SOURCES SOUGHT
99 -- Sodium Test Loop Fire Enclosure
- Notice Date
- 10/11/2023 2:29:41 PM
- Notice Type
- Sources Sought
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- BATTELLE ENERGY ALLIANCE�DOE CNTR Idaho Falls ID 83415 USA
- ZIP Code
- 83415
- Solicitation Number
- INL-24-001
- Response Due
- 10/27/2023 4:00:00 PM
- Archive Date
- 11/11/2023
- Point of Contact
- Brett Horsburgh, Phone: 2085262451
- E-Mail Address
-
brett.horsburgh@inl.gov
(brett.horsburgh@inl.gov)
- Description
- INTRODUCTION Battelle Energy Alliance, LLC (BEA), Management & Operating Contractor of the U.S. Department of Energy (DOE) owned Idaho National Laboratory (INL), is seeking an Expression of Interest (EOI) from prospective Offerors to support the design and manufacture of a listed one-hour fire-resistive enclosure to surround a sodium test loop and support structure., ultimately used to support liquid metal cooled reactor safety tests. This EOI shall serve as a method of identifying qualified firms interested in providing these services and materials to INL. Participation in the activities described herein neither prequalifies nor disqualifies the prospective vendor for later material supply to the INL. Requests for Proposals (RFPs) may be issued as a result of responses from this EOI. �BACKGROUND Historically, flowing sodium loop cartridges were critical in meeting advanced reactor fuel safety testing needs at the Transient Reactor Test Facility (TREAT). INL identified the need to re-establish transient testing in a flowing sodium loop to support a resurgence in liquid metal fast breeder reactor research. To-date, two sodium loops have been manufactured, referred to as the Test Loop and Prototype Loop, with a third currently in production with modifications based on the first two. In order to operate the Test Loop safely, a listed fire-resistive enclosure must be built around it. The enclosure will be a free-standing, self-supported structure that provides a 1-hour fire-resistive barrier to separate the sodium test loop from the remainder of the building. The interior dimensions of the enclosure will be approximately 11� 6� long, 8� 5� wide and 14� high.� The enclosure will have a removable roof that is provided with lifting lugs. A door or access panel needs to be provided to access the interior of the enclosure. This door will be 6� 5� wide to accommodate rolling out the containment pan. A listed cable tray penetration shall be provided for the power and control circuits to pass into the enclosure. REQUEST BEA is seeking qualified firms to compete for the design, manufacture, delivery of materials, and on-site technical support during installation/assembly for this fire enclosure at INL. Qualifications of prospective Offerors include: Experience with industrial fire barrier design, manufacture, and installation. The company must be a certified representative of the fire barrier manufacturer. Capability to meet applicable design, safety, regulatory and code compliance established below. �WORK DESCRIPTION Design, manufacture, and deliver self-supporting, free-standing, listed one-hour fire-resistive enclosure. The enclosure shall include the following features: Removable roof with lifting lugs, Door or access panel, Cable tray penetration. Provide on-site technical support during installation/assembly. APPLICABLE CODES, PROCEDURES, AND REFERENCES NFPA-484, �Standard for Combustible Metals 2022 edition. NFPA-221 �Standard for High Challenge Fire Walls, Fire Walls, and Fire Barrier Walls� 2024� VI.� SUBMITTAL REQUIREMENTS Interested Offerors are requested to provide expressions of interest to the undersigned by close-of business on or before October 27, 2023.� Included must be sufficient written information confirming the responder�s qualifications that addresses each of the following criteria:�� ������ Experience designing, manufacturing, and assembly of similar equipment/materials. Capability to meet applicable safety, regulatory and code compliance as listed. Name, telephone number, and e-mail address of a representative of your firm who can answer questions regarding this request for Expression of Interest. Note that responses must be no more than 5 pages in length. Only potentially qualified Offerors, as determined by BEA, may receive the RFP for the project. �As determined by BEA, responders to this EOI may receive a RFP that may require detailed technical and price proposals be provided for evaluation and ranking under a source selection process. Based on the responses to this EOI, BEA will determine the source selection process. At this time, a best value award process is envisioned. Under a best value award process, technical and price proposals will be evaluated and weighed to determine the successful Offeror.� Interested firms are advised that the RFP release is anticipated, and the source selection/award decision is anticipated in December 2023. If you have questions, need additional information, or need to speak with a BEA Point of Contact, please contact Brett Horsburgh at 208-526-2491 or via email at Brett.Horsburgh@inl.gov. Technical questions must be submitted in writing via email.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8a4cda0b5ecc4c6b894a9527991d95f7/view)
- Place of Performance
- Address: Idaho Falls, ID 83415, USA
- Zip Code: 83415
- Country: USA
- Zip Code: 83415
- Record
- SN06857609-F 20231013/231011230056 (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 |