REQUEST FOR PROPOSAL; HMIS RFP# 379296 - L-888 Eastern Plateau Fire Station Construction REV. 04
ID: 379296Type: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFHANFORD MISSION INTEGRATION SOLUTIONS, INC (HMIS) - DOE CONTRACTORRichland, WA, 99354, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
  1. 1
    Posted Feb 18, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due May 1, 2025, 11:00 PM UTC
Description

The Hanford Mission Integration Solutions, LLC (HMIS), under the U.S. Department of Energy, is soliciting proposals for the construction of the L-888 Eastern Plateau Fire Station in Richland, Washington. This procurement seeks a Firm Fixed Price subcontractor to complete the project by February 9, 2027, with proposals evaluated based on technical qualifications and cost, emphasizing a best value approach. The fire station is critical for providing fire protection and emergency medical services at the Hanford Site, ensuring compliance with federal safety and construction standards. Proposals are due by May 1, 2025, and interested contractors should contact Jonathan Valenzuela at Jonathan_M_Valenzuela@rl.gov or 509-372-1983 for further details.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 5:05 PM UTC
The HMIS Eastern Plateau Fire Station project, managed by TCA Architecture, encompasses various components as reflected in requested products and specifications. Key elements include the installation of facility water distribution systems and specific equipment like Miljoco pressure gauges and thermometers, complying with industry standards for accuracy and durability. The use of Miljoco products aligns with the project’s requirements for stainless steel construction to withstand environmental conditions. Additionally, the project stipulates guidelines for the installation of materials such as CertainTeed linear wooden planks, emphasizing sustainable practices and aesthetic appeal. An addendum issued on March 26, 2025, outlines revisions to the specifications, enhancing quality assurance measures for materials including concrete reinforcements and cast-in-place concrete, ensuring compliance with federal standards. The modifications clarify the contractor’s responsibilities for testing, inspection, and adherence to sustainable design principles as stipulated in the project's guiding framework. Overall, this documentation reflects a comprehensive approach to establishing the Eastern Plateau Fire Station while maintaining rigorous standards of quality and safety throughout the construction process.
Mar 27, 2025, 5:05 PM UTC
The document outlines the Submittal Register for Hanford Mission Integration Solutions, LLC, detailing the procedures and requirements for subcontractor submissions related to construction and reliability projects, specifically project number L-888. It defines terms such as submittal types, formats, and review protocols, indicating what documents must be submitted for approval, information, or as part of the workflow. Key information includes submission specifications, deadlines, and responsible reviewers across various categories, including project schedules, safety programs, and equipment lists. The submittal process is structured with clear expectations for documentation formats (e.g., PDF), review times, and handling of vendor information, ensuring compliance with specified subcontract requirements. This comprehensive guide serves as a critical tool in managing construction-related documents while emphasizing safety and quality assurance across the project.
Mar 27, 2025, 5:05 PM UTC
The document serves as an update to the Hanford Mission Integration Solutions regarding a specific Request for Proposal (RFP) related to construction tasks. It includes an essential component, Appendix B, which outlines the L-888 Job Hazard Checklist. This checklist is vital for identifying potential hazards associated with construction projects, ensuring compliance with safety regulations, and safeguarding employee welfare. The document underscores the importance of hazard assessment and management in the context of the construction project's scope of work (SOW). Implementing this checklist is expected to mitigate risks and enhance safety measures for workers involved in the Hanford site operations, reflecting the broader commitment to safety standards within federal projects. The document is particularly relevant to government contracting and grants, emphasizing rigorous safety protocols in federal construction initiatives.
Mar 27, 2025, 5:05 PM UTC
The document pertains to the Hanford Mission Integration Solutions, outlining construction tasks or projects under a specific Statement of Work (SOW). It was last updated on February 22, 2021, and includes an Area of Potential Effect (APE) map that is likely intended to identify the geographical scope of impact related to the proposed construction activities. The primary purpose of this document is to detail the requirements and framework associated with specific construction initiatives related to the Hanford site, which has historical significance due to its role in the U.S. nuclear industry. This RFP is consistent with federal and state efforts to ensure compliance with regulations governing construction practices, environmental considerations, and potential effects on the surrounding areas. Ultimately, the document sets the stage for proposals that address both construction needs and environmental stewardship within regulated contexts.
Mar 27, 2025, 5:05 PM UTC
The document outlines a Design Change Notice (DCN) issued by Hanford Mission Integration Solutions regarding the relocation of the 400 Area Fire Station to the Eastern Plateau, designated as DCN-L888-0004. The notice confirms that subcontractors must adhere to the updated directives while being vigilant about submitting any requests for contract adjustments within the specified time frame outlined in the Subcontract Agreement, as late submissions will not be considered. Additionally, the document notes that formal cost and schedule impacts will be managed through subcontractors and contract specialists. Distribution of this notice includes various approvers and personnel involved in the project. Overall, this document serves to communicate essential changes in project execution and compliance requirements related to federal project management procedures, emphasizing the importance of timely communication and adherence to contractual obligations in government-funded activities.
Mar 27, 2025, 5:05 PM UTC
The document titled "DCN-L888-0004 Rev. 00" appears to be a part of a federal RFP, detailing various sections concerning grant applications and local/state requests for proposals dated January 31, 2025. Although the specific contents of each section are not provided, the repetition of Sara Calderon's name and the pagination suggest a structured format aimed at organizing diverse information within the overarching themes of federal grants and RFPs. This organization is likely intended to streamline communication between federal agencies and potential grantees, ensuring clarity in submission guidelines and requirements. The focus of the document is presumably on providing applicants with necessary protocols, eligibility criteria, and application procedures to secure funding or contract opportunities. Given the context of government fiscal management, this document is essential in fostering transparency and efficiency in public sector procurement processes, ultimately promoting accountability and effective use of taxpayer resources.
Mar 27, 2025, 5:05 PM UTC
The document is a compendium of numerous pages without specific substantive content presented within the visible excerpts, primarily showing sequential page references signed by Sara Calderon, all dated January 31, 2025. It appears to be part of a larger federal or state application process, possibly relating to Requests for Proposals (RFPs) or federal grants. However, without additional context or content details, it’s challenging to extract key ideas or supporting details from the provided pages. The repetitive structure suggests an ongoing, detailed administrative process, likely aimed at compliance or documentation for procurement or funding purposes. As a result, the essential functionalities of the document remain elusive, indicating a procedural framework rather than specific projects, terms, or funding priorities. This situation reflects a common characteristic in government files, where ample documentation serves to support potential proposals and grants but lacks highlights of significant thematic content in the referenced pages.
Mar 27, 2025, 5:05 PM UTC
The document consists of multiple pages with repeated entries indicating a revision dating from January 31, 2025, identified as DCN-L888-0004 Rev. 00. It appears to be part of a federal request for proposals (RFP) or grant application process. The repetitive nature of the content suggests it may include sections of a larger document related to government operations or project funding. However, the excerpt does not provide detailed information about the main topic, key ideas, or specific proposals, focusing instead on administrative details, such as page numbers and author attributions. The structure indicates a systematic record-keeping format typical in government documentation, ensuring clarity and traceability. In the context of government RFPs, this document likely serves as a procedural foundation for funding applications or project proposals, signaling ongoing updates and revisions in the process. Without further content, the purpose remains unclear, but it underscores the importance of meticulous documentation and clarity in federal and state grant procedures.
Mar 27, 2025, 5:05 PM UTC
The document outlines the engineering judgment and specifications for a firestop system related to the Hanford Fire Station project located in Hanford, Washington. It emphasizes fire protection strategies utilizing products from Hilti, Inc. that meet designated fire ratings—specifically a 2-hour F-rating. Critical details include construction assembly guidelines such as the use of non-fire-rated metal roof decking, steel beams, gypsum wall assemblies, and mineral wool safing to enhance fire resistance. The document references UL-tested systems and prescribes methods to ensure compliance with standards like ASTM E2837 and UL 263. Key points address installation processes, material specifications, and recommendations for achieving intended fire ratings. Overall, this document serves as a technical guide for contractors aiming to meet federal safety standards in fire-protection construction, aligning with government expectations for infrastructure projects.
Mar 27, 2025, 5:05 PM UTC
The document pertains to the USQ review process for the Eastern Plateau Fire Station Project L-888, referenced as DCN-L888-0004. This project aims to update the design of a newly relocated fire station, initially proposed for the 400 Area and now planned for the NE corner of Canton Ave and Route 4S. Email communications among key personnel, including David Trujillo and others, document discussions regarding safety evaluations concerning potential impacts on nuclear facilities operated by WRPS. Responses indicate that the project poses no significant risk to these facilities. Multiple reviews and recommendations are outlined for various technical aspects, including electrical drawings and fire safety evaluations, ensuring compliance with federal safety standards. Review deadlines are emphasized, and communication channels for inquiries are provided. This summary emphasizes the critical nature of safety evaluations in federal projects and outlines collaborative efforts to ensure that design considerations align with regulatory expectations. The overall objective is to facilitate a safe, compliant station that effectively serves its purpose without adverse effects on surrounding hazardous materials facilities.
Mar 27, 2025, 5:05 PM UTC
The E. Plateau Fire Station Project Manual provides comprehensive guidelines for constructing a fire station at the Hanford Site in Washington, under the oversight of the U.S. Department of Energy (DOE). This document outlines project specifications across various divisions, addressing general construction requirements, site conditions, and geotechnical recommendations for the foundation and structural integrity. Key highlights include site preparation, detailed earthwork and grading instructions, foundation configurations, and seismic design criteria. A thorough geotechnical investigation was conducted, revealing the site's soil characteristics and drainage capabilities. The report emphasizes the importance of following regulatory compliance, validating site soil conditions, and implementing effective drainage systems to prevent erosion. The project aligns with national standards to ensure safe and sustainable construction practices while maintaining the integrity of the surrounding environment. This comprehensive planning ensures the fire station meets operational needs while adhering to environmental management standards set by the DOE.
Mar 27, 2025, 5:05 PM UTC
The document, HMIS Engineering Package (EP No: ECR-24-001394), outlines modifications required to provide temporary power to construction trailers for project L-888 at 200E. It details the installation of a 50kVA single-phase transformer on a new pole for this purpose. The scope includes the addition of necessary equipment, such as a cutout, disconnect switches, and metering devices, alongside construction guidelines to ensure compliance with NFPA 70 and the National Electric Safety Code. Key requirements include maintaining a minimum distance between utility and customer equipment and ensuring all components are correctly labeled. Acceptance criteria involve inspections and testing to verify installation integrity and compliance with voltage specifications. Design verification confirms adherence to engineering standards, facilitating the project's operational readiness. This document serves as part of broader governmental efforts to manage infrastructure safely and effectively within legal and safety parameters.
Mar 27, 2025, 5:05 PM UTC
The HMIS Engineering Package ECR-25-000071 Rev 00 details the temporary power requirements for project L-888. It outlines necessary electrical modifications to support the construction trailer utility. Compliance with the National Electrical Code (NFPA 70) and relevant HMIS protocols is mandated, including proper labeling of new equipment and verification of safety through inspections. Acceptance criteria highlight the need for National Recognized Testing Laboratory approval for components and thorough testing for wiring integrity. The design verification confirms that all inputs and assumptions are adequately addressed, with no outstanding issues noted. The document includes approvals from key personnel, ensuring adherence to design standards and compliance. This package exemplifies structured planning for infrastructure improvements while prioritizing safety and regulatory alignment in federal project execution.
Mar 27, 2025, 5:05 PM UTC
The HMIS Engineering Package (EP No: ECR-25-000079 Rev 00) outlines the construction of a 12-inch PVC fire suppression loop and a non-fire 2-inch sanitary water service line near Canton Ave and Route 4 S, in support of project L-888. This addition is intended to provide fire safety solutions during the construction phase of the project, enhancing existing infrastructure designated under the INFRA-SW water system. The document enumerates various design documents, rejection of design review requirements, and outlines the approvals received from key personnel. Specific dependency on past project assessments by HFMO is noted, highlighting that no new changes are being proposed that warrant additional review. The package includes technical drawings related to the potable water system and confirms whether design verification is necessary. Overall, this engineering package prioritizes fire safety measures while ensuring compliance with existing project scopes, reflecting an organized approach to infrastructure safety in government projects.
Mar 27, 2025, 5:05 PM UTC
The HMIS Engineering Package ECR-25-000081 Rev 00 outlines the installation of High-Level Area Network (HLAN) infrastructure for a construction trailer associated with project L-888. The package encompasses the deployment of a Redline radio, alongside a network switch, CAT5e patch panel, and power distribution unit (PDU) within the trailer. The document specifies compliance with the National Electrical Code (NFPA 70), and all modifications to engineering drawings must adhere to established procedures for design and verification. Acceptance criteria include ensuring network connectivity through circuit #508-0338 post-installation, verified via inspection and testing. The document is organized into sections detailing project description, design requirements, acceptance methods, and engineering verification, with signatures from involved personnel indicating approvals. Overall, this engineering package serves as a formal request and justification for the physical modifications needed to ensure proper network infrastructure for the construction trailer, reinforcing the facility’s operational capabilities.
Mar 27, 2025, 5:05 PM UTC
The document outlines the long-lead procurement items for the E. Plateau Fire Station project, detailing major mechanical, electrical, architectural, and structural equipment necessary for construction. It specifies various equipment models, including VRF heat pumps, rooftop heat pump units, ventilation systems, water heaters, and compressor units, along with their respective lead times ranging from 4 weeks to 5 months. The mechanical equipment primarily comprises HVAC units, with MITSUBISHI and TRANE brands highlighted. Additionally, it lists significant electrical components like generators and transfer switches, with lead times of 20 to 50 weeks. Architectural requirements include high-speed overhead coiling doors, while the structural section focuses on steel components, with a lead time noted as 5 months. This document serves as a crucial planning guide for procurement timelines in compliance with federal and local regulations, emphasizing the importance of understanding lead times in project scheduling and execution.
Mar 27, 2025, 5:05 PM UTC
Mar 27, 2025, 5:05 PM UTC
The document pertains to a request for proposal (RFP) involving electrical lighting and controls for the Plateau Fire Station, as managed by Case Engineering in collaboration with TCA Architecture & Planning. It outlines the specifications for various electrical systems and highlights that all specified manufacturers may not be represented, indicating availability upon request. The document suggests a focus on compliance with technical standards for electrical installations while involving a selection of equipment types. It emphasizes the need for coordination with other project elements, indicating a structured approach to the overall construction and engineering framework. This context demonstrates the importance of adhering to governmental guidelines and meticulous planning inherent in federal and local RFP processes. Overall, the document exemplifies government procurement initiatives aimed at ensuring quality and functional integrity in supportive infrastructure projects.
The document outlines the transmission of various submission types related to an ongoing project, specifically mentioning the inclusion of drawings, specifications, and other materials aimed at obtaining approval. It catalogs various items categorized under a manufacturer named Greengate, with specific part identifiers such as CCI-C-V, ESP-C-010-Z1, and WST-C-3, among others. The submissions are intended for prior approval, resubmittal, and record-keeping, indicating that they play a crucial role in the approval process for bids or other related activities. The document suggests a structured review process for these submissions, reflecting typical practices in federal and local government RFPs and grants, where compliance with specifications and timely approvals are essential. Overall, it emphasizes the importance of thorough documentation and regulatory compliance in the context of government projects.
The document serves as a transmittal for a series of lighting product specifications, including various models from different manufacturers. It aims to provide prior approval, resubmittal for approval, or corrections concerning the submitted items, highlighting their compliance with project requirements. The document lists numerous products, categorizing them by type and manufacturer, allowing for easy identification and comparison. Each product entry includes model numbers and specific traits, such as compatibility and performance specifications, critical for decision-making in future RFPs or grants. The thorough detailing of lighting product specifications indicates a structured approach toward ensuring that chosen products meet necessary standards and project expectations. This document is essential for stakeholders involved in the bidding process, facilitating effective communication of project needs and adherence to regulatory compliance. Overall, it underscores the importance of precise documentation and approval processes in government-related procurement activities.
Mar 27, 2025, 5:05 PM UTC
The document pertains to the proposed specifications for packaged engine generators intended for the Eastern Plateau Fire Station, represented by TCA Architecture & Planning. It identifies specific manufacturers, notably the GENERAC SD600 model powered by an 18.1L Perkins engine, which meets Tier 2 emissions standards. Additionally, contact details for GENERAC Power Systems and West Coast Energy Systems LLC are provided for further inquiry. The document requests a comparative assessment of the specified generator against similar models and installations outlined in previous documentation. This structured approach is likely aimed at facilitating an informed decision for procurement under government RFPs, ensuring compliance with standards while satisfying the operational needs of the fire station. Overall, the document serves as a technical outline essential for evaluating prospective generator systems central to the fire station's operational infrastructure.
Mar 27, 2025, 5:05 PM UTC
The document is Addendum No. 1 for the L-888 E. Plateau Fire Station project overseen by the Department of Energy in Hanford, WA, dated March 4, 2025. It informs bidders of modifications, additions, and clarifications to the construction specifications necessary for the project. Key topics include changes to architectural specifications regarding woodwork and finishes, the incorporation of stainless steel components, modifications to plumbing fixture sections, and the addition of various toilet accessories. All changes emphasize ensuring compliance with contractual documents and reiterate the necessity of acknowledging the addendum in bids. The modifications are detailed across various construction sections, including interior woodwork, toilet accessories, and mechanical specifications, aimed at enhancing functionality and compliance with standards for sustainable federal buildings. Each specific alteration is intended to improve bidding accuracy and project execution, facilitating seamless communication and coordination among contractors, subcontractors, and supply chains involved in the project.
Mar 27, 2025, 5:05 PM UTC
The document outlines the Cost Summary Index (CSI) for the construction project at the Eastern Plateau Fire Station (L-888). It is structured into sections detailing general conditions, ground scans, and construction execution tasks. Each section specifies the components involved, such as management oversight, insurance, temporary facilities, mobilization, and execution activities. Key tasks include project supervision, scheduling, demobilization, material procurement, and pre-mobilization coordination. All sections currently contain placeholders for financial figures, indicating that costs and hours are yet to be determined. The primary purpose of this document is to establish a framework for evaluating the project's financial aspects in conjunction with government proposals and grants, ensuring adherence to best practices in project management and compliance. It emphasizes methodical planning, execution, and oversight crucial for successful project outcomes, highlighting a structured approach to tracking labor, materials, and equipment usage. The overall intent is to provide transparency and accountability in the use of federal resources for community infrastructure development.
Mar 27, 2025, 5:05 PM UTC
The document outlines the labor rate schedule for change orders related to the L-888 Eastern Plateau Fire Station, emphasizing a firm fixed price structure. Key points include comprehensive coverage for vacations, allowances for various employee benefits, and methodologies for calculating overhead and profit for work-related personnel charges. It details the all-inclusive rates based on specified working hours, incorporates travel pay specific to construction personnel, and dictates the processes for negotiating labor rates for individual roles, as well as overtime compensation expectations. The schedule mandates adherence to labor agreements in effect at the proposal closing date and prohibits payments for unlisted labor unless negotiated. This framework is essential for ensuring clear pricing and accountability in government-related contracts and subcontracts, adhering to federal regulations for construction projects.
Mar 27, 2025, 5:05 PM UTC
The Hanford Mission Integration Solutions, LLC (HMIS) issued a Request for Proposal (RFP) No. 379296 for the construction of the Eastern Plateau Fire Station (L-888) under its contract with the U.S. Department of Energy. Proposals are due by April 14, 2025, with a mandatory pre-proposal conference scheduled for March 4, 2025. The contract type is a Firm Fixed Price, with substantial completion expected by February 9, 2027. Proposals will be evaluated based on a best value approach, considering both technical qualifications and cost. Offerors must comply with various stipulations, including submitting a Small Business Subcontracting Plan if applicable, adhering to employment eligibility and substance abuse policies, and providing financial capability documentation. The RFP includes multiple exhibits detailing requirements for pricing, performance, past experience, and conflict of interest disclosures. HMIS stresses the importance of quality assurance, project management plans, and adherence to regulatory standards. Non-compliance or late submissions may lead to disqualification. Overall, this RFP reflects HMIS's commitment to a transparent procurement process while emphasizing the necessity of technical and financial qualifications in construction partnerships.
Mar 27, 2025, 5:05 PM UTC
The Addendum Number 004 for Solicitation Number 379296 from Hanford Mission Integration Solutions, LLC. (HMIS) amends RFP terms, primarily impacting pricing information and liquidated damages. The requirement for supporting price information is removed, and the penalties for late delivery are revised from $13,250 per day (capped at $410,750) to $900 per day without a cap. Additionally, the proposal deadline is extended to May 1, 2025. The addendum provides responses to several contractor inquiries regarding the project specifications. Notable details include the rejection of specific plumbing fixture substitutions, the necessity for a Washington State Plumbing Permit for work on the DOE site, and the contractor's responsibility for inspection readiness. Information is also shared regarding the involvement of a commissioning agent for building systems, clarifying responsibilities for equipment testing and associated costs. With key specifications outlined and additional attachments provided, HMIS emphasizes clear communication and adherence to standards throughout the procurement process, anticipating further questions to be addressed in subsequent addenda. This document serves as an essential update for contractors involved in the proposal process, ensuring compliance and clarity in project expectations.
The document outlines the Statement of Work (SOW) for the construction of a new fire station, designated L-888, at the Hanford Site, managed by Hanford Mission Integration Solutions (HMIS) for the U.S. Department of Energy. The primary goal is to create a facility that will provide continuous fire protection and emergency medical services. The SOW details multiple tasks such as premobilization, procurement of long-lead items, site preparation, construction of utilities and the building itself, commissioning, and final demobilization. It specifies the required qualifications for subcontractors, safety protocols, and compliance with various codes and standards throughout the construction phases. Environmental, safety, health, and quality requirements are emphasized, along with personnel training requirements. Furthermore, the document mandates strict adherence to safety measures, including hazard analysis and inspections. The comprehensive guidelines ensure that the project aligns with federal regulations while prioritizing safety and operational readiness, reflecting the overarching mission of the DOE to mitigate risks at the Hanford Site effectively.
The Hanford Mission Integration Solutions Provisions document outlines the General Provisions for Fixed-Price Subcontracts, detailing obligations between the Buyer (Hanford Mission Integration Solutions, LLC) and the Subcontractor. It establishes the terms governing definitions, safety standards, work conditions, inspections, payments, changes, and termination clauses. Key provisions address the quality control processes, progress reporting, work stoppage situations, and protocols for handling suspect/counterfeit items. The document emphasizes compliance with federal regulations, requiring Subcontractors to ensure safety, maintain quality standards, and safeguard confidential information. The provisions also mandate notifications for significant changes in subcontractor efforts and uphold accountability for costs associated with delays or defaults. Overall, the document serves as a comprehensive guide for subcontractors engaged in federal contracts, ensuring proper execution aligned with government regulations and safety measures essential on sites like Hanford.
The Hanford Mission Integration Solutions Provision outlines special provisions specific to construction subcontracts as of December 4, 2023. The document emphasizes the definitions, general guidelines, and requirements regarding payments, including bonding and tax responsibilities. Key sections address working conditions, safety protocols, and regulatory compliance for operations at the Hanford site in Washington. Specific approvals are mandated for activities involving equipment movement, utility outages, and the handling of potentially hazardous materials. The agreement also incorporates labor relations protocols, ensuring fair treatment of employees, compliance with the Davis-Bacon Act, and the safeguarding of tribal rights. Key directives focus on the protection of government property, reporting nonconforming items, and the integration of environment, safety, and health considerations in all work processes. The provisions reflect a commitment to uphold safety standards and environmental regulations throughout construction activities, underscoring the importance of rigorous planning and execution to mitigate risks at the Hanford Site.
The Hanford Mission Integration Solutions Provisions outline specific requirements for subcontractors providing on-site services at the Hanford Site. The document emphasizes safety, environmental protection, and compliance with regulatory standards. Key provisions include a focus on worker safety guided by an established Worker Safety and Health Program, mandatory notifications for hazardous shipments, and strict protection measures for materials and existing vegetation. Additionally, subcontractors are required to follow protocols for labor harmony, confidentiality of sensitive information, security personnel qualifications, and insurance coverages. The document also stipulates responsibilities regarding hazardous materials and waste management, highlighting the need for compliance with federal and state regulations. In essence, these provisions ensure that subcontractors maintain high safety and operational standards, thereby supporting the overall mission of effective site management and protection of human health and the environment.
The document is a Wage Determination issued by SAM.gov for construction projects at the Department of Energy's Hanford Site in Benton and Franklin Counties, Washington. It outlines minimum wage rates for various construction classifications under the Davis-Bacon Act, including building, heavy, and highway construction. Key provisions require contractors to pay covered workers a minimum hourly wage based on contract initiation dates and relevant Executive Orders. For contracts started or renewed after January 30, 2022, the minimum wage is set at $17.20 per hour. Prior contracts, awarded between 2015 and 2022, must comply with a lower minimum of $12.90 per hour. The document details specific wage rates, fringe benefits for numerous trades, and worker classifications—including asbestos workers, electricians, and laborers, among others. It emphasizes the requirement for contractors to comply with worker protections, such as paid sick leave as stipulated in Executive Order 13706. Information about the appeals process for the wage determination is also provided, outlining steps for challenging decisions related to wage rates. Overall, this document ensures compliance with federal wage standards in government-funded construction projects, reflecting a commitment to fair labor practices.
Mar 27, 2025, 5:05 PM UTC
The document is an addendum to Solicitation Number 379296 from Hanford Mission Integration Solutions, LLC (HMIS), providing essential updates for a pre-proposal conference and associated site visit. It specifies that participants must request temporary badges by contacting Procurement Specialist Jonathan Valenzuela via email by 12:00 PM on February 27, 2025, including attendee names and dates of birth. Only U.S. citizens can obtain these badges, with valid identification required for pickup. The addendum emphasizes that all inquiries should be directed to Valenzuela and notes that proposals must conform to outlined terms or face potential rejection. The communication indicates HMIS's anticipation of responsive proposals, reinforcing standard procedures within government Requests for Proposals (RFPs), which prioritize compliance and security in procurement processes.
Hanford Mission Integration Solutions, LLC (HMIS) has issued Addendum Number 002 to Solicitation No. 379296, updating the pre-proposal conference location to Building 2101M at 10:00 AM. The addendum addresses two key questions related to the solicitation. The first question concerns the requirement for a Project Management Professional (PMP) certification for the Construction Project Manager position. HMIS clarified that all personnel requirements must be satisfied by the award date, ruling out the possibility of submitting an unlicensed project manager with intentions of obtaining certification afterward. The second question pertains to Exhibit 004, which requests up to five references from similar projects completed in the last five years. HMIS confirmed that references do not need to be exclusive to building construction, allowing for consideration of similar projects based on size and budget. The addendum emphasizes that proposals must comply with the outlined terms and conditions, and deviations may result in rejection. Interested parties are instructed to direct their inquiries to the procurement specialist, Jonathan Valenzuela.
Mar 27, 2025, 5:05 PM UTC
The document is an addendum to Solicitation No. 379296 issued by Hanford Mission Integration Solutions, LLC (HMIS), which outlines amendments for an ongoing project evaluation and procurement process. The key update specifies that proposals will be assessed based on "best value," prioritizing technical criteria significantly higher than cost considerations. Evaluation factors include key personnel, project approach (including quality assurance), and past performance. The addendum also addresses several contractor inquiries, reaffirming specifications for generator models, disposal procedures for construction materials, approved locations for construction water, and work hours around traffic concerns. Additionally, it confirms the necessity of adhering to NFPA 111 standards for an uninterruptible power supply (UPS) for backup equipment. Attachments include a pre-proposal conference attendance roster, along with design and control submissions that further clarify project details. Overall, the document aims to ensure clarity and transparency in the procurement process as HMIS seeks to engage contractors for the project effectively.
The Hanford Mission Integration Solutions, LLC (HMIS) has issued Addendum Number 003 Rev 01 to Solicitation Number 379296, providing clarifications and updates to the proposal evaluation criteria and responses to contractor inquiries. The basis for award has been refined to emphasize that both cost and technical factors will be evaluated, with technical criteria rated significantly higher. Key areas for evaluation include key personnel, project approach, and past performance. The addendum includes a sign-in roster from the pre-proposal conference and responses to contractor questions regarding material disposal, construction water sourcing, and hours of operation for construction activities. Notably, substitutions for specified equipment were rejected, and environmental disposal conditions were clarified. The document aims to address concerns and ensure compliance in project execution within federal guidelines, underscoring HMIS's commitment to transparency and stakeholder communication during the procurement process. It consolidates essential project information while streamlining proposal submissions for contractors interested in engaging with the solicitation.
Lifecycle
Title
Type
Similar Opportunities
Repair Fire Suppression Systems, Hangars 3 and 4 on McChord Field, Joint Base Lewis-McChord (JBLM), WA.
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking contractors for a construction project to repair fire suppression systems in Hangars 3 and 4 at McChord Field, Joint Base Lewis-McChord (JBLM), Washington. The project involves replacing the existing high expansion foam system with an automatic sprinkler system, upgrading fire alarm systems, and addressing asbestos remediation, along with repairs to the Fire Pump House and waterlines. This initiative is crucial for maintaining safety and operational standards at military facilities, with an estimated project cost between $10 million and $25 million. Interested firms must submit a capabilities package by April 25, 2025, and should contact Christopher Baroldy at christopher.l.baroldy@usace.army.mil for further information.
R--Hanford Mission Essential Services Contract (HMESC)
Buyer not available
Special Notice: R--Hanford Mission Essential Services Contract (HMESC) The Department of Energy (DOE) is seeking input from industry for the Hanford Mission Essential Services Contract (HMESC) procurement. The DOE is exploring alternative approaches to determine potential efficiencies for offerors in preparing proposals for this contract and future procurements. The DOE is specifically requesting objective input on two cost models, including the cost model in the Draft Request for Proposal (RFP) and an Alternate Cost Model. Offerors are encouraged to provide favorable comments, recommended changes, and non-favorable comments on both cost models by January 19, 2018. The DOE will analyze industry input and take it into consideration for the final RFP.
Sole Source Solicitation for Technical and Programmatic Support Services
Buyer not available
The Department of Energy (DOE) is seeking a qualified contractor to provide technical and programmatic support services for the Waste Treatment Project (WTP) at the Hanford Field Office in Richland, Washington. The contract, which is a sole source solicitation set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to deliver expert advice and solutions to ensure the efficient and safe commissioning of the WTP, with a focus on oversight and performance improvement. The awarded contract will have a ceiling of $343,794.00 for a one-year base period, requiring a full-time equivalent (FTE) of 1200 hours, and interested parties can contact Susan Hiller at susan.hiller@hanford.gov or (509) 376-4484 for further details.
Amendment 0008 to Request for Proposal W912DW25R0017 Aircraft Paint Shop
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of an Aircraft Paint Shop at Joint Base Lewis-McChord in Washington, with a focus on expanding an existing facility by 5,964 square feet. This project requires adherence to specific brand name or equal specifications for the Monaco Fire Alarm Radio Building Transceiver, which is essential for effective communication within the existing fire alarm reporting framework, ensuring compliance with Department of Defense standards and sustainability requirements. The estimated project cost is approximately $7.9 million, with a construction timeline of 540 calendar days, and proposals are due by April 17, 2025, at 2:00 PM PDT. Interested bidders can contact Russell Armstrong at russell.j.armstrong@usace.army.mil or Susan Newby at susan.f.newby@usace.army.mil for further information.
Construct Fire Base - Youngstown ARS, OH
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the construction of a new Base Fire Station at Youngstown Air Reserve Station in Vienna, Ohio. This Design-Bid-Build project involves the construction of a 24,500 square-foot facility, which will include essential features such as drive-through bays for firefighting vehicles, dormitory space for personnel, and necessary support infrastructure, alongside the demolition of the existing fire station. The project is critical for enhancing firefighting capabilities at military installations and ensuring compliance with federal safety and operational standards. Interested contractors must register in the System for Award Management (SAM) and submit their proposals electronically by April 29, 2025, with a site visit scheduled for April 10, 2025. For further inquiries, bidders can contact Karla Wright at KARLA.B.WRIGHT@USACE.ARMY.MIL or Meranda Booth at meranda.r.booth@usace.army.mil.
Northwest Division Powerhouse Life Safety Upgrades Phase 1
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Walla Walla District, is seeking interested contractors for the "Northwest Division Powerhouse Life Safety Upgrades Phase 1" project. This opportunity involves a Construction Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple-Award Task Order Contract (MATOC) aimed at renovating and upgrading life-safety systems at hydroelectric powerhouses across various locations in the Pacific Northwest, including Washington, Oregon, and Idaho. The total procurement value is anticipated to be $99 million, with the intent to award up to four contracts, each featuring a three-year base period and two optional two-year extensions. Interested firms must submit their responses by April 25, 2025, to Chandra D. Crow at chandra.d.crow@usace.army.mil, including a capability statement and relevant project experience.
Z--MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under solicitation number 140P2025R0015. The project involves significant construction activities, including the installation of a dry-pipe fire suppression system, the construction of a new maintenance building, and the drilling of a potable water supply well, with an estimated construction cost ranging from $1,000,000 to $5,000,000. This initiative is crucial for enhancing the operational integrity of national historic sites while ensuring compliance with safety and environmental standards. Interested small businesses must submit their proposals by April 28, 2025, at 12:00 PM MDT, and can direct inquiries to Gabriel Castellanos at gabrielcastellanos@nps.gov or by phone at 303-969-2118.
OLYM - HEART O HILLS LOOP B ABATEMENT and DEMOLITI
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting proposals for the abatement of hazardous materials and demolition of the Heart O' the Hills B Loop Comfort Station in Olympic National Park, Washington. The project entails the complete removal of asbestos, lead, mold, and other hazardous materials, followed by proper disposal at authorized locations outside the park, emphasizing environmental safety and compliance. This Total Small Business Set-Aside opportunity is crucial for ensuring public health and safety within park facilities, with a site visit scheduled for April 22, 2025, and proposals due by May 2, 2025. Interested contractors can reach out to Mickey Chisolm at mickeychisolm@nps.gov or call 360-565-3025 for further information.
Y1DA--663A4-22-202 AMLK Install Sprinkler and Water Main Connection to Building 16
Buyer not available
The Department of Veterans Affairs is seeking a qualified general contractor to install a fire suppression system and water main connection at Building 16 of the American Lake VA Medical Center in Lakewood, WA. The project involves the installation of both wet and dry fire suppression systems, including necessary plumbing modifications, asbestos and lead paint abatement, and compliance with safety and environmental regulations. This initiative is crucial for enhancing the safety infrastructure of the medical facility, covering approximately 6,000 square feet, with an estimated contract value between $500,000 and $1,000,000. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must register with the System for Award Management (SAM) and submit proposals by April 27, 2025, prior to the anticipated RFP posting on April 28, 2025. For further inquiries, contact Contract Officer Stephen Slaby at stephen.slaby@va.gov.
Design and Construction of the NC3 Acquisition Management Facility
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers New England District, is preparing to issue a Request for Proposal (RFP) for the design and construction of the NC3 Acquisition Management Facility at Hanscom Air Force Base in Massachusetts. This project involves a two-step Best Value/Trade-off (BVTO) procurement process, with a scope that includes the construction of a new Logistics Readiness Squadron Warehouse, demolition of existing buildings, and the establishment of secure and unsecure areas within the new facility, which will support sensitive compartmented information operations. The estimated cost for this project ranges from $25 million to $100 million, with the solicitation expected to be released in April 2025 and contract awards anticipated in the summer of 2026. Interested parties can direct inquiries to Heather Skorik at heather.m.skorik@usace.army.mil or by phone at 978-318-8040.