Remedial Action of 100 B/C Burial Grounds and Remaining Sites

advertisement
Engineering Study for Potential Unexploded Ordnance
at the 600-349 Waste Site
Offeror Requirements
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 Small Disadvantaged Business (SDB’s), under
North American Industry Classification System (NAICS) code 541330 for work of
Engineering Services - Size Standard in Average Annual Receipts of $4.5M.
(http://www.sba.gov/size/sizetable2002.html). Potential Offerors will be required to certify
as a Small Business as defined by this NAICS code. Small Business Offerors must identify
teaming companies with appropriate qualifications being proposed for any portion of the
direct work scope.
2. Potential Offerors must have a minimum of five (5) years experience in performing UXO
identification type work in the past ten (10) years.
3. 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.
4. 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.
5. Potential Offerors must be able to propose Key Personnel who meet the following criteria:
Project Manager
 BS degree in engineering or science discipline
 Professional Registration in Engineering or Project Management Professional (PMP)
registration
 10 years in project management of engineering and design projects
UXO Technical Lead
 15 years UXO Experience, of which 5 years of experience must be with UXO field
identification type of work
KEY PERSONNEL RESUMES ARE NOT REQUESTED AT THIS TIME.
6. 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.
7. Potential Offers must demonstrate experience in various types of UXO detection methods.
Note: typical surface application of ground penetrating radar and electro-magnetic induction
techniques may not be successful at this site due to steep topography and heavily vegetated
terrain.
8. Any affiliate company to Washington Closure Hanford LLC (WCH) (i.e. URS, Bechtel
National or CH2M Hill Constructors) will be required to receive pre-approval for this
procurement by WCH’s Board of Directors, except in situations where the affiliate company
is a subcontractor to a U.S. governmental department mentor-protégé company.
Engineering Study for Potential Unexploded Ordnance
at the 600-349 Waste Site
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
supplierforum@wch-rcc.com no later than March 15, 2011. Responses received after that date
might not be considered. Receipt of responses will be acknowledged by e-mail.
Name of Participating Firm(s):
Point(s) of Contact:
Telephone Number(s):
Facsimile Number(s):
E-mail Address(s):
1. Provide the general organization and structure of participating firm(s) and identify what
resources and/or scope elements each party will provide.
2. List and describe the contracts awarded to the participating firm(s) during the past ten (10)
years for performance of UXO identification/Engineering Study preparation type work. Give
name and telephone number of client person to contact for each contract.
4. Provide a 1-2 page summary of your firm's understanding of the requirements of DOE Order
414.1C and 10CFR830.120.
5. List your current active projects in excess of $500,000 with award value, description of work,
and current percentage of work complete.
6. List the highest value for a Miller Act performance bond or an irrevocable standby letter of
credit your company has obtained during the last 36 months.
7. List the highest value for a Miller Act Bond or irrevocable standby letter of credit that your
company would be capable of providing.
8. Describe your qualifications for meeting the small business requirement under North
American Industry Classification System (NAICS) code 541330 for Engineering Services-
size standard in average annual receipts of $4.5M. Further describe your qualifications for a
small disadvantaged business (SDB).
9. Confirm that key personnel can be delivered that meet or exceed the key personnel
requirements listed in item 5.0 of the Offeror Requirements.
Figure 1. Waste Site Location Map
Summary of Work Scope
This work scope is for preparation of an Engineering Study to evaluate non-intrusive
technologies for identification of potential UXO in the terrain described above. Such
characterization technologies may include:
1. flight-based surveys (e.g., aerial photography, vertical magnetic gradiometer,
electromagnetic induction), or
2. ground-based surveys (e.g., physical walkdown/visual inspection,
magnetometer/gradiometer, ground penetrating radar, electromagnetic
induction/conduction), or
3. a combination of the two.
The Engineering Study shall include evaluation of available technologies, potential safety
factors, environmental risk factors, and cost factors associated with each of the technologies
discussed.
In addition to preparation of the Engineering Study, potential vendors shall also anticipate a site
walkdown of the general vicinity of the waste site (access shall be restricted to areas which have
been evaluated and cleared of potential UXO), and a minimum of two stakeholder meetings.
Stakeholders associated with this site may include, but are not limited to, the Department of
Energy, U. S. Environmental Protection Agency, Washington State Department of Ecology, and
local tribal nations.
Download