SOURCES SOUGHT
J -- Respirator Equipment and Containment Fabrication Serv - 2017 Respirator Equipment Processed - Speifications - SRS Supplier List - Respiratory Equipment List - Containment Fabrication Equipment List - Scope document - Manual 4Q1.7 - WSRC - IM-2006-00032 R5
- Notice Date
- 8/14/2018
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of Energy, Savannah River Nuclear Solutions, LLC, Savannah River Nuclear Solutions, LLC, Savannah River Site, Bldg 730-2B, Aiken, South Carolina, 29808, United States
- ZIP Code
- 29808
- Solicitation Number
- REFCFF81618
- Archive Date
- 9/22/2018
- Point of Contact
- angela williams, Phone: 803-952-6164, Barbara Butler, Phone: 803-952-9527
- E-Mail Address
-
angela.williams@srs.gov, barbara.butler@srs.gov
(angela.williams@srs.gov, barbara.butler@srs.gov)
- Small Business Set-Aside
- N/A
- Description
- WSRC - IM-2006-00032 R Manual 4Q1.7 Manual 4Q1.7 Manual 4Q1.7 Manual 4Q1.7 Manual 4Q1.7 Manual 4Q1.7 Manual 4Q1.7 Manual 4Q1.7 Manual 4Q1.7 Manual 4Q1.7 Manual 4Q1.7 Manual 4Q1.7 Manual 4Q1.7 Manual 4Q1.7 Manual 4Q1.7 Manual 4Q1.7 Manual 4Q1.7 Manual 4Q1.7 Manual 4Q1.7 Manual 4Q1.7 Manual 4Q1.7 Manual 4Q1.7 Scope document Containment Fabrication Equipment List Respiratory Equipment List SRS Supplier List Specifications Speifications Speifications Speifications Speifications Speifications Speifications Speifications Speifications Speifications Speifications Speifications Speifications Speifications Speifications Speifications Speifications Speifications Speifications Speifications Respirator Equipment Processed ***** This is a REQUEST FOR INTEREST ONLY! This request does not constitute a request for proposal, request for quote, or invitation for bid. The intent of this request is to identify potential offerors for market research purposes only. ***** Request for Information (RFI) Savannah River Nuclear Solutions, LLC (SRNS), which manages and operates portions of the Savannah River Site (SRS) under a Department of Energy (DOE) prime contract, seeks information from parties, preferably small businesses, capable of managing the Respiratory Equipment Services and Containment Fabrication Services as described within this request for information (RFI). Subcontractors are requested to respond to this RFI with an overview of how the subcontractor intends to perform the services described herein. The SRS is located approximately 15 miles south of Aiken, South Carolina and is 310 contiguous square miles. The approximate number of employees at SRS is ~12,000. Respiratory Equipment and Containment Fabrication customers include multiple site tenants as well as the Department of Energy-Savannah River Operations Office (DOE-SR). Respiratory Equipment and Containment Fabrication Services shall be performed by application of industry best practices. All applicable Federal, State, Local and Department of Energy regulations apply to the work described herein. Specific requirements will be provided with the final scope of work (SOW). The subcontractor will be required to follow all SRNS programs and procedures applicable to the work performed within the site boundaries. These include stringent quality, personnel safety and security requirements, and property protection/ materials management practices. Quality and Inspections The subcontractor shall strive to maintain a zero-customer reject rate for the entire period of performance. The subcontractor shall conduct procurement, fabrication, testing and inspection activities in accordance with an established Quality Assurance (QA) Program. Provided in Section 2.0 is a description of the minimum Quality Assurance criteria requirements to be addressed by the subcontractor in response to this RFI. As part of this RFI, the subcontractor shall provide all certifications (i.e., ISO9000, NQA-1, NUPIC, NIAC, etc.) that qualify the subcontractor to perform this scope. Prior to the subcontractor shipping products to the end user, SRNS shall inspect 100% of the inventoried items. Productivity At a minimum, the subcontractor shall meet the productivity requirements provided in Sections 3.1, 3.2 and 4.1. The subcontractor shall also have the flexibility to meet on demand requests from the Respiratory Equipment Service customers within 4 hours and from the Containment Fabrication Service customers within 12 hours depending on the complexity of the request. Service Options The subcontractor may choose to provide information for performing one or both of the following services described in Sections 1.1 and 1.2, respectively: Respiratory Equipment and Containment Fabrication. SRNS prefers both services to be performed by one subcontractor as a "turn key" operation. SRNS has limited warehouse space for bulk storage of raw materials associated with these services. Therefore, in addition to the two services described above, the subcontractor shall provide information for providing bulk storage of raw materials at an offsite location as described in Section 1.3. If the subcontractor selects to provide one or both services onsite, a small storage area will be provided by SRNS to the subcontractor. The Respiratory Equipment Storage Area is ~4,000 square feet and the Containment Fabrication Storage Area is ~4,300 square feet. The onsite storage area will be in a secure area with climate control and appropriate lighting. Currently, SRNS outsources the fabrication and delivery of some of the items associated with the Respiratory Equipment Services per specified criteria and standards. The subcontractor responding to this RFI may choose to continue to use SRNS existing subcontractors or obtain different subcontractors. A list of the items outsourced, and the names of the existing subcontractors will be provided with the final SOW. Location Options The subcontractor may choose to provide information for performing one or both services onsite (within SRNS boundaries) or offsite (outside of SRNS boundaries) although SRNS prefers this scope to be performed offsite. The subcontractor shall respond to this request by clearly identifying which service or combination of services they can perform and at which location, reference table 1.0. For example, if the subcontractor is interested in performing both services offsite, the subcontractor submittal shall clearly state such. Onsite Both services are currently being performed onsite in Building 705-C; this building is ~29.000 square feet. The actual Respiratory Equipment Service workspace (excluding offices, restrooms, storage area, etc.) is ~3,900 square feet. The actual Containment Fabrication Services works space (excluding offices, restrooms, storage area, etc.) is ~11,400 square feet. The subcontractor will purchase raw materials, provide management, labor, and utilize existing SRS facilities and equipment. Equipment supplied to perform this work onsite is attached for both services, see ‘Respiratory Equipment Services - Equipment List' and Containment Fabrication Services - Equipment List' attached. Offsite The subcontractor will purchase raw materials, provide management, labor, and the necessary equipment and materials as described herein and utilize compliant offsite facility. The subcontractor shall be responsible for acquiring any necessary equipment to perform this scope. At this time, specific offsite location information is not required. Table 1.0: Service and Location Options Location Options: Respiratory Equipment Services Containment Fabrication Services 1) Onsite Yes No Yes No 2) Offsite Yes No Yes No NOTE: SEE ATTACHED SCOPE DOCUMENT, PACKAGE #6
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6037cb3ad1be87c79b9ff9aad9333dc4)
- Place of Performance
- Address: Savannah River Site or Supplier's Facility, Aiken, South Carolina, 29808, United States
- Zip Code: 29808
- Zip Code: 29808
- Record
- SN05035739-W 20180816/180814231114-6037cb3ad1be87c79b9ff9aad9333dc4 (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 |