Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 05, 2014 FBO #4698
SOURCES SOUGHT

C -- Uranium Processing Facility Site Infrastructure and Services

Notice Date
10/3/2014
 
Notice Type
Sources Sought
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
USACE District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
 
ZIP Code
37202-1070
 
Solicitation Number
W912P5-15-R-0001
 
Response Due
10/17/2014
 
Archive Date
12/2/2014
 
Point of Contact
Isaac J. Taylor, 615-736-5679
 
E-Mail Address
USACE District, Nashville
(isaac.j.taylor@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SMALL BUSINESS SOURCES SOUGHT NOTICE PURPOSE: THIS IS A REQUEST FOR INFORMATION (RFI) BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. This RFI is issued solely for informational, market research, and planning purposes only. It does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), or Request for Proposal or a promise to issue an RFQ/IFB/RFP in the future. No solicitation document exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. In addition, respondents are advised that the United States Government is under no obligation to pay for any information or administrative cost incurred in response to this RFI. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this RFI. BACKGROUND: The United States Army Corps of Engineers (USACE) Nashville District is currently performing construction management activities through an Interagency Agreement with the Department of Energy, National Nuclear Security Administration (NNSA) to execute site readiness and site infrastructure & services subprojects of the Uranium Processing Facility (UPF) construction project at the Y-12 National Security Complex in Oak Ridge, TN. USACE Nashville District anticipates awarding one firm-fixed price construction contract as the result of a best-value tradeoff competitive solicitation. No solicitation document exists at this time. The anticipated solicitation release date is currently unavailable. A presolicitation notice will be posted at least 15 calendar days prior to release of any solicitation. The presolicitation notice will provide forecasted solicitation release and proposal due dates. It is anticipated offerors will be invited to submit a proposal subject to Project Labor Agreement (PLA) requirements (a PLA proposal), a proposal not subject to PLA requirements, or both. If a PLA proposal is accepted by USACE, the awardee shall be required to execute a PLA with one or more appropriate labor organizations for the term of the resulting Contract. The general scope of work is as follows: 1. Site layout plan for trailers and laydown areas, 2. UPF Site Infrastructure and Services (SIS) traffic control plan, 3. Excavation of building 9107 hillside, 4. Construction of sediment basin 4 and placement of engineered fill in the west soils spoils area, 5. Grading of areas for UPF supporting facilities, 6. Construction of drainage features and sewage lines associated with the above items, 7. Milling asphalt and delivering to the facility for later use, and, 8. Performing erosion and sediment control, and water management activities. The current estimated magnitude of construction is between $1,000,000 and $5,000,000. REQUESTED INFORMATION: 1. Only U.S. Small Businesses under NAICS 238910-Site Preparation Contractors, which has a Small Business Administration (SBA) size standard of $15 Million, are requested to respond to this RFI. Size standards are the average annual receipts of a firm. How to calculate average annual receipts can be found in 13 CFR 121.104. Is your firm considered a small business under the subject NAICS? 2. Is your firm considered, in accordance with Federal Acquisition Regulation (FAR) Part 19, to be a veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business, EDWOSB concern, or WOSB concern eligible under the WOSB Program, or an 8(a) program participant? If so, please list. 3. State your firm's name, address, DUNS or CAGE, and primary point of contact. 4. State your firm's current per contract construction bonding capacity. 5. State your firm's aggregate construction bonding capacity. 6. State your firm's level of experience as a prime contractor in performing similar work to the general scope of work listed above. 7. State your firm's level of experience as a contractor performing similar work to the general scope of work listed above on a Department of Energy national security reservation. 8. State the awarded and completed dollar values of contracts your firm has successfully completed within the past six years as a prime construction contractor doing business directly with the Federal Government. 9. State your level of interest in submitting a proposal as a prime contractor to the Federal Government based on the limited scope of work description above. RESPONSES: Please submit your information via email to Isaac J. Taylor, Contract Specialist, Isaac.J.Taylor@USACE.ARMY.MIL no later than 9:00 a.m. Central Daylight Time on October 17, 2014. You may also submit supplemental materials such as company brochures and literature. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. EMAIL IS THE PREFERRED METHOD FOR TRANSMITTING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-15-R-0001/listing.html)
 
Place of Performance
Address: Y12 NATIONAL SECURITY RESERVATION 301 BEAR CREEK ROAD OAK RIDGE TN
Zip Code: 37381
 
Record
SN03542701-W 20141005/141003235548-b04f35a22469e5dd9cb903cf4adef08f (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.