Site Superintendent - Washington Closure Hanford

advertisement
300 AREA REMAINING SITES
Offeror Requirements
Pre-Qualification Questionnaire
Offerors will be required to show evidence of meeting all of the following requirements if invited
to submit a Proposal. Failure to meet all requirements, at any time, may deem Offeror as not
qualified.
1. This procurement is being reserved for the following Small Business Classification:
HUBZone or Small Disadvantaged Business. Potential Offeror’s must be SBA certified as
HUBZone or Small Disadvantaged Business and qualify as a small business as defined by
North American Industry Classification System (NAICS) code 562910 for work of
Environmental Remediation Services - Size Standard in number of employees of 500
(http://www.sba.gov/size/sizetable2002.html).
Offeror’s must identify teaming companies with appropriate qualifications being proposed
for any portion of the direct work scope.
2. Potential Offers muset be registered on Centeral Contractor Registration (CCR) and have a
DUNS number.
3. Potential Offerors must have three (3) years experience in performing earthwork and grading
type work in the past five years.
4. Potential Offerors must have accumulated two (2) years experience performing work in
zones of radiological contamination in the past five years.
5. Potential Offerors must have accumulated two (2) years experience performing waste
handling work in the past five years.
6. Potential Offerors must not have safety ratings for the previous two (2) years that exceed the
following:
Interstate EMR
0.9
State EMR: 0.9
The CONTRACTOR may consider Offerors with EMRs above 0.9 in instances where it
appears to the CONTRACTOR that the EMR resulted from an isolated incident with
extenuating circumstances and where the Offeror has remedied the situation. The
CONTRACTOR would use the facts and circumstances of the incident to determine if the
CONTRACTOR would be able to award the subcontract to an Offeror with an EMR above
0.9.
7. Potential Offerors must have or be capable of developing a Quality Assurance Program that
meets the requirements of both DOE Order 414.1C and 10CFR830.120.
8. Potential Offerors must have or retain, manage and oversee the services of a Registered
Professional Engineer of the appropriate discipline(s) and a Registered Land Surveyor in the
State of Washington to perform engineering and survey services as part of the scope of work.
9. Successful Offeror must be able to Post a Miller Act Payment and Performance Bond at the
time of Award having a penal sum equal to the amount of the contract value or provide an
irrevocable standby letter of credit in an amount equal to 15% of the value of the total
funding estimated to be allocated in each Federal Government Fiscal Year during
performance of the Work.
When teaming or subcontracting arrangements exist, the Prime Offeror must be able to
provide the above required Bond or letter of credit in its name.
10. Potential Offerors must be able to propose Key Personnel who meet the following criteria:
Project Manager
 15 years General Construction Management Experience, of which 5 years of experience
must be with earth moving work
 5 years at Project Management Level, of which 3 years include working with radiological
contaminated materials and chemical and hazardous material handling experience
Site Superintendent
 15 years Industrial Construction
 5 years Supervisory Level, which shall include labor management associated with
bargaining units and with earth moving and remediation type of work
 3 years of supervising work involving radiological contaminated materials and chemical
and hazardous material handling experience
Site Health and Safety Officer
 10 years General Construction experience related to safety, health and industrial hygiene,
i.e., 10 years in a safety and health position
 3 years radiological contamination control
 3 years experience with earth moving and remediation type of work
 Must be certified with the American Board of Industrial Hygiene (COHST, OSHT,
ASP/CSP, or CIH)
 Experience must include a thorough understanding and working knowledge of direct
reading instruments, personnel exposure monitoring/sampling procedures, and record
keeping
 Must be on site during waste site excavation and waste handling activities
Certified Industrial Hygienist
 Must be certified by the American Board of Industrial Hygiene (ABIH)
 Responsibilities include reviewing, approving, and signing the Respiratory Protection
Program (RPP) and Site Specific Health and Safety Plans (SSHSP), and conducting
monthly on-site assessments of the SUBCONTRACTOR’s compliance with the RPP and
SSHSP


Must visit the site on a weekly basis and be available to assist the Industrial Hygiene
Lead on an as required basis, e.g., change of condition situations
Shall provide a written report to the CONTRACTOR for each site visit and/or assessment
Industrial Hygiene Lead
 Must have Construction Health and Safety Technician Certification or Occupational
Health and Safety Technologist Certification by the Council on Certification of Health,
Environmental and Safety Technologists, or be a Certified Safety Professional from the
American Board of Certified Safety Professionals, or a Certified Industrial Hygienist
from the American Board of Industrial Hygienists
 5 years experience in industrial hygiene monitoring related to hazardous waste sites
characterization/remediation
 Experience must include a thorough understanding and working knowledge of direct
reading instruments, personnel exposure monitoring/sampling procedures, and record
keeping
 Must be on site during waste site excavation and waste handling activities
Sampling Technician
 Must have a minimum high school graduation level
 Experience must include a thorough understanding and working knowledge of hazardous
waste sampling, chain-of-custody procedures, and radiological work processes
 Must be able to lift loads of up to 40 pounds, work in hazardous and radiological work
environments, and must be able to work outdoors in applicable PPE during all seasons of
work operation
 Must have the following types of training: Radiological Worker II, 40-hour
HAZWOPER, respiratory training, and other training/qualifications for work in
hazardous environments
KEY PERSONNEL RESUMES ARE NOT REQUESTED AT THIS TIME.
11. Potential Offerors must have performed similar type work and be able to demonstrate and
provide verification and/or documentation substantiating this experience by listing the
projects for each year.
12. Any questions concerning small business partnering relationships or minimum small business
participation for this procurement should be addressed to the Small Business Administration.
January 17, 2011
300 AREA REMAINING SITES
Prequalification Questionnaire
Only those Offerors who can meet all of the above requirements and are interested in receiving a
Request for Proposal should complete the following questionnaire. This step is pre-qualification
only. Any information in Offeror’s subsequent information transmitted, up to and including
Offeror’s response to Request for Proposal, shall be used to continually verify Offeror’s
qualifications to perform the work. Potential Offerors shall submit their response to the
following Prequalification Questionnaire in a single Microsoft Word file via e-mail to
cacarson@wch-rcc.com no later than 11:00 a.m., Thursday, January 27, 2011. Responses
received after that date might not be considered. Receipt of responses will be acknowledged by
e-mail.
1. Provide the following information for all Participating Firms and indicate the primary
point of contact.
Name
Point(s) of Contact:
Telephone Number(s):
Address:
Facsimile Number(s):
E-mail Address(s):
2. Can you (and/or your team) qualify as a HUBZone Business OR a Small Disadvantaged
Business? If yes, please specify which small business classifications apply.
3. Can you also certify as a Small Business under NAICS code 562910 for work of
Environmental Remediation Services - Size Standard in number of employees of 500?
4. What has your EMR rating been for the previous two (2) years? If it exceeds the
Interstate EMR of 0.9 or the State EMR of 0.9 provide a brief explanation.
5. Can you (the prime contractor) perform at least 15 percent of the work scope?
6. Can you (and/or your team) deliver a staff that would meet or exceed the requirements
listed above?
7. Provide the general organization and structure of participating firm(s) and identify what
resources and/or scope elements each party will provide.
8. List and describe the contracts awarded to the participating firm(s) during the past five
(5) years for performance of earthwork and grading type work. Give name and telephone
number of client person to contact for each contract.
9. List and describe the contracts awarded to the participating firm(s) during the past five
(5) years for performance of work in zones of radiological contamination. Give name
and telephone number of client person to contact for each contract.
10. List and describe the contracts awarded to the participating firm(s) during the past five
(5) years for performance of waste handling work. Give name and telephone number of
client person to contact for each contract.
11. Provide a 1-2 page summary of your firm's understanding of the requirements of DOE
Order 414.1C and 10CFR830.120.
12. List your current active projects in excess of $1 million dollars with award value,
description of work, and current percentage of work complete.
13. List the highest value for a Miller Act performance bond your company has obtained
during the last 36 months.
14. List the highest value for a Miller Act Bond that your company would be capable of
providing.
ADDITIONAL INFORMATION REQUEST
The pre-qualification requirements for the South of Apple procurement are hereby expanded to
include the following:
15. Demonstrated experience with demolition and removal of large, reinforced concrete
structures such as reactor containment vessels.
16. Demonstrated experience with remediating former burial grounds, including primary and
secondary sort operations; anomaly response procedures; and other processes related to
excavating and handling uncharacterized hazardous and/or radioactive material.
Revised statements of qualification should provide concise statements of applicable experience.
Quality is more important than quantity: potential submitters should provide a brief but clear
description of previous relevant work. Long descriptions of marginally related work may be
considered as evidence that the proposer does not have the necessary experience to perform work
under this procurement.
Download