Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2016 FBO #5342
SOURCES SOUGHT

Y -- CP23-9 HVAC INSTALLATION SUBCONTRACT FUP

Notice Date
7/7/2016
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Energy, Shaw AREVA MOX Services, LLC (MOX Services), Shaw AREVA MOX Services, LLC (MOX Services), Savannah River Site, P.O. Box 7097, Aiken, South Carolina, 29804-7097
 
ZIP Code
29804-7097
 
Solicitation Number
10888-R-XXXX-HVAC
 
Point of Contact
William J. O'Neill, Phone: 8038195697
 
E-Mail Address
WJO'Neill@moxproject.com
(WJO'Neill@moxproject.com)
 
Small Business Set-Aside
N/A
 
Description
DRAFT STATEMENT OF WORK: 1. Facility Description 1.1 The MOX Fuel Fabrication Facility (MFFF) is being designed and constructed to produce completed Mixed Oxide (MOX) fuel assemblies for use in domestic, commercial nuclear power reactors. Feed material is uranium dioxide and surplus plutonium dioxide. 1.2 The MFFF is located in F-Area of the Savannah River Site (SRS) in South Carolina. Access to the site is via South Carolina Route (SCR) 19, SRS Road 2, SRS Road C and SRS F-Loop Road. 1.3 The manufacturing area is the MOX Fuel Fabrication Building (BMF). It is a multi-story hardened reinforced concrete structure enclosing approximately 441,000 sq ft. The BMF building is comprised of three main areas: the (MOX) Mixed Oxide Processing Area (BMP), the Aqueous Polishing Area (BAP), and the Shipping and Receiving Area (BSR). There are over 600 rooms in the BMF. The CP23-9 Ductwork and Support Installation package includes the installation of ductwork, supports, and in-line devices in ductwork systems in rooms within the BMF. The BMF contains approximately 54,500 feet of duct ranging in size from 3" round duct to rectangular duct larger than 144" on a side. 1.4 The CP23-9 Firm Fixed Unit Price (FFUP) HVAC Installation Subcontract will be a unit price installation with pricing established by the solicitation based on the representative duct layout and supports designs presented in Section H documents. Pricing shall take into account all work defined within the scope of work, procedural requirements set forth in MOX Services Project Procedures included in Section H, and requirements specified within the Engineering Specifications and drawings provided in Section H. Estimated quantities have been provided in the Section D, Pricing Schedule, which represent the total quantities expected to be available for award during under this subcontract. The design documents presented in Section H are representative of the entire facility and present the method of design presentation. They also present the different types of installation work that will be involved and the variation in complexity and degree of difficulty that will be involved. After award the successful Offeror will be tasked work within a specific room or group of rooms to price using the unit pricing in the awarded subcontract. Rooms or portions of rooms will be released by Task Order Release (TOR), once the proposed pricing is agreed upon. 1.4.1 The quantities provided in the Pricing Schedule are for establishing unit pricing only. There is no guarantee that these quantities will be released by TOR. A guaranteed minimum value as delineated in Section F and a not to exceed value will be established. 1.4.2 In some of the rooms, portions of the installation will have been started and /or completed by others. The remaining work will be performed at a mutually agreed upon percentage for the unit rate for that work. This will be determined when the TOR for that room is issued. 1.4.3 All work will be performed under the MOX Services NQA-1 Quality Assurance Program and the MOX Services ES&H Safety Program. All QC inspections and Nondestructive Examination (NDE) will be performed by MOX Services. 1.4.4 The overall MOX Services Construction Acceptance Testing (CAT) program will be performed by MOX technical procedures that implement specification requirements and managed administratively in accordance with PP11-35, Construction Inspection and Acceptance Testing for Construction Acceptance Testing (CAT) Program activities. The MOX Construction Test and Turnover (CT&T) organization is responsible for implementation of the MOX Services Construction Acceptance Testing program and serves as the primary interface with the Subcontractor for construction testing and turnover activities. The MOX Construction Turnover process will be performed by MOX procedure PP11-42, Construction Project Turnover that defines the standard work process for Structures, Systems, and Components (SSCs) and facilities Turnover (TO) to the Startup Test Group (STG), Security Group (SG) or Operations (OPS) organizations. 1.4.5 All Structures, Systems, & Components (SSCs) fabrication, installation, and modification work on site will be controlled by Work Packages generated by the Subcontractor and submitted to MOX Services for approval in accordance with PP11-44 (Project Procedure 11-44, Work Package Planning, see procedure in Section H). All Construction Acceptance Testing (CAT) will be controlled by Test Packages or Test Travelers generated by Subcontractor and reviewed and approved by CT&T MOX Services in accordance with PP11-35, Construction Inspection and Acceptance Testing and PP11-29, HVAC Duct and Housing Testing for Nuclear Clean Air Systems (See procedures in Section H). 1.4.6 Work Packages should be closed as soon as possible as the work is completed. All Work Packages must be closed before Subcontract Completion and demobilization from the site in accordance with PP11-88 (Project Procedure 11-88, Work Package Closure, see procedure in Section H) Test Packages and Test Travelers shall be submitted to CT&T MOX Services representing Field Work Complete within 30 calendar days at completed test as the testing is completed. All Test Packages and Test Travelers must be submitted as Field Work Complete before Subcontract Completion and demobilization from the site in accordance with PP11-35 and PP11-29. (See procedures in Section H) 2. Description of Work Specific The scope of work is for labor, construction supervision, tools, equipment, and consumable materials (those not supplied by MOX Services as outlined in Section 3) required to install the HVAC systems in selected rooms in the BMF that will be assigned by Task Order Release (TOR). The permanent equipment and materials to be installed will be supplied by MOX Services. This includes: duct, supports, and in line devices and support attachments. Support material for installation may be provided in one of the following manners: • Bulk commodity material shape for subcontractor to cut to size as required by the design drawings and specification tolerances. The majority of the supports installed will be field fabricated from bulk materials. • Pre-cut material pieces representing the parts that make-up the pieces of a support that were "rough" cut (and where applicable painted) by others. Some pre-cut pieces may already be welded together to form a subassembly. Modification of pieces lengths may frequently be required to adjust to final field conditions. The scope includes: • Installation of all supports associated with ductwork and associated in-line devices. Support installation includes any final cutting of material to final length, all welding required by design drawings and installation specifications • Installation of duct work • Installation of ductwork accessories and inline devices (backdraft dampers, fire dampers, volume dampers, isolation dampers, heaters and air flow monitors). Some devices may include connections of services from other disciplines (electrical and I&C). The subcontractor is not responsible for the work of the other disciplines, but is responsible for all supports that may be attached to or around these in-line devices. • Support of system balancing and testing • Touchup painting of galvanized ducting and accessories • Leak testing Work Not Included • Penetration seals • Instrumentation • Electrical and services (air, water, etc.) connections • VHD ductwork, which is stainless steel piping, supplied and installed by others up to final filters. From the final filters to the stack is part of this scope of work. 2.1 Rooms will be released to the Subcontractor after award via a Task Order Release (TOR). The TOR will define the specific scope of work being directed to the subcontractor, the schedule of performance, and the final price. The final price is determined based on the specific quantities of work units of awarded each multiplied by the appropriate subcontract unit rate and summed to yield a final price. MOX Services will define the duct weight quantities based on the weight data coming from the duct fabricator. The pricing schedule is included in Section D. These unit prices cover all costs incurred, manual, non-manual, tools, equipment, and materials: • Installation of typical supports - unit price each • Fabrication of typical support - unit price each • Installation of custom supports - unit price each • Fabrication of custom support - unit price each • Installation of ducting and ductwork - unit price per pound • Fabrication ducting and ductwork - unit price per pound • Installation of ductwork accessories and inline devices (air distribution devices and dampers: isolation; balancing; and backdraft) - unit price each • Installing integral welded attachments - unit price each • Fire dampers - unit price each • Fire wrap and insulation on ductwork (including securements) - unit price per sq ft • Leak testing - unit price per test • Touchup painting of galvanized ducting and accessories - cost included in installation prices • Penetration right sizing - unit price each Optional pricing is being requested for the preparation of Work Packages instead of MOX Services preparing Work Packages. This option will be in the form of a percentage applied to all of the unit prices if this option is exercised. 2.2 Firms submitting proposals must be able to demonstrate that they have recent experience is performing work in a nuclear environment and that they understand the difficulty and complexity of this type of work. • Numerous design changes are to be expected during the installation, on average one revision or change document for every drawing issued. • Interface with other subcontractors may cause mobilizations / demobilizations in some room worked. (See SOW descriptions). • Training requirements for staff and craft are extensive. Each craftsman will be expected to spend approximately 70 hours in training between: GET training; classroom training; and reading assignments. Non-manual staff can be expected to spend between 70 and 125 hours in training. Training requirements are defined in Section F. Procedures that the Subcontractor will have to be familiar with, and have personnel trained to, are listed in Section H Implementing Documents. The Training Matrix in Section H also lists the approximate number of training hours by classification. 2.3 TOR's will be issued in sufficient quantity so that the subcontractor will be expected to achieve the estimated quantities listed in the Section D Pricing Schedule for the base year and the two option years. These quantities may be adjusted over the Period of Performance but should be used in establishing the organization chart and staffing plan which will be submitted with the proposal in accordance with Section B Instructions to Offerors. The above referenced quantities best estimates and does not constitute a guarantee of work. NOTE: All estimated weights associated with this RFP are not inclusive of weights for Nuts, Bolts and/or Gaskets. These items are considered part of the basic installation of Ducting. 2.4 The following scope of work for labor and construction supervision required by subcontractor regarding construction integrity testing and turnover of HVAC Systems in the BMF includes but is not limited to: 2.4.1 The integrity testing will be planned, scheduled, documented, staged, conducted, and recorded by the subcontractor to meet the applicable MOX Specifications 2.4.2 Integrity testing shall be planned so that the number of tests is minimized and the quantity of commodity tested is maximized. Exception to this occurs when commodities become trapped due to buildout concerns thereby requiring smaller quantities to be tested. 2.4.3 The subcontractor is expected to bring the expertise regarding his commodity's integrity testing. As a minimum it is expected that the subcontractor will have dedicated personnel to plan the schedule interface and develop test boundaries. Additionally he is expected to specify, procure, and/or fabricate test equipment. It is expected that the subcontractor have a dedicated SME that knows the national codes and standards that the MOX Project specifies integrity testing to be conducted to meet and capable of qualifying as a Construction Test Director (CTD) in accordance with PP11-35 and performing responsibilities identified. 2.4.4 MOX procedures will be used by the subcontractor to develop test packages and document test results that are ultimately accepted by MOX CT&T personnel. 2.4.5 The subcontractor is expected to provide detailed working schedule input for integrity test activities for the MOX identified areas of installation for the FY and out-year schedules. Schedule activities shall be limited to 21 calendar days duration that communicate the required MOX. 2.4.6 The subcontractor shall submit to CT&T marked up MOX Design orthographic depicting the test boundaries with installed and non- installed ancillary components identified. Also HVAC components listed in the MOX Construction Tracker will be progressively statused as tests are completed and accepted. The subcontractor shall provide weekly report to CT&T depicting testing completed during that week. 2.4.7 The following duties will be performed by the Construction Testing Subcontractors in support of CT&T MOX Services for Turnovers in accordance with MOX procedure PP11-42, Construction Project Turnover: • Participates in initial and final turnover walk-downs. • Ensures completion and closure of all assigned Pre-Turnover ("A") punchlist items and Post-Turnover ("B") punchlist items. • Works with CT&T and the accepting organization to compile punchlist and designate each punchlist item as "A" or "B." • Participates in final turnover walk-down. • Assembly, maintenance, and submittal to MOX Services of turnover documents recording construction completion activities. • Participation in inspections and clearing of assigned turnover punchlist items. • Ensures completion and documentation of assigned Post work-off punchlist items. • Ensures completion and documentation of assigned ‘Turn back' items.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/DCSW/DA/10888-R-XXXX-HVAC/listing.html)
 
Place of Performance
Address: Savannah River Site, Aiken, South Carolina, 29804, United States
Zip Code: 29804
 
Record
SN04173721-W 20160709/160707234818-f783777057e0b42dd7b147d67ad2e839 (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.