SPECIAL NOTICE
99 -- Security Infrastructure Revitalization Program (SIRP) Perimeter Intrusion Detection and Assessment System (PIDAS) at Y-12 National Security Complex
- Notice Date
- 12/22/2020 7:39:41 AM
- Notice Type
- Special Notice
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- NTESS, LLC - DOE CONTRACTOR Albuquerque NM 87185 USA
- ZIP Code
- 87185
- Solicitation Number
- SNL_SPEC_12-22-2020
- Response Due
- 1/7/2021 10:59:00 PM
- Archive Date
- 01/22/2021
- Point of Contact
- Devin DeMenno, Phone: 5052490309
- E-Mail Address
-
ddemenn@sandia.gov
(ddemenn@sandia.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- NTESS has completed the design and is seeking an Offeror who can safely and effectively perform the construction of the project summarized below. The perimeter intrusion detection and assessment system (PIDAS) is an existing system at the Y-12 National Security Complex, a government-owned facility located in Oak Ridge, Tennessee and managed by Consolidated Nuclear Security, LLC (CNS) for the Department of Energy (DOE). National Technology and Engineering Solutions of Sandia, LLC (NTESS) is the engineering design agent and construction manager for the Y-12 Security Infrastructure Revitalization Program (SIRP) effort. The project involves the replacement of PIDAS, and the vehicle barrier portion involves the installation of a continuous passive vehicle barrier alongside the inner PIDAS fence. The project shall consist of the following key activities.� 1. Site Prep Phase:� Removal of existing fence fabrics, fence posts, and concrete fence post foundations. Disposal or recycle of all non-hazardous material. Preparation of security trench. Locating and maintaining marked utilities. 2.�Modifications to Primary Pedestrian and Vehicle Access Points: Cutting out sections of the asphalt and concrete, installation of a pedestrian corridor, installation of new vehicles barriers. 3.�PIDAS Installation: Installation includes new security elements such as fencing, camera towers, sensor poles, light poles, power distribution equipment racks, and other security infrastructure elements. 4.�Vehicle Barrier: a passive post-and-beam vehicle barrier on the inside of the PIDAS fence shall be installed. 5.�Communications Installation: Installation of a fiber-optic backbone to support the project�s infrastructure. 6. Mandatory Criteria: Mandatory Requirements for Offeror: Interested Offerors shall respond to each of the following mandatory requirements by stating either �yes, the Offeror meets this requirement"" or �no, the Offeror does not meet this requirement� and provide verification documentation as requested in the requirements to Devin DeMenno at ddemenn@sandia.gov no later than the posting close date. Failure to meet any of the requirements, or to provide the requested documentation proving the Offeror meets the requirement will result in the Offeror not being invited to the RFQ. Mandatory Requirement 1: The Offeror and Offeror's personnel shall be capable of securely storing and maintaining information up to the classification of Unclassified Nuclear Information (UCNI) in accordance with DOE Order 471.1B. The Offeror must indicate it has reviewed the DOE order and is capable of meeting the requirements. Mandatory Requirement 2: All Offeror personnel assigned to the project shall be United States citizens. The Offeror must indicate it is capable of meeting this requirement. Mandatory Requirement 3: The Offeror shall provide information on two civil infrastructure construction projects, where they were the prime contractor, with a total construction amount of at least $8,000,000 each, that were completed no more than six (6) years prior to the date of this solicitation. Provide the following information for each project to verify the Offeror meets the mandatory requirement: Full Project Title Description of the Statement of Work Project Customer Project Customer Contact Name, Phone Number and Email Address Period of Performance Project Amount Mandatory Requirement 4: The Offeror will be required to provide performance and payment bonds for the entire project bid amount as a notice to proceed item. The Offeror shall have a single project bonding capacity of at least $44,000,000. The Offeror shall provide a letter from its surety stating the Offeror�s bonding capacity. Additionally, the interested Offeror shall not have had a surety complete any work on behalf of the Offeror in the past six (6) years. The letter from its surety shall also attest to this fact. Mandatory Requirement 5: All safety metrics below will be required to be met by the Offeror and documentation shall be submitted to confirm the Offeror's safety metrics. Occupational Safety & Health Administration (OSHA) Total Recordable Case Rate (TRCR) shall average 4.0 or below for the past three calendar years. OSHA Days-Away Restricted Time (DART) shall average 2.1 or below for the past three calendar years. Experience Modification Rate (EMR) from the insurance provider of the Offeror shall average 1.0 or less for the past three calendar years. Zero fatalities in the past ten years. Mandatory Requirement 6:� The Offeror must, by proposal due date, have a documented Worker Safety and Health Program�in full compliance with subparts A, B, & C of�10 CFR 851: Worker Safety and Health Program.�The program must be applicable to the construction scope of work as defined by the regulation and cover all expected hazards pertinent to the scope of work described in the forthcoming RFQ. The Offeror must indicate it has reviewed the regulation and is capable of providing a compliant Worker Safety and Health Program by the proposal due date. Mandatory Requirement 7: The Offeror shall possess a Tennessee Municipal and Utility Construction license (MU), a commercial (BC-B or BC), or out of state equivalent. Offerors are exempt if the Offeror's state or local municipality does not have a construction contracting licensing program. The Offeror shall either provide their license or indicate they are exempt from this requirement. Mandatory Requirement 8:�The Offeror shall have experience controlling or mitigating environmental contamination of hazardous substances, specifically radiation and/or heavy metals. The Offeror shall provide information on one project where the Offeror provided construction services at a site designated as Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), or a site with environmental contamination of radioactive or heavy metal hazardous substances, and the Offeror had to control and/or mitigate the contamination, and that was completed no more than six (6) years prior to the date of this solicitation. Provide the following information for each project to verify the Offeror meets the mandatory requirement: Full Project Title Description of the Statement of Work Project Customer Project Customer Contact Name, Phone Number and Email Address Period of Performance List what hazards the Offeror had to mitigate or control Detail what mitigation or control measures the Offeror had to take for environmental contamination of hazardous substances
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c0ca75d86b3e429fb0bf73ab75c73e68/view)
- Place of Performance
- Address: Oak Ridge, TN, USA
- Country: USA
- Country: USA
- Record
- SN05879416-F 20201224/201223061145 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |