Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 12, 2025 SAM #8538
SOURCES SOUGHT

99 -- Enhanced Capability Subcritical Experiment- Construction Services

Notice Date
4/10/2025 3:10:11 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
MSTS � DOE CONTRACTOR North Las Vegas NV 89030 USA
 
ZIP Code
89030
 
Solicitation Number
KRG-25-003
 
Response Due
4/25/2025 4:30:00 PM
 
Archive Date
04/25/2025
 
Point of Contact
Keisha Garcia, Phone: 5093667370, Kimberly Kruskie, Phone: 7022953141
 
E-Mail Address
GarciaKR@nv.doe.gov, kruskikl@nv.doe.gov
(GarciaKR@nv.doe.gov, kruskikl@nv.doe.gov)
 
Description
Background: This Source Sought Notice is being posted and is intended only as an Expression of Interest (EOI). This is not a solicitation, and no reimbursement will be made for any costs associated with providing information in response to this notice. The project is being implemented in the PULSE Complex, an underground and surface facility, at the Nevada National Security Sites (NNSS). The project is a major modification to the PULSE Complex that repurposes and extends the existing drifts and creates new Drifts for advanced testing equipment of radiological isotopes. The potential offeror will be required to travel and provide construction services to Mission Support and Testing Services (MSTS) at the NNSS. The scope of activities supports development of the complex to provide the Stockpile Stewardship program that ensures the safety, security, and reliability of its nuclear weapons stockpile without relying on nuclear testing, relying instead on advanced scientific and technical capabilities. Opportunity Description: This Source Sought is for a potential subcontract for three (3) to five (5) year period. All work provided by the potential Offeror shall be through the issuance of Task Orders against a Master Agreement. All work provided by potential Offeror shall be through the issuance of Task Orders against a Master Agreement. The Task Orders my include but are not limited to requests for support on the following: Construction management, tools, equipment, and labor force to perform construction/ installation scope. Demolition of facility infrastructure for renovation. Excavation and site development. Surface infrastructure i.e.: concrete foundation, buildings, steel structures, gates, and fence. Installed utilities i.e.: duct banks, ventilation duct, cabling, piping systems, sewer, and fiber/ communication. Mechanical hoisting equipment i.e.: bridge cranes, elevator/ hoist, and rail systems. Install mechanical equipment i.e.: chillers, compressors, ventilation equipment. Install electrical equipment i.e.: conduit, wiring, panels, transformers, and other components. Underground structure i.e.: ground support, bolting, mesh, wet fibercrete, and concrete invert. Underground utilities i.e.: cabling, piping systems, and fiber/ communication. Installation of special equipment to support testing programs. Applied coatings and surface finishes. Mining of drifts for underground expansion. Drilling operations for bore holes at varying depths and diameters. Installed access and security equipment. Providing Quality Assurance and Quality Control for Task Order scope. Site Safety and Safety Plans. Provide startup testing and turnover documentation for installed systems. Design/construction and commissioning of distribution and transmission electrical lines. Responses to this notice should include the following: 1.) Company name and Unique Entity Identifier (UEI) to confirm company is registered in the System for Award Management (SAM) at https://www.sam.gov, in accordance with FAR 4.1102(a). 2.) Company�s business size for the NAICS code listed above, including Small Business, Large Business, Alaska Native American Business, Historically Underutilized Business (HUBZone); Indian Small Business Economic Enterprise (ISBEE); Service-Disabled Veteran-Owned Small Business (SDVOSB); Small Disadvantaged Business (SDB); and/or Woman-Owned Small Business (WOSB). 3.) Capability statement and/or product brochure and/or any applicable past performance information that demonstrates that the supplies, equipment, or services can be provided by your company. General Conditions: The submission of a response to this opportunity does not create any implied or express contract between an OFFEROR and MSTS obligating MSTS to review or evaluate the sources sought or to make an award in accordance with the evaluation and selection criteria specified herein. The sources sought and the information specified herein are strictly for the convenience of MSTS. By submitting a response to this opportunity, OFFERORS acknowledgement and agree that they shall not be entitled to any compensation, damages, or remuneration of any kind whatsoever in the event that MSTS fails to follow, or deviates from, or deviates from, these sources sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f756fa70edc54f9dadae30496a1a4f41/view)
 
Place of Performance
Address: Las Vegas, NV, USA
Country: USA
 
Record
SN07405554-F 20250412/250410230113 (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.