B212 and LS212 D&D Planning Sources Sought
ID: B667987Type: Sources Sought
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFLLNS – DOE CONTRACTORLivermore, CA, 94551, USA

NAICS

Remediation Services (562910)
Timeline
    Description

    The Department of Energy, through Lawrence Livermore National Laboratory (LLNL), is seeking qualified contractors for the B212 and LS212 demolition and decontamination (D&D) planning project located in Livermore, California. The objective of this procurement is to engage contractors with relevant experience to safely remove hazardous materials, demolish existing structures, and prepare the site for future use, ensuring compliance with safety and environmental regulations. Interested contractors must submit a comprehensive prequalification application, including documentation of prior relevant projects, safety records, insurance certificates, and a capability statement, with a submission deadline of March 13, 2025. For further inquiries, interested parties can contact Nicholas Michlig at michlig1@llnl.gov or by phone at 925-423-9646.

    Point(s) of Contact
    Files
    Title
    Posted
    Lawrence Livermore National Laboratory (LLNL) is soliciting prequalification applications for contractors to execute demolition and decontamination work at the B212 and LS212 sites in Livermore, California. The objective is to remove hazardous materials, demolish structures, and prepare the area for future use. Interested contractors must possess relevant experience in projects of similar scope and magnitude in federal settings. To qualify, contractors must submit documentation including a contractor license, insurance certificates, safety records, and examples of prior relevant projects. Insurance requirements are stringent, necessitating substantial coverage for liability, workers' compensation, and pollution events. The submission deadline is March 13, 2025, with detailed requirements clearly outlined. Additionally, contractors must provide a capability statement and confirm staff qualifications, including E-Verify enrollment to ensure they can adequately staff projects with U.S. citizens. The evaluation process will assess the provided materials to determine qualifications for the successful execution of the required tasks. This RFP emphasizes the importance of safety, regulatory compliance, and environmental protection in the D&D work.
    The E-Verify Tips document serves as a guidance guide for members on how to manage their E-Verify accounts. It outlines the steps to ensure a company’s designation as a Federal Contractor is correctly reflected in the system. Members are instructed to log in, edit their company profile, and check for the "Organization designation." If the designation is missing, they are to update it by navigating through specific options to add the FAR-E agreement. The document also notes a known issue with the system regarding legacy clients, particularly those with a five-digit Company ID who may experience data migration problems due to a recent system update. In such instances, customer service is available to manually rectify issues. The overall tone emphasizes the importance of perseverance and patience in navigating potential difficulties, while also acknowledging the helpfulness of customer service agents experiencing similar challenges. This information is relevant for organizations involved in federal contracts and compliance with employment verification processes, thereby linking it to broader initiatives under government RFPs and grants.
    The prequalification document checklist for contractors interested in working with LLNL outlines the necessary requirements and supporting documentation for the pre-qualification process. Key elements include providing a company legal name, address, primary contact details, contractor license information, and corporate data such as a DUNS number and employment statistics. Essential submissions focus on safety and compliance, requiring a completed safety questionnaire, detailed OSHA logs for the past seven years, documentation of the corporate safety plan, and information on insurance requirements. Contractors must also present their experience through references of federal projects completed in the last three years, including project values and contact information. Additionally, a capability statement is required, unless otherwise noted. The structure of the document is methodical, guiding contractors through each section with checkboxes to ensure all factors are addressed. This checklist aims to ensure that contractors meet necessary safety, bonding, and experience standards, crucial for participating in government RFP opportunities.
    The document outlines the Representations and Certifications required by Lawrence Livermore National Laboratory (LLNL) for Offerors submitting proposals. It serves as a compliance checklist for bidders, detailing various certifications including affiliations, lobbying activities, child labor practices, debarment status, and affirmative action compliance. The Offeror must provide accurate company information, including their business type and size, and certify adherence to federal regulations such as the Buy American Act. The document also incorporates specific provisions regarding previous contracts, veterans’ employment reporting, and compliance with telecommunications and video surveillance restrictions. Additionally, Appendix A focuses on Small Business Program Representations, requiring Offerors to specify their business classifications and any special statuses like small disadvantaged or women-owned businesses. These representations are critical for LLNL to ensure responsible contracting practices and adherence to federal standards, ultimately facilitating fair competition and promoting small business involvement in federal procurements.
    The Subcontractor Safety Prequalification Questionnaire is a mandatory form for subcontractors seeking qualification to work with LLNS. It requires comprehensive safety-related information including details from the company's OSHA 300 logs, which track injuries and illnesses over the past seven years, and metrics such as fatalities, incident rates, and hours worked. Subcontractors must also disclose their workers’ compensation experience modification rates and details about any OSHA citations received in the past five years, along with corrective actions taken. Additional questions assess the company’s safety programs, training implementations, orientation processes for new hires, and accident investigation procedures. The document emphasizes the necessity of maintaining a written safety program, conducting regular field inspections, and adhering to state and federal safety laws. Required attachments include the OSHA Form 300A and letters certifying the company's EMRs. This questionnaire is a critical step in ensuring that subcontractors meet safety standards necessary for participation in LLNS projects, reinforcing the government’s commitment to workplace safety and regulatory compliance.
    The Supplier Quality Program Survey is a critical document utilized for assessing supplier quality management systems in alignment with federal and state procurement standards, particularly for the Department of Energy (DOE) and National Nuclear Security Administration (NNSA). The document gathers essential supplier information, including business locations and quality certifications like AS9100D and ISO 9001:2015. It features a series of yes/no questions regarding the existence of independent quality roles, document controls, nonconforming item processes, counterfeit item prevention, personnel qualifications, and supplier evaluation protocols. The survey requires documentation showing compliance or registration with specified quality standards and a thorough assessment of quality assurance practices. Additionally, it addresses inspection types performed at the facility, such as incoming, in-process, final, and audit inspections. Responses inform the DOE/NNSA and relevant subcontractors about supplier capabilities, ensuring they meet quality obligations and have established processes for addressing issues like rejected products and supplier approval. Overall, the document underscores the importance of thorough supplier evaluation in government procurement processes for maintaining high-quality standards across federal contracts.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Fermilab LBNF NSCF Construction - Near Detector Complex RFP
    Buyer not available
    The Department of Energy, through the Fermi Research Alliance (FRA), is seeking a qualified subcontractor for the construction of the Near Detector Complex as part of the Long-Baseline Neutrino Facility (LBNF) project at Fermilab in Batavia, Illinois. The procurement involves comprehensive construction services, including the development of a service building, excavation of shafts, and site improvements necessary to support the Deep Underground Neutrino Experiment (DUNE). This project is critical for advancing neutrino research and requires adherence to strict safety and environmental standards, as well as compliance with federal regulations such as the Buy American Act. Proposals are due by March 19, 2025, and interested parties should direct inquiries to Brian Quinn at bquinn@fnal.gov or Craig Schmitz at schmitzc@fnal.gov.
    Fermilab LBNF NSCF Construction - Beamline Complex RFP
    Buyer not available
    The Department of Energy, through the Fermi Research Alliance, LLC, is soliciting proposals for the construction of the Long-Baseline Neutrino Facility (LBNF) Near Site Conventional Facilities Beamline Complex in Batavia, Illinois. This project aims to establish critical infrastructure for advanced neutrino research, requiring comprehensive construction services including site preparation, structural work, and utility installation. The selected contractor will be responsible for adhering to stringent federal safety and quality standards, with an initial funding amount of up to $12 million, and additional funding anticipated in subsequent years. Proposals are due by September 23, 2024, and interested parties should direct inquiries to Craig Schmitz at schmitzc@fnal.gov or Sharlene Horton at shorton@fnal.gov.
    Temporary Power MLCs
    Buyer not available
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the procurement of two units of 4850 Level Temp Power Mine Load Centers (MLCs) to support the Long-Baseline Neutrino Facility (LBNF) / Deep Underground Neutrino Experiment (DUNE) project. The MLCs are critical for providing and distributing temporary power during the construction of the facility, ensuring compliance with safety codes and quality control standards throughout the procurement process. Proposals are due by March 3, 2025, and must include completed forms verifying compliance with federal regulations, including the SARC and PUR-466 certifications. Interested suppliers should contact Spencer Keske at skeske@fnal.gov for further details regarding the submission process and requirements.
    Defense Supply Center Richmond - Building 19 Partial Demolition
    Buyer not available
    The Defense Logistics Agency, under the Department of Defense, is soliciting bids for the partial demolition of Building 19 at the Defense Supply Center Richmond in Virginia. This project, set aside for small businesses, involves the careful demolition of the existing structure while preserving utilities servicing a credit union and converting the area into greenspace, adhering to strict safety and environmental regulations. The estimated contract value ranges between $1 million and $5 million, with a performance period of 365 days following the Notice to Proceed. Interested contractors must submit their bids by March 12, 2025, and can contact Brandon Jump at brandon.jump@dla.mil or 804-279-4512 for further information.
    Z--LAB DECOMMISSIONING-CMWSC ROLLA, MO
    Buyer not available
    The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking qualified contractors for laboratory decommissioning services at its facility in Rolla, Missouri. The procurement involves comprehensive cleaning and hazardous waste disposal, ensuring compliance with federal, state, and local regulations while removing USGS-owned equipment and addressing areas previously storing hazardous materials. This project is critical for maintaining safe working conditions and regulatory compliance in laboratory environments, with a performance period commencing on February 21, 2025, and a completion deadline of July 31, 2025. Interested vendors should direct inquiries to Donald Downey at ddowney@usgs.gov or call 303-236-9331, and must acknowledge receipt of amendments to the solicitation to avoid rejection of their offers.
    SLAC CUIR Subproject 2 – Critical Civil Utilities Replacement and Upgrades Engineering Design Services
    Buyer not available
    The Department of Energy is seeking qualified engineering design firms to provide critical civil utilities replacement and upgrades engineering design services for the SLAC National Accelerator Laboratory located in Menlo Park, California. The primary objective of this procurement is to address aging civil utility systems, specifically focusing on stormwater, domestic/fire water, and sanitary sewer systems, which require comprehensive design services to ensure operational safety and compliance with federal standards. This initiative is crucial for maintaining the laboratory's infrastructure and enhancing its operational efficiency, with a project timeline extending from May 2025 to September 2026, and an estimated budget of approximately $35 million. Interested parties should direct inquiries to Quyen Weng at quyen@slac.stanford.edu, with proposals due by the specified deadline in 2025.
    Sierra-Bridgeport Hazardous Waste Removal and Disposal
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking qualified contractors for the Sierra-Bridgeport Hazardous Waste Removal and Disposal project in Bridgeport, California. This procurement involves the removal, transportation, and disposal of various hazardous and non-hazardous materials from military installations, emphasizing compliance with environmental regulations and safety standards throughout the process. The contract will operate under a firm-fixed price structure with a base period of 30 months and an option for an additional 30 months, reflecting the government's commitment to responsible waste management practices. Interested parties should contact James Mayotte at james.mayotte@dla.mil or 269-961-4450 for further details, and proposals must be submitted electronically within the specified 90-day submission period.
    Y1DB--605-357 Construct Radiation Oncology Building Loma Linda CA - Design Build (VA-25-00018779)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the design and construction of a new Radiation Oncology Building at the Jerry L. Pettis Memorial Veterans' Hospital in Loma Linda, California. This project will utilize a Design-Build approach and requires comprehensive Architect and Engineering services, along with construction capabilities, to create a facility equipped with essential medical equipment such as linear accelerators and CT simulators. The estimated contract value is between $20 million and $50 million, with the project set to be advertised in May 2025 and responses due by February 28, 2025. Interested parties should submit a capabilities statement detailing relevant experience and qualifications to the primary contact, Contract Specialist Bailey Donato, at bailey.donato@va.gov or by phone at 216-447-8300.
    F999--Sources Sought Notice - Hazardous Waste Removal 5 Year Contract Opportunity - VA Loma Linda Healthcare System
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for a five-year hazardous waste removal service at the VA Loma Linda Healthcare System, as outlined in the Sources Sought Notice (Solicitation Number: 36C26225Q0486). Contractors must demonstrate expertise in hazardous waste management, including compliance with federal and state regulations, and are responsible for the collection, transportation, treatment, and disposal of specified waste types. This procurement is crucial for ensuring the safe and responsible management of hazardous materials in healthcare operations, adhering to health, safety, and environmental standards. Interested parties can contact Contracting Specialist Koby Thiel at Koby.Thiel@va.gov or (520)-792-1450 Ext 1-6273 for further details.
    Nolin River Lake Office Demolition
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District in Louisville, is soliciting bids for the demolition of the Nolin River Lake Office and an adjacent storage building in Bee Spring, Kentucky. The project includes essential tasks such as asbestos removal and site grading, with an estimated construction cost ranging from $100,000 to $250,000, and is exclusively set aside for small businesses under NAICS code 238910. Contractors are required to begin work within 14 days of receiving a notice to proceed and complete the project within 90 days, adhering to safety and environmental regulations throughout the process. Interested bidders must submit their quotes by March 7, 2025, and are encouraged to attend a site visit on February 26, 2025, at 10 a.m. central time, with further inquiries directed to Amber Drones at amber.l.drones@usace.army.mil or John Butts at john.c.butts@usace.army.mil.