DOCUMENT
Z -- Decontamination & Decommissioning of AJ Blotcky Reactor Facility @ VAMC Omaha, NE - Attachment
- Notice Date
- 11/13/2012
- Notice Type
- Attachment
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
- ZIP Code
- 44131
- Solicitation Number
- VA70113I0028
- Response Due
- 11/21/2012
- Archive Date
- 1/20/2013
- Point of Contact
- Pamela Komer
- E-Mail Address
-
Contract Specialist
(pamela.komer@va.gov)
- Small Business Set-Aside
- N/A
- Description
- SYNOPSIS: INTRODUCTION: In accordance with Federal Acquisition Regulation (FAR) 52.215-3, "Request for Information or Solicitation for Planning Purposes" This Sources Sought Notice is for information and planning purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). PROJECT DESCRIPTION: The Department of Veterans Affairs, Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking potential sources for the Decontamination and Demolition (D&D) of the AJ Blotcky Reactor Facility (AJBRF) located in the VA Medical Center in Omaha, Nebraska (VAMC Omaha), part of the Nebraska-Western Iowa Health Care System. The facility operates under U.S. Nuclear Regulatory Commission (NRC) operating license R-57. Including and in addition to the decommissioning tasks described in the Draft DP, decommissioning tasks include the following: "Project planning and document preparation (consistent with Draft DP) oEngineering and Field Implementation Plan oWaste Management Plan oHealth and Safety Plan (HASP) oQuality Assurance Project Plan (QAPP) oRadiation Protection Plan (RSP)/ALARA Plan oFinal Status Survey Plan (FSSP) "Mobilization "Site-specific training (DOC personnel are expected to arrive on-site with appropriate occupational safety and radiation safety training at no cost to the government) "Facility preparation/construction for basement access (if desirable) "Remove reactor control console "Deconstruction/demolition of the reactor oRemove the reactor bridge and control rod drives oRemove reactor tank internals and dismantle the core structure oRemove the core assembly oDrain the pool and process the water from the reactor tank prior to discharge oRemove the gunite layer from the reactor tank oRemove the activated steel liner, concrete, and casing surrounding the reactor tank "Characterize the remaining tank components "Remove auxiliary systems from all reactor, laboratory, and storage areas oWater cooling and treatment system oPneumatic transfer system oFume hoods/drain lines "Decontaminate surfaces as necessary to meet release criteria "Package waste and arrange for disposal oLow-level radioactive waste oMixed waste (contaminated lead) oContaminated asbestos containing materials oPo-Be source "Manage disposition of Po-Be source described in the DP "Site restoration "Prepare Final Status Surveys and Report (FSSR) "Support for final NRC audit and Confirmatory Survey The objective of this project is for the D&D project must be planned in accordance with the dose based release criteria for license termination given in 10 Code of Federal Regulations (CFR) 20, Subpart E, i.e. unrestricted release of the site. These requirements are based on the 25 millirem per year (mrem/yr) dose limit specified in 10 CFR 20.1402 following physical removal of radioactive materials and surface decontamination final survey based on the Multi-Agency Radiation Survey and Site Investigation Manual (MARSSIM) methodology. The unrestricted release criteria are to be achieved without a planned and significant delay period. The Revised Draft Decommissioning Plan (DP) submitted by VA to the NRC on 8 Mar 2012, superseding the original 2003 DP. This Revised Draft DP updated and incorporated responses to NRC's request for additional information (RAI) dated May 13, 2008. This Revised Draft DP serves as the executive document that describes the objectives of the decommissioning program and identifies and defines the elements necessary to accomplish the program. Final approval by NRC of this Revised Draft DP will be obtained prior to full mobilization for the D&D project. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract. The anticipated solicitation will be issued as a Request for Proposal (RFP) in accordance with FAR Part 15, considering price, technical criteria and the price-related factors included in the RFP. However, the results and analysis of the market research will finalize the determination of the procurement method. The type of socio-economic set-aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process. This project is planned for advertising in December 2012. The North American Industry Classification System (NAICS) code 562910 (size standard $14 million) applies to this procurement. The duration of the project is estimated at 270 calendar days from the issuance of a Notice to Proceed. The services for this project will include providing all decommissioning related services including: providing labor, materials and equipment required to complete the project as per contract documents prepared by an independent Architect-Engineer firm. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement to address the following information: 1.Please provide no more than five (5) contracts that your company has performed that are of comparable size, complexity, and scope to this requirement. Please include the following information at a minimum: A.Project Name; B.Project Scope; C.Building Use (e.g. Medical Facility, Office Building, etc.); D.Project Relevance; E.Project Dollar Value; F.Start and Completion Dates; G.Project owner and contact information as this person may be contacted for further information; H.Describe your Self-Performed** effort (as either a Prime or Subcontractor). Describe Self-Performed work in terms of dollar value and description. **Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the project examples provided. 2.Please identify your company's number of years in business; affiliate information, parent company, and joint venture partners. 3.Respondents shall provide the company's resumes, not to exceed two (2) pages each for key personnel that would be involved in the project and their respective roles. Resume shall indicate which key personnel have decommissioning experience in research labs/facilities. 4.Provide company business size based on NAICS code 562910. Also, provide business type (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.). 5.Provide the prime contractor's available bonding capacity in the form of a letter of intent from your bonding company with this submission. 6.Provide copy of the contractor's Decommissioning License. It is requested that interested contractors submit a response (electronic submission) of no more than 12 pages in length, single-spaced, 12 point font minimum that addresses the above information. This response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 5MB in size. Please note that hard copies will not be accepted. Please also include a cover page, which includes, at a minimum: the company's name, address, Dun & Bradstreet number, socio-economic status, point-of-contact name, phone number, and e-mail address. Responses must include the Sources Sought number and project title in the subject line of their e-mail response. Please note that this is a SOURCES SOUGHT NOTICE for Market Research purposes ONLY to determine the availability of small business firms for a potential small business category type set-aside. Particularly, the purpose of this notice is to gain knowledge of potential small business sources to include small business in the following categories: Verified Service-Disabled Veteran-Owned Small Business, Verified Veteran-Owned Small Business, Certified 8(a), Certified HUB Zone, and other small business. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business community or to conduct as an Other Than Small Business Procurement. The Capabilities Statement submitted in response to this Sources Sought shall not be considered to be a bid or proposal. This notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. No evaluation letters and/or results will be issued to the respondents. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition as other than small business. At this time no solicitation exists; therefore, please do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps at https://www.fbo.gov. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. Submissions (responses) shall be submitted via email to the primary point of contact listed below by November 21, 2012 at 3:00 PM (EST). Note: The Subject Line of the email shall be "D&D Omaha Reactor." No phone calls will be accepted. Contracting Office Address: VA Program Contracting Activities Central (VA-PCAC) 6150 Oak Tree Blvd., Suite 300 Independence, OH 44131 Primary Point of Contact: Pamela M. Komer, Contract Specialist Email: pamela.komer@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f559e6db2dc0568104211ed4f636beab)
- Document(s)
- Attachment
- File Name: VA701-13-I-0028 VA701-13-I-0028.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=524458&FileName=VA701-13-I-0028-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=524458&FileName=VA701-13-I-0028-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA701-13-I-0028 VA701-13-I-0028.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=524458&FileName=VA701-13-I-0028-000.docx)
- Place of Performance
- Address: Omaha Medical Center;4101 Woolworth Ave.;Omaha, NE
- Zip Code: 68105
- Zip Code: 68105
- Record
- SN02929705-W 20121115/121113234513-f559e6db2dc0568104211ed4f636beab (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 |