable safety program to TVA with a current EMR no greater than 1.0 E.Have an OSHA/BLS Recordable Injury Frequency Rate no greater than 3.7. Must have demonstrated ability to assign on site safety professionals. F.Have an established continuous improvement program that implements communicating lessons learned, industry recognitions, etc. and be willing to share with TVA and other established alliances lessons learned and improvements in work processes. G.Have experience in computer based project control systems, such as Primavera, and agrees to utilize TVA project control system for TVA modification work. H.Have experience in the Microsoft Office software package and be able to run systems and data in the Windows® environment. (Windows is a registered trademark of Microsoft Corporation in the United States and other countries.) I.Have an electronic costs system capable of tracking estimated and actual craft unit rates and forecasting end of project cost based on productivity and progress reporting. J.Have a history or ability of working with owners through an alliance or other types of a long term relationship. For Nuclear Scope: A.Offeror shall have successfully completed at least 5 outage and modifications projects at a nuclear electrical generation plant in North America since January 1, 2006. Projects submitted must have been completed with the contractor directly employing and managing almost all craft labor being obtained through union referral. The craft labor and supervision for two (2) of these five (5) modification projects is to have been completed in an outage and be greater than 100,000 man hours. Each of the remaining three (3) projects is individually to be greater than 50,000 man hours. Offeror must show proof of working multiple projects at different site locations within the same time periods (multiple projects during a fall or spring outage season). Continuing services provided on a long term basis at multiple sites with multiple work released will not be considered in the whole with regard to project magnitude. This experience must be met by the Offeror and not through the experiences of subcontractors (no pass through). 2.For Non-Nuclear Scope (Fossil Managed): A.Offeror shall have demonstrated boiler expertise to perform field installation and modifications work for major fossil boiler outages plus auxiliary equipment maintenance. B.Offeror shall have a valid ASME ‘R’ stamp C.Offeror shall have successfully completed at least six (6) outage and modifications projects at a fossil electrical generation plant in North America since January 1, 2006. Excluded from this requirement is work associated with the installation and tie in an owners Environmental and Clean Air Strategy Projects. Projects submitted must have been completed with the contractor directly employing and managing almost all craft labor being obtained through union referral. The craft labor and supervision for one (1) of these six (6) modification projects is to have been completed in an outage and is to be greater than 150,000 man hours. Each of the remaining five (5) projects is individually to be greater than 50,000 man hours. Offeror must show proof of working multiple outages at different site locations within the same time periods (multiple projects during a fall or spring outage season). Continuing services provided on a long term basis at multiple sites with multiple work released will not be considered in the whole with regard to project magnitude. This experience must be met by the Offeror and not through the experiences of subcontractors (no pass through). The RFP will be issued approximately 30 days after date of FBO publication. Technical and commercial data will be furnished with RFP. There will be a mandatory pre-proposal meeting with prospective Offerors on February 17, 2009 starting at 9:30 AM EST at the TVA offices (MR 1S 202, Ross Landing Room) located in Chattanooga, TN. TVA requests that no more than three (3) individuals from each Offeror attend the pre-proposal meeting. For companies who can meet the exclusions and limitations requirements shown above and for further information, contact Richard D. Garrett, Contract Manager, (865) 632-1090, email: rdgarrett@tva.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=069f335442e62338323d8f5720b91b73&tab=core&_cview=1)
 
Place of Performance
Address: 400 West Summit Hill Drive, Knoxville, Tennessee, 37902-1499, United States
Zip Code: 37902-1499
 
Record
SN01729102-W 20090110/090108215326-069f335442e62338323d8f5720b91b73 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.