Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 02, 2025 SAM #8437
SOURCES SOUGHT

99 -- REQUEST FOR INFORMATION MELTING, ROLLING AND MILLING OF LEAD

Notice Date
12/31/2024 8:11:51 AM
 
Notice Type
Sources Sought
 
NAICS
562920 — Materials Recovery Facilities
 
Contracting Office
SC OAK RIDGE OFFICE OAK RIDGE TN 37831 USA
 
ZIP Code
37831
 
Solicitation Number
20241231-A
 
Response Due
1/30/2025 9:00:00 AM
 
Archive Date
02/14/2025
 
Point of Contact
Trevor Weeks, Dustin Epperson
 
E-Mail Address
trevor.weeks@science.doe.gov, dustin.epperson@science.doe.gov
(trevor.weeks@science.doe.gov, dustin.epperson@science.doe.gov)
 
Description
SOURCES SOUGHT/REQUEST FOR INFORMATION MELTING, ROLLING AND MILLING OF LEAD THIS SOURCES SOUGHT SYNOPSIS IS NOT A PRE-SOLICITATION NOTICE, REQUEST FOR PROPOSAL (RFP), OR AN INVITATION FOR BID, BUT A MARKET SURVEY TO IDENTIFY POTENTIAL PARTICIPANTS. This notice is not to be construed as a commitment by the Government to award a contract. The Government will not reimburse contractors for any costs incurred because of their participation in this survey. The proposed North American Industry Classification System (NAICS) code for this acquisition is 562920 � Materials Recovery Facilities, with a small business standard size of $25M. The purpose of this Sources Sought announcement is to assist the Department of Energy in conducting Market Research to identify sources of services that meet their requirements, and in accordance with FAR Part 10, to make appropriate acquisition decisions and to gain knowledge of potential qualified business participants capable of providing all services described in this synopsis. BACKGROUND The Department of Energy (DOE) conducts a variety of research and operational activities that utilizes lead as radiation shielding, including within the Office of Science (SC) which funds basic research to advance the scientific knowledge needed to provide new and improved energy technologies; to understand the health and environmental implications of energy production and use; and to maintain U.S. leadership in discovering the fundamental nature of energy and matter. The SC organization is led by a Presidentially nominated, Senate-confirmed Director and two senior career federal Deputy Directors: Science Programs, and Operations. The organization and functions are further discussed at the following website: http://science.energy.gov/about/organization. SC comprises a geographically diverse organization. SC has two locations in the Washington, D.C. area (Headquarters): one location at DOE�s Forrestal building in Washington, D.C. and one location in Germantown, Maryland. Most of the SC Programs staff resides at these two locations. Field Operations comprises the Consolidated Service Center (CSC) and ten Site Offices. The CSC is a virtual organization located in Lemont, Illinois, and Oak Ridge, Tennessee. The ten Site Offices are collocated with their respective National Laboratories. SC currently has a project that requires fabrication of shielding panels made of lead, clad in a stainless-steel shell. To accomplish this, SC has a need for professional services to accept about 210 tons of excess lead from DOE, then process and fabricate the lead into shielding panels to be installed to the inside face of precast walls to improve radiation shielding performance. SCOPE The DOE would like to consider the fabrication of new lead panels derived from excess lead accumulated throughout the Department. The scope includes a stock of about 210 tons of excess lead in a variety of configurations, including solid shapes, lead shot, and other forms. Tasks would include processing and fabrication of excess DOE lead, such as melting lead into ingots, and fabricating of lead into stainless steel cladding to meet specifications provided by DOE. The project requires about 70 lead panels between two inches and four inches in thickness. The height varies from two feet to seven feet, and the width varies from two feet to ten feet. One side of the panel shall be steel encased. The opposite side shall be painted, and small cutouts are required on this side. The panels also need anchor holes and lifting inserts. Additionally, DOE would like to understand costs and processes for manufacturing other miscellaneous items from cast, rolled or otherwise formed lead. DOE would also like to understand the costs and process structure for working with new lead versus recycling lead to meet the same deliverable. The structural design and anchorage detailing for the new lead shielding panels in this project is based on the current ASCE -16, California Building Code (CBC), 2019 edition, Part 10 (California Existing Building Code, University of California Seismic Safety Policy, Geotechnical Data and Interpretation Report and Site-Specific Seismic Hazard Analyses and Development of Design Ground Motions Report). The seismic analysis and retrofit design of the existing structure have been performed in a previous task. The design considers the combination of gravity and seismic loading resisted by the anchorage to the precast walls. NOTE: Although this project is located in the state of California, future projects may be located in other states and be subject to that state�s standards. REQUEST FOR INFORMATION (RFI) The Government requests responses from all interested businesses who may be able to meet all or part of the technical requirements, including those certified as a Small Business in the suggested NAICS code of 562920. Submission requirements: 1. Page limit - Ten (10) 2. Page size - 8 �� x 11�; 12 pt. Times New Roman font 3. Do not include promotional materials 4. To be received no later than 30 calendar days after posting. 5. Submissions must be e-mailed to trevor.weeks@science.doe.gov & dustin.epperson@science.doe.gov with a Subject Line of �Lead Melting, Rolling, and Milling RFI �. Interested sources that have the capability to provide this support are requested to submit the following: A technical capability statement to provide the services described to include company name, address, point of contact, e-mail address, telephone, UEI, TIN, CAGE code, and any �Doing Business As Name� as applicable. Include with your technical capabilities statement the answers to the following questions: 1. What is your business type, size, and socio-economic status in reference to the projected NAICS code of 562920? If the NAICS code is not currently in your SAM.gov profile, what do you anticipate your business size and socio-economic status will be once the NAICS code is added to your SAM.gov profile? Is NAICS code 562920 appropriate for this project? 2. Based on your knowledge of this type of requirement, do you believe that the use of a firm- fixed price contract type is appropriate? If not, what contract type is more appropriate and why? 3. Based on your experience and knowledge of this type of requirement and the size of the effort described in the Scope section of this RFI, is there an industry standard for costs? 4. What is your experience processing and fabricating lead? 5. Describe your experience in both the Government and the commercial market. 6. Provide a description of recent contract/project experience as the prime contractor for work performed within the last five years for both the company and any subcontractors, if applicable, to include the following (please limit to one page per contract/project): � The size (dollar value), duration, scope, and complexity of the contract/project. � The type of contract (i.e., fixed price, cost reimbursement, etc.); and � Identification of a contract or project number and point of contact and contact information (name, address, and phone) at the agency or prime contractor�s organization. 7. Provide documentation, if any, demonstrating all stated industry credentials. 8. Do you currently have a Government-wide Contract Vehicle that provides this service (SEWP IDIQ, Government-Wide Acquisition Contracts (GWAC), Multi-Agency Contracts, Other Indefinite Delivery Contracts (ID/IQ), Federal Supply Schedules (FSS), Basic Ordering Agreements (BOA), Blanket Purchase Agreements (BPA), etc.? If yes, please provide the vehicle type and contract number. Are all services required in this synopsis included in your Government-wide contract vehicle? 9. What suggestions, if any, do you have for meeting DOE�s requirements (including evaluation criteria, contract line-item structure, contract structure, or other topics)? All interested parties must be registered in the System for Award Management (SAM) to be eligible for an award of Government contracts. ==================================================================== Any proprietary information contained in response to this request will be properly protected from unauthorized disclosure and will not be used to establish the requirements for any future system acquisition to not inadvertently restrict competition. Any evaluation conducted for market research purposes shall not apply in any way to the evaluation of the proposal submitted to a solicitation if a solicitation is issued.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/58133144b6f94ba3be410c5af373877e/view)
 
Place of Performance
Address: CA, USA
Country: USA
 
Record
SN07303613-F 20250102/241231230107 (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 |
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.