MODIFICATION
Z -- LBNL Sitewide Deactivation, Demolition, Remediation, and Restoration Services - Synopsis
- Notice Date
- 5/4/2018
- Notice Type
- Modification/Amendment
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Department of Energy, Lawrence Berkeley National Laboratory (DOE Contractor), Lawrence Berkeley National Laboratory, 1 Cyclotron Road, Berkeley, California, 94720, United States
- ZIP Code
- 94720
- Solicitation Number
- LBNL-18-RFI-LRDD01
- Point of Contact
- Benjamin J. Shelton, Phone: 5104865529
- E-Mail Address
-
bshelt17@lbl.gov
(bshelt17@lbl.gov)
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number Synopsis: LBNL-18-RFP-LRDD01 Synopsis 1.NAICS Code: 562910, Remediation Services, Size Standard 750 Employees 2.Subject: LBNL Sitewide Deactivation, Demolition, Remediation, and Restoration Services 3.Solicitation Number: LBNL-18-RFP-LRDD01 Reference LBNL-18-RFI-LRDD01 4.Set-Aside Code: Full and Open Competition 5.Place of Performance: Lawrence Berkeley National Laboratory One Cyclotron Way Berkeley, CA 94720 6.Description of Services: I.The solicitation will include work on buildings and land located on the 200-acre Lawrence Berkeley National Laboratory (LBNL) campus. Scientists and staff at the facilities slated for Deactivation and Demolition (D&D) historically performed radiochemistry research, as well as most of the buildings have previously hosted radioactive isotopes, beryllium, or hazardous chemicals. Reconnaissance level characterization has shown that there are distributed radiological and chemical contaminants in the building structures, drains, concrete, and footprint area soil. Historically, buildings have enough asbestos in siding, roof and floor tiles and lead paint to require special handling. Facilities may also partially overlay a groundwater plume with Volatile Organic Compound (VOC) contamination that is subject to regulation by State of California Department of Toxic Substances Control (DTSC) and local environmental agencies. With this work, LBNL will prepare the site for future industrial use redevelopment. The contract vehicle contemplated is a Master Agreement. This establishes the terms, conditions, and pricing between the parties under which Task Orders (collectively hereinafter "Orders"). The Awardee may be asked to provide the Goods and Services to the University through Task Orders (Orders). Each Order will include a detailed scope of work, the pricing structure for the work, the schedule for completion of the work, and any special conditions that might apply to the specific Order, such as liquidated damages and bond requirements. The University will be responsible for inspection and acceptance of the work under each Order. The Awardee will be responsible for providing construction management and general contractor services, as required on each Order, to perform Services and provide Goods. Orders may include but are not limited to: a.Project Management and Field Coordination (including estimating, work planning, field implementation, reporting, meetings, closeout activities, etc.) efforts for specific buildings/structures and site areas to support the following activities b.Regulatory support (prepare / review documents to support LBNL permitting for EPA, DTSC, other state, local, and federal agencies) c.Historical Site Assessments (identification of likely to be encountered contaminants and hazards) d.Deactivation (electrical and mechanical utility isolation, cold and dark temporary utility installation, utility reconfiguration) e.Characterization (Radiological and chemical survey and sampling to support safe dismantlement and waste disposal determination) f.Hazardous material abatement (Asbestos, PCB, Lead Paint, Universal Wastes, and other chemical contaminants) g.Radiological abatement (Decontamination, Fixative application, etc.) to support safe dismantlement h.Waste Disposition (packaging, transporting, tracking, etc.) i.Demolition (removal of buildings/structures, systems, above and below grade) j.Remediation (removal of contaminated soils and below grade site features, e.g. drain lines, to achieve desired radiological and chemical end state) k.Restoration (safe and stable civil configuration end state pending future site-redevelopment) II.For each Order issued, the Awardee will provide all personnel, supervision, materials, supplies, equipment, tools, facilities, transportation, testing, expertise, and other incidental items and services necessary for performance of the Services, except for any Government Furnished Property (GFP) specified in the Orders as furnished by the University. The Awardee will obtain LBNL approval of any submittals required. The Awardee will deliver any as-built documents, reports, and residuals. III.All work shall conform to applicable sections of the following: a.LBNL Facilities Division's Construction Details and Design Guidelines, available at: http://fac.lbl.gov/Projects/CDDG_Home/, b.LBNL ES&H Manual (formally known as PUB-3000), available at: http://www2.lbl.gov/ehs/pub3000/, and c.Examples of Applicable LBNL Specifications are available at: https://commons.lbl.gov/display/fac/Master+Specifications. Note: LBNL Specifications contain options for implementation which may be tailored as needed for specific task order requirements. IV.All personnel performing electrical work provided (directly or as a lower-tier subcontractor) by Subcontractor shall be approved by LBNL as a Qualified Electrical Worker ("QEW") as defined within the ES&H Manual. 7.Term: The anticipated ordering period is for five (5) years. 8.Pricing: Task Orders may result in Fixed Price or Time and Materials type Task Orders. Individual Orders will specify funding and type of Task Order. 9.Performance & Safety Incentive: Orders may include Performance, Quality, Schedule, and/or Safety Incentive Award programs. 10.Subcontracting with Lower-Tier Subcontractors: The Awardee will be responsible, as part of each Order, to request competitive bids for all work not performed by the Awardee. The solicitation may ask Offerors to prepare a bidding plan providing details of its process for identifying potential lower tier subcontractors, pre-qualifying them as necessary prior to soliciting bids, conducting a fair and open competitive process, establishing the responsiveness of bids received and responsibility of bidders, and assuring that prices proposed for award are fair and reasonable. 11.Partnering: The University intends to form a cohesive partnership with the Awardee and its lower-tier subcontractors, and the University's consultants, to ensure timely and cost-effective, safe and quality completion of the relevant Orders and the program as a whole. 12.Point of Contact: Point of Contact for this notice is Benjamin Shelton (phone: 510-486-5529, email: bshelt17@lbl.gov).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/LBNL/LB/LBNL-18-RFI-LRDD01/listing.html)
- Place of Performance
- Address: One Cyclotron Way, Berkeley, California, 94720, United States
- Zip Code: 94720
- Zip Code: 94720
- Record
- SN04911125-W 20180506/180504230459-e6e28f8757ad3f91a2edf2c1ee7d6211 (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 |