Nevada Bids > Bid Detail

U1a Access

Agency:
Level of Government: Federal
Category:
  • 38 - Construction, Mining, Excavating, and Highway Mainenance Equipment
Opps ID: NBD00159749087759522
Posted Date: Dec 5, 2023
Due Date: Nov 7, 2023
Source: https://sam.gov/opp/076575e532...
Follow
U1a Access
Active
Contract Opportunity
Notice ID
001-NR-24
Related Notice
Department/Ind. Agency
ENERGY, DEPARTMENT OF
Sub-tier
ENERGY, DEPARTMENT OF
Office
MSTS – DOE CONTRACTOR
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Dec 05, 2023 10:29 am PST
  • Original Published Date: Oct 17, 2023 12:34 pm PDT
  • Updated Response Date: Nov 07, 2023 02:00 pm PST
  • Original Response Date: Nov 07, 2024 02:00 pm PST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Nov 22, 2023
  • Original Inactive Date: Nov 22, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 3820 - MINING, ROCK DRILLING, EARTH BORING, AND RELATED EQUIPMENT
  • NAICS Code:
    • 238910 - Site Preparation Contractors
  • Place of Performance:
    North Las Vegas , NV 89030
    USA
Description

BACKGROUND



1.1. The Nevada National Security Site (NNSS) is a U.S. Department of Energy (DOE) installation, operated by Mission Support and Test Services (MSTS, referred to from here forward as CONTRACTOR), comprising approximately 3,561 square kilometers (1,375 square miles) of federally owned land located in southeastern Nye County, Nevada. It is located approximately 105 kilometers (65 miles) northwest of Las Vegas, Nevada, and is accessed from U.S. Highway 95, which roughly forms the southern boundary of the site.





1.2. At the NNSS, the U1a Complex is a Hazard Category 2 Facility located another 23 miles from the entrance of the NNSS and consists of a surface complex and underground facility that is located approximately 1,000 feet below surface.





REQUIREMENT



2.1. Project Overview. The CONTRACTOR is investigating subcontracting construction of a new access shaft and hoist project at the U1a Complex for ingress and egress to the underground facility in support of personnel, equipment, and muck transport to a



specialized firm (referred to from here forward as SUBCONTRACTOR).



SUBCONTRACTOR employees must be able to provide proof of U.S. citizenship.



This project is considered a DOE capital asset project subject to, at a minimum, the



principles of DOE Order 413.3B.





Any potential project would not be expected to be designed prior to fiscal year (FY) 25.





2.2. The new access shaft and hoist will meet the following requirements:



Access Shaft



The U1a Complex is located approximately 1,000 feet below the surface complex.



The access shaft will connect nominally 100 feet off an existing drift, so some mining may be required.



Will include (at minimum) a permanent hoist, headframe, shaft steel, guides, and hoist house.



Shaft lining shall be either steel or precast concrete.



New shaft must accommodate dedicated utility space for future ventilation, utilities, and other infrastructure equivalent to 4-foot diameter shaft. Utilities are not included in this scope, only dedicated space in shaft.



Must support facility mining operations with hoist equipped skip (enables “muck” to be transported to the surface) or similar feature.



Topside and bottom side features to support safe and effective access, use, and maintenance of the access shaft and hoist for personnel, equipment, mining support, and other potential uses.



Hoist System



Must support a minimum load of 36,000 lbs. and be qualified under an American Society for Mechanical Engineers Nuclear Quality Assurance (NQA-1) Certification equivalent quality program, (e.g., commercial grade dedication process, QG2).



Must be compliant with DOE-STD-1195.



Must provide a means for reliable underground ingress and egress to support a shift change of at least 100 workers to exit and enter within a 30-minute time window.



Cage dimensions must be designed to accommodate a payload of at least 8 feet wide x 8 feet deep x 10 feet high to accommodate underground ingress and egress of current and future experimental equipment in support of CONTRACTOR programs.



Must have independent backup power (for example, generator backup) to ensure ability to egress underground staff during loss of site delivered/distributed line power.



2.3. The SUBCONTRACTOR shall design the shaft and supporting equipment, construct the shaft, and install equipment.



2.3.1. Design the Shaft and Supporting Equipment. The SUBCONTRACTOR will design the new access for the U1a Complex to meet the Requirements, listed in section 2.2 above. CONTRACTOR will provide a concept design that the SUBCONTRACTOR may consider. Design shall be accomplished by or under the direction of, and stamped by, a qualified Professional Engineer registered in the State of Nevada. The SUBCONTRACTOR will conduct any pre-design investigations to provide design documents that include basis of design, design drawings, and design specifications, reports, and submittal register.



2.3.2. Construct the Shaft. The SUBCONTRACTOR will provide the full range of civil, structural, geologic, mechanical, and electrical work to construct the new access for the U1a Complex in accordance with design specifications and drawings. The



SUBCONTRACTOR will be required to comply with statutory construction wage rate determinations.



2.3.3. Install Equipment. SUBCONTRACTOR will provide the labor, equipment, materials, delivery, and testing to install equipment as designed. Installation services include:



• Factory acceptance tests



• Installation



• Functional and operational testing (Site Acceptance Testing)



• Commissioning



• Operations and maintenance training to CONTRACTOR designated personnel



2.3.4. Quality. SUBCONTRACTOR’S design must follow and be compliant with DOE-STD-1195. Additionally, the design, fabrication, installation and services for the new hoist shall either;



• Have an auditable quality assurance program that is comparable to stringent consensus quality standards and can be shown to exceed ISO 9001 requirements in design, procurement, fabrication, inspection, and software quality assurance areas, or



• Be prepared to accept and support significant CONTRACTOR oversight and independent checks in these areas.





CAPABILITIES QUESTIONNAIRE



Please respond to the following questions to assist the CONTRACTOR in determining the availability of sources capable of meeting the requirement, gain an understanding of possible approaches to execute the work, and an understanding the estimated value of the project.



1. Company information:



• Name of company, point of contact name, phone number, and email address. Indicate whether your firm is a U.S. firm or a foreign firm.



• CAGE Code, DUNS number, or a copy of your Representation and Certification in SAM.gov.



• Company size and socio-economic status (e.g., small business, service-disabled veteran owned small business)



• Firm's Bonding Capacity - single and aggregate capability.



2. If you have performed similar work on a US Government project, identify the contract type (e.g., design-build, design-bid-build), the pricing strategy used (e.g., Firm-Fixed-Price), and what the work was. If you have experience with multiple projects, provide the information for up to three projects.



3. In the event the CONTRACTOR decides to employ a design-build strategy, does your company have existing relationships or the ability to obtain that will enable you to respond? Does your firm have any suggestions or concerns the CONTRACTOR should consider if a design-bid-build strategy is determined where a construction firm is expected to execute a design that is already finalized?



4. During the construction and equipment installation, what site utilities and services would be required? If CONTRACTOR has services (e.g., fuel, batch plant, etc.) available at the NNSS site, explain what services would be beneficial and how they would positively affect the project.



5. What system requirements and interface specification would be needed?



6. What is the approximate duration of design and execution?



7. What is the typical delivery schedule for these types of shaft hoists?



8. Are any significant components available or designed and ready to manufacture that can expedite project schedule? What impact would such items have on the project?



9. What components and materials can be identified as requiring early procurement (e.g., site prep, hoist mechanics and equipment, structural steel and piping/conduit, electrical panels)?



10. Describe up to three projects that demonstrate your experience in designing or constructing similar projects.



11. Based on the information available, please provide a Rough Order of Magnitude (ROM) estimate for this project. Define any assumptions you made in developing your ROM.



12. What technical investigations would you require during the proposal preparation period to improve the quality of your proposal?





INSTRUCTIONS



The purpose of this notice is to perform SOURCES SOUGHT/MARKET RESEARCH. This is NOT a solicitation. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract.



RESPONSES REQUESTED FROM ALL INTERESTED FIRMS.



This is for market research to determine if there are any vendors, regardless of business size, that can support CONTRACTOR in providing a new access to the underground of the U1a Complex. We are also soliciting industry input for the acquisition strategy. There is no Request for Proposal document at this time.



If your firm is interested in this opportunity but do not possess the capabilities or capacity to perform the full scope as currently defined, are there specific requirements that preclude your participation that you’d like to identify for our consideration? Please be as specific as possible.



If we find a requirement is either unclear or potentially overly restrictive, this is the time during the process for those requirements to be clarified and/or revised.



Firms interested in this potential opportunity, please email your information to Nancy Ramos at RAMOSN@nv.doe.gov by 2:00 pm PDT on 7 November 2023.



Direct all questions by email to Nancy Ramos at RAMOSN@nv.doe.gov by 2:00 pm PDT on 26 October 2023.



This survey is issued solely for information and planning purposes and does not constitute a solicitation. Responses will become property of CONTRACTOR upon receipt. All information received in response to this request that is marked proprietary will be handled accordingly. CONTRACTOR will not compensate a responder for providing information.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 2621 Losee Road
  • North Las Vegas , NV 89030
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >