The RFP Database
New business relationships start here

LCC Tunnel Excavation


Utah, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 
SOURCES SOUGHT SYNOPSIS:





Solicitation Number:



FA8204-17-C-SSLCCT



Notice Type:



 





 



 



Sources Sought:



 





 

Synopsis:

•1.      NOTICE:  This is not a solicitation.  This is a Sources Sought Synopsis (SSS) to determine potential sources for information and planning purposes only.

•a.      The purpose of this SSS is to conduct market research to assist in determining if this effort can be competitive and/or in determining a total Small Business Set-Aside.  The proposed North American Industry Classification System (NAICS) code is 238910 (Site Preparation Contractors, less than $15M Gross Sales) which has a corresponding single unit requirement.  The Government will use this information to determine the best acquisition strategy.  The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned small business concerns.  The Government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code.  Please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years.  Any responses involving teaming arrangements should delineate between self-performed work, and work that will be accomplished by the teaming partners.


•b.       

•2.      PROGRAM DETAILS:  The proposed work scope is to excavate approximately 5 feet of surface soil to expose the opening of an underground corrugated metal pipe (CMP), and then remove compacted sand from the underground CMP (Fig. 2).  Details of that work scope are as follows: 

 

General Work Scope:

•·         This construction effort is located at a Missile Alert Facility (MAF) site on the Vandenberg Air Force Base (VAFB) (Fig. 1)

•·         Based on test results of one soil sample, the site has metals contamination, and is shown to have hazardous levels of lead contamination

•o   Employ all appropriate PPE required by federal and state regulations for safe work practices working with lead

•·         Secure the open excavation site at all times from any unforeseen exposure per standard construction and OSHA methods

•·         The surface excavation will require standard construction practices and controls including OSHA recommended slopes, site protections, site stabilization, etc.

•o   There is also a small wooden structure (Fig. 3), buried at the opening of the CMP, which may be creosote coated, and the CMP closure (Fig. 4) with creosote coating, both of which will need to be removed, disposal of these items by others/VAFB

•o   The site viewing bleachers will be relocated by others/VAFB as necessary to make way for the excavation (Fig. 1)

•o   No damage to asphalt parking lots or bleachers is allowed

•·         The sand filled CMP is buried at approximately a 30-degree vertical angle (Fig. 2)

•o   One end of the buried CMP is approximately 5 feet below the surface.  The other end is approximately 25-30 feet below the surface

•·         The CMP is 36 inches in diameter, and approximately 56 feet long

•o   There is approx. 400 cubic feet of sand to remove from the buried CMP

•o   The CMP has a bituminous coating for additional corrosion protection

•·         The sand which needs to be removed from the CMP has been in place for 50 years and is likely fairly compact, although the sand compaction has not been determined

•·         One process discussed to remove the sand would be to water jet blast the compacted sand with pressurized water in the CMP to break it up, and then vacuum the sand and water slurry out of the CMP with a vacuum truck (Hydro Excavation)

•o   No final sand removal process decisions have been made, and all options are open for proposal and further discussions

•o   Provide information on the proposed removal process and expected duration of the effort

•o   No damage to the CMP walls from mechanical removal devices is allowed

•·         It is desired that the CMP sand removal process be done in 10 foot increments such that inspections by others/VAFB can be made to assess the integrity of the CMP as the sand removal work progresses

•o   Per direction from VAFB, provide assistance in the tunnel inspections with necessary ladders to access the buried CMP exit opening, etc.

•o   Prior to backfilling the site opening for closure, ensure that all inspections by others/VAFB have been completed

•·         The site photo below (Fig. 1) shows an approximation of the CMP exit location for reference

•o   The CMP exit location will be determined and marked by others/VAFB

•o   Note that the reference dimensions on the photo were used to locate the buried CMP approximate exit location, and are NOT the dimensions of the buried CMP

•·         The current window for this initial excavation scope, CMP inspection, and site closure is tentatively planned for the month of October, 2017

•o   This initial excavation portion of the project, including CMP inspection and site closure described below, must be completed not later than December 2017

•o   Follow on work to re-open the excavation again for a later test is currently planned to commence again in October 2018 and conclude in January 2019 as discussed below

 

Initial Excavation Details:

•·         Excavated soils from the surface down to the CMP shall be placed on 6 mil polyethylene plastic sheeting on site, and covered with same 6 mil sheeting, stake all corners, soil placement location as directed by VAFB

•o   Protect the excavated soil pile from rainwater intrusion and from runoff water escaping to the surrounding soils by damming around the pile or by other means

•o   The excavated soils will be tested by others/VAFB for determination of future re-use or disposal of contaminated materials

•o   Per direction from VAFB (soils test results are expected within one week of CMP excavation completion), either load the soils into provided roll off bins for hazardous materials disposal by others/VAFB; or re-use the soils to restore the site as directed by VAFB

•o   If the soils are sent for disposal, transport new soils from an on-site borrow pit to the construction site for site closure (borrow pit within 5 miles)

•o   Following covering/closure of the CMP (see below), backfill the surface excavation with compacted soil as directed by VAFB

•§  Provide suitable erosion control with clean gravel topping, etc.

•§  Mark the exit location with a wooden stake for future excavation

•·         Excavated sand from the buried CMP shall be placed on 6 mil polyethylene plastic sheeting on site, separated from the surface soil materials, and covered with same 6 mil sheeting, stake all corners, sand placement location as directed by VAFB

•o   Protect the excavated sand pile from rainwater intrusion and from runoff water escaping to the surrounding soils

•o   If water jetting/hydro excavation methods are used to remove the compacted sand from the CMP, ensure that the free liquids leaching from the sand pile do not escape the protected plastic sheeting area, by damming around the pile or by other means

•o   If water jetting/hydro excavation methods are used to remove the compacted sand from the CMP, capture all water for re-use/recycle or for testing and possible hazardous material disposal

•§  VAFB will provide all water testing and hazardous materials disposal

•o   The excavated sand will be tested by others/VAFB for determination of proper disposal of contaminated materials as necessary

•o   Per direction from VAFB (sand test results are expected within one week of CMP excavation completion), either load the sand into water tight roll off bins for hazardous material disposal by others/VAFB; or transport the wet sand to an on-site landfill for disposal (within 5 miles) as directed by VAFB

•o   Build a CMP closure cover similar to sketch included herein (Fig. 4/5)

•o   Install the closure cover similar to sketch included herein (Fig. 4/5)

 

Follow On Excavation Work Scope:

Note: No hazardous materials present for this work scope):

•·         At a future date (tentatively December 2018 timeframe), and per direction from VAFB, reopen the site CMP exit area, per similar direction detailed above, to support a related test project at the VAFB MAF

•·         NOTE:  No hazardous materials will be present at the site for this scope of work

•·         NOTE:  There will not be any sand in the buried CMP for this scope of work

•·         NOTE:  This work scope may be accomplished by others/VAFB, to be determined

•·         Excavate buried CMP exit area per standard construction excavation practices and controls including OSHA recommended slopes, site protections, site stabilization, etc.

•·         Upon completion of the planned VAFB test project (approximately January 2019), and per direction from VAFB, close and seal the buried CMP and surrounding exit excavation

•o   Fill the excavated CMP with new clean dry sand available on site, w/in 5 miles

•o   Build a CMP closure cover similar to sketch included herein (Fig. 4/5)

•o   Install the closure cover similar to sketch included herein (Fig. 4/5)

•o   Following covering/closure of the CMP, backfill the surface excavation with compacted soil as directed by VAFB

•o   Provide suitable erosion control of the excavated area with 6 inches of washed gravel topping


 


 


 

 

VAFB Construction Site Photo, Figure 1



 




Buried CMP Filled with Sand, Figure 2

 

 





Wooden Escape Tube Extension to Buried CMP, Figure 3






Closure Cover to Buried CMP, Figure 4





Details for Closure Cover to Buried CMP, Figure 5


 

•3.      This SSS notice may be followed by a request for proposal.  Interested parties are strongly encouraged to submit information supporting this request.  If you are interested and capable of performing a service of this size, please forward your information to Bruce Richeson at bruce.richeson@us.af.mil.  Electronic responses are strongly encouraged.

The primary purpose of this SSS is to obtain market research information and capabilities for planning purposes as defined in FAR Part 15.201. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.  Interested parties are advised that only Contracting Officers are authorized to commit the government to the obligation of funds.


 

QUESTIONS TO CONTRACTORS

Your answers are intended to be used to refine the Request for Proposal and enhance selection criteria that assures the correct set-aside (if any) is used to promote competition to the fullest extent.  To ensure that your answers have the opportunity to influence this acquisition, please submit your responses no later than 4:00 PM MT on 07-August-2017.

 





Name of Company:



 





 



 





Physical Address:



 





 



 





 



 





 



 





Mailing Address:



 





 



 





 



 





 



 





Point of Contact:



 





 



(Name and Title)





 



 





Phone Number:



 





 



 





Fax Number:



 





 



 





Email Address:



 





 



 





Company Website:



 





 



 





DUNS Number:



 





 



 





CAGE Code:



 





 





*Socio-Economic Size Status:



☐  Large Business





 



☐  Small Business (check all that apply)





 



☐  Small Disadvantaged Business





 



☐  Certified 8A Program Participant





 



☐  Woman-Owned Small Business





 



☐  HUBZone Small Business





 



☐  Veteran-Owned Small Business





 



☐  Service-Disabled Veteran-Owned





 



☐  Small Business





 



☐  Ability One Provider




 
 
 




 

Feel free to add additional lines if necessary.  Typed or electronically entered responses are greatly encouraged.

 

•1.      Briefly describe your company's primary business line(s).  Describe the services your company provides and your company's primary customer base.

 





 





 





 





 





 

•2.      Rate your company's interest in submitting a proposal to accomplish this work.  Negative responses are also encouraged. 

 





☐  High



☐  Medium



☐  Low





 

•3.      If you are not interested, why?

 





 





 





 





 





 

•4.      Based on the magnitude of this requirement, can you perform 50% of the work with your own employees?  If not, please explain.

 





 





 





 





 





 

•5.      The NAICS code associated with this acquisition is 238910 (Site Preparation Contractors) with a single unit requirement.  Please identify your business' size standard and socioeconomic status under this specific NAICS, i.e. Small Disadvantaged Business, HUBZone, etc.

 





 







 

•6.      Does your company have experience in working on VAFB, handling hazardous waste (lead contamination), confined work space, industrial safety, water jet blasting, and similar construction techniques related to this type construction?  Please explain.

 





 





 

 





 





 





 





 





 


•7.      Does your company have experience in working with and overseeing DoD contracts?

 





 





 





 





 





 

•8.      Does your company have DoD program management experience?  Management experience includes contract support, subcontractor oversight, and developing courses of action.

 





 





 





 





 





 





SUMMARY/PCO INFORMATION





Interested parties should send their responses to Sarah Hatch or Bruce Richeson.  Responses to the above questions must be submitted no later than 4:00 PM MT on 07-August-2017





HATCH, SARAH F CIV USAF AFMC AFNWC/AFNWC/PZBA <sarah.hatch@us.af.mil>;, 801-775-6737  



or



 

RICHESON, BRUCE J GS-12 USAF AFMC AFNWC/PZBA <bruce.richeson@us.af.mil>;, 801-777-5535

 





 


Bruce Richeson, Phone 8017775535, Email bruce.richeson@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP