Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2009 FBO #2867
SOLICITATION NOTICE

56 -- 100-N Area Waste Sites Remediation - Pre-qualification documents

Notice Date
9/28/2009
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Energy, Washington Closure Hanford LLC (DOE Contractor), Closure Office, 2620 Fermi Drive, Richland, Washington, 99354
 
ZIP Code
99354
 
Solicitation Number
100N_Waste_Sites_Remediation
 
Archive Date
11/6/2009
 
Point of Contact
Claudia Carson, Phone: 509-375-4678
 
E-Mail Address
claudia.carson@wch-rcc.com
(claudia.carson@wch-rcc.com)
 
Small Business Set-Aside
Total Small Business
 
Description
Pre-qual Offeror Requirements and Questions Scope of Work This scope of work is for remedial action of the 100-N Area Waste Sites located in the 100-NR-1 Operable Unit. Remedial action will involve the excavation of radioactive and hazardous soil and debris and the packaging of this material into shipping containers. After loading, the containers will be sealed and placed in a transfer area for pickup by others. Construction debris and process equipment may require size reduction prior to loading. Miscellaneous waste such as drums, bottles, tanks or vessels may require repackaging and special handling prior to shipping. Oversized debris may require size reduction to facilitate waste loading. This work is considered to be hazardous in nature and will require personnel to have OSHA 40-hour and applicable radioactive worker training. The work includes performing remedial design and construction activities, and furnishing necessary facilities, equipment, labor, materials, supplies, and tools. Remedial design includes engineering services to prepare "issued for construction" (IFC) drawings to locate and detail the various waste sites and structures that may impact excavation activities, proposed support areas (e.g., laydown areas, support facilities, air monitors), and engineering support during field activities. This work also includes constructing and maintaining container transfer areas and haul roads. This work scope includes performance of operations necessary to excavate, segregate, size reduce, stage above cleanup level and stockpile below cleanup level materials, containerize, load (direct loading if approved by CONTRACTOR), weigh, and transport materials from the waste sites to the container transfer areas. This work includes container tarping and maintenance, on-site access control, and housekeeping. In addition to contaminated soil, structural materials, metal debris, and other miscellaneous debris, this work scope includes performance of operations and incidentals for the handling, processing, and staging of buried drums (if found), and industrial hygiene monitoring. A wide range of radiologically and chemically contaminated soil, miscellaneous debris, buried equipment, and structural materials may be encountered during remedial action activities. Therefore, the successful Offeror shall have the appropriate experience and trained personnel to perform work operations in different levels of personal protective equipment, including supplied air for radiological, chemical, or general unknown conditions. The estimated subcontract value for this work is between 10 and 12 million dollars. Following award, mobilization, submittals, and readiness assessment, field work is anticipated to span between Fiscal Year 2010 and Fiscal Year 2011. ___________________________________________________________________________ Offerors will be required to show evidence of meeting all of the following requirements if invited to submit a Proposal. Failure to meet all requirements, at any time, may deem Offeror as not qualified. 1. This procurement is being "Reserved" for Small Disadvantaged Business (SDB's), under North American Industry Classification System (NAICS) code 562910 for work of Environmental Remediation Services - Size Standard in number of employees of 500 ( http://www.sba.gov/size/sizetable2002.html ). Potential Offerors will be required to certify as a Small Business as defined by this NAICS code. Small Business Offerors must identify teaming companies with appropriate qualifications being proposed for any portion of the direct work scope. 2. Potential Offerors must have three (3) years experience in performing earthwork and grading type work in the past five years. 3. Potential Offerors must have accumulated two (2) years experience performing work in zones of radiological contamination in the past five years. 4. Potential Offerors must have accumulated two (2) years experience performing waste handling work in the past five years. 5. Potential Offerors must not have safety ratings for the previous two (2) years that exceed the following: Interstate EMR 0.9 & State EMR 0.9. The CONTRACTOR may consider Offerors with EMRs above 0.9 in instances where it appears to the CONTRACTOR that the EMR resulted from an isolated incident with extenuating circumstances and where the Offeror has remedied the situation. The CONTRACTOR would use the facts and circumstances of the incident to determine if the CONTRACTOR would be able to award the subcontract to an Offeror with an EMR above 0.9. 6. Potential Offerors must have or be capable of developing a Quality Assurance Program that meets the requirements of both DOE Order 414.1C and 10CFR830.120. 7. Potential Offerors must have or retain, manage and oversee the services of a Registered Professional Engineer of the appropriate discipline(s) and a Registered Land Surveyor in the State of Washington to perform engineering and survey services as part of the scope of work. 8. Successful Offeror must be able to Post a Miller Act Payment and Performance Bond at the time of Award having a penal sum equal to the amount of the contract value or provide an irrevocable standby letter of credit in an amount equal to 15% of the value of the total funding estimated to be allocated in each Federal Government Fiscal Year during performance of the Work. When teaming or subcontracting arrangements exist, the Prime Offeror must be able to provide the above required Bond or letter of credit in its name. 9. Potential Offerors must be able to propose Key Personnel who meet the following criteria: a. Project Manager i. 15 years General Construction Management Experience, of which 5 years of experience must be with earth moving work ii. 5 years at Project Management Level, of which 3 years include working with radiological contaminated materials and chemical and hazardous material handling experience b. Site Superintendent i. 15 years Industrial Construction ii. 5 years Supervisory Level, which shall include labor management associated with bargaining units and with earth moving and remediation type of work iii. 3 years of supervising work involving radiological contaminated materials and chemical and hazardous material handling experience c. Site Health and Safety Officer i. 10 years General Construction experience related to safety, health and industrial hygiene, i.e., 10 years in a safety and health position ii. 3 years radiological contamination control iii. 3 years experience with earth moving and remediation type of work iv. Must be certified with the American Board of Industrial Hygiene (COHST, OSHT, ASP/CSP, or CIH) v. Experience must include a thorough understanding and working knowledge of direct reading instruments, personnel exposure monitoring/sampling procedures, and record keeping vi. Must be on site during waste site excavation and waste handling activities d. Certified Industrial Hygienist i. Must be certified by the American Board of Industrial Hygiene (ABIH) ii. Responsibilities include reviewing, approving, and signing the Respiratory Protection Program (RPP) and Site Specific Health and Safety Plans (SSHSP), and conducting monthly on-site assessments of the SUBCONTRACTOR's compliance with the RPP and SSHSP iii. Must visit the site on a weekly basis and be available to assist the Industrial Hygiene Lead on an as required basis, e.g., change of condition situations iv. Shall provide a written report to the CONTRACTOR for each site visit and/or assessment e. Industrial Hygiene Lead i. Must have Construction Health and Safety Technician Certification or Occupational Health and Safety Technologist Certification by the Council on Certification of Health, Environmental and Safety Technologists, or be a Certified Safety Professional from the American Board of Certified Safety Professionals, or a Certified Industrial Hygienist from the American Board of Industrial Hygienists ii. 5 years experience in industrial hygiene monitoring related to hazardous waste sites characterization/remediation iii. Experience must include a thorough understanding and working knowledge of direct reading instruments, personnel exposure monitoring/sampling procedures, and record keeping iv. Must be on site during waste site excavation and waste handling activities f. Sampling Technician i. Must have a minimum high school graduation level ii. Experience must include a thorough understanding and working knowledge of hazardous waste sampling, chain-of-custody procedures, and radiological work processes iii. Must be able to lift loads of up to 40 pounds, work in hazardous and radiological work environments, and must be able to work outdoors in applicable PPE during all seasons of work operation iv. Must have the following types of training: Radiological Worker II, 40-hour HAZWOPER, respiratory training, and other training/qualifications for work in hazardous environments Key personnel resumes are not requested at this time. 10. Potential Offerors must have performed similar type work and be able to demonstrate and provide verification and/or documentation substantiating this experience by listing the projects for each year.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/WCH/COF/100N_Waste_Sites_Remediation/listing.html)
 
Place of Performance
Address: Hanford Site, Richland, Washington, 99354, United States
Zip Code: 99354
 
Record
SN01972715-W 20090930/090928235718-740a77ee8b506e5d6e0de4938cf15181 (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.