+ All Categories
Home > Documents > REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety...

REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety...

Date post: 16-Aug-2019
Category:
Upload: vonhan
View: 215 times
Download: 0 times
Share this document with a friend
35
Page 1 of 26 RFP Instructions 05/02/2019 May 3, 2019 REQUEST FOR PROPOSAL (RFP) 321575 For the Tank Farm Operation Construction Services Blanket Master Agreement (BMA) Prospective Offerors: Under the Department of Energy (DOE) Tank Operations Contract No. DE-AC27-08RV14800, Washington River Protection Solutions, LLC (WRPS), manages the Tank Farm System and Facilities at the Hanford Site in Richland, WA. The management of the Tank Farms requires a SUBCONTRACTOR that can provide construction services within the Tank Farms and adjacent areas outside of the Tank Farms in accordance with the attached Statement of Work. The order of magnitude for this BMA is less than $25,000,000 dollars over a one (1) year period of performance for both Retrieval/Closure and Tank Farm Projects Divisions. It is anticipated that this will be a one year BMA. The attached General Instructions to Offerors provides all the information necessary for interested Offerors to prepare and submit a proposal. The proposal schedule is also contained in the General Instructions for Offerors. Should you have any questions concerning this RFP, please contact me at [email protected]. WRPS looks forward to your response. Very truly yours, Mark A. Friend Procurement Specialist 851 Smartpark Richland, WA 99354 509-373-2259 Contractor to the United States Department of Energy
Transcript
Page 1: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

Page 1 of 26 RFP Instructions

05/02/2019

May 3, 2019 REQUEST FOR PROPOSAL (RFP) 321575 For the Tank Farm Operation Construction Services Blanket Master Agreement (BMA) Prospective Offerors: Under the Department of Energy (DOE) Tank Operations Contract No. DE-AC27-08RV14800, Washington River Protection Solutions, LLC (WRPS), manages the Tank Farm System and Facilities at the Hanford Site in Richland, WA. The management of the Tank Farms requires a SUBCONTRACTOR that can provide construction services within the Tank Farms and adjacent areas outside of the Tank Farms in accordance with the attached Statement of Work. The order of magnitude for this BMA is less than $25,000,000 dollars over a one (1) year period of performance for both Retrieval/Closure and Tank Farm Projects Divisions. It is anticipated that this will be a one year BMA. The attached General Instructions to Offerors provides all the information necessary for interested Offerors to prepare and submit a proposal. The proposal schedule is also contained in the General Instructions for Offerors. Should you have any questions concerning this RFP, please contact me at [email protected]. WRPS looks forward to your response. Very truly yours, Mark A. Friend Procurement Specialist 851 Smartpark Richland, WA 99354 509-373-2259 Contractor to the United States Department of Energy

Page 2: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

SOLICITATION NO. 321575 SECTION A

Page 1 of 26 RFP Instructions

05/02/2019

SECTION A – SOLICITATION .................................................................................................... 3 1.0 Introduction ......................................................................................................................... 3 2.0 Small Business Set Aside.................................................................................................... 5 3.0 Proposal Submittal .............................................................................................................. 5 4.0 Basis for Award .................................................................................................................. 9 5.0 Proposal Instructions ......................................................................................................... 12 6.0 Notices .............................................................................................................................. 23 7.0 Attachments: Appendix A “Technical Response Template.” .......................................... 25 SECTION B – SOLICITATION EXHIBITS ................................ Error! Bookmark not defined. SECTION C – MODEL BMA AGREEMENT ............................. Error! Bookmark not defined. SIGNATURE DOCUMENT ......................................................... Error! Bookmark not defined. PART I - SOW ............................................................................... Error! Bookmark not defined. PART II - COMMERCIAL TERMS ............................................. Error! Bookmark not defined. PART III - GENERAL TERMS .................................................... Error! Bookmark not defined. PART IV - SPECIAL PROVISIONS ............................................ Error! Bookmark not defined.

Page 3: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

SOLICITATION NO. 321575 SECTION A

Page 2 of 26 RFP Instructions

05/02/2019

Acronyms

BMA Blanket Master Agreement

BUYER Washington River Protection Solutions, LLC

CAPIP Corrective Action Program Implementation Plan

CBDPP Chronic Beryllium Protection Prevention Program

CFR Code of Federal Regulations

CSI Cost Summary Index

DBA Davis Bacon Act

DST Double Shell Tank

EMR Experience Modification Rate

FAR Federal Acquisition Regulation

FY Fiscal Year

ISMS Integrated Safety Management System

IWC Integrated Work Control System

NAICS North American Industry Classification System

NQA-1 Nuclear Quality Assurance

Offeror Company submitting Proposal

RFP Request for Proposal

SCMC Supply Chain Management Center

SOW Statement of Work

SS Safety Significant

SSC System, Structures and Components

SST Single Shell Tank

TOC Tank Operating Contractor

WRPS Washington River Protection Solutions, LLC

Page 4: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

SOLICITATION NO. 321575 SECTION A

Page 3 of 26 RFP Instructions

05/02/2019

SECTION A – SOLICITATION

1.0 Introduction

Washington River Protection Solutions (WRPS) acting under its contract with the U.S. Department of Energy – Office of River Protection, requests Offeror to submit a proposal for a Time and Material Blanket Mater Agreement to provide Tank Farms Construction Services. Part A of this Solicitation describes the proposal submittal requirements, instructions, and applicable exhibits/certifications. Part B contains all of the solicitation exhibits. Part C is the Model BMA, which contains all of the terms and conditions, attachments, and references that will govern performance of the work. The order of magnitude for this BMA is less than $25,000,000 dollars over a one (1) year period. The BMA contains a general SOW with each subsequent Release containing a more defined SOW that falls under the general scope of the BMA. All applicable requirements, Terms, and Conditions are addressed in the BMA. Each Release against the BMA will have a specific SOW as well as any other requirements specific to that Release.

Section Title Dated Rev.

Section A RFP Instructions 05/03/19 0 Appendix A Technical Response Template 05/01/19 0

Section B Exhibits

Section C

Model Blanket Master Agreement Signature Form N/A N/A Part I - Statement Of Work 04/17/19 0 Part II - Commerical Terms and Rate Schedules 04/30/19 0

Schedule A – Labor Rates (Base Year) N/A 0 Part III - General Terms N/A N/A

General Provisions 01/03/19 6 Construction Supplemental Provisions 04/13/16 2 Time and Material Supplemental Provision 10/24/18 7

Partr IV - Special Provisions 05/01/19 0 On-Site Supplemental Work Provisions 04/30/19 5 SP-12, Mangement of Government Property 01/03/19 0

HSSA Hanford Site Stabilization Agreement Latest N/A

1.1 Project Background

Under the Department of Energy Tank Operations Contract No. DE-AC27-08RV14800 (TOC), WRPS has been directed to perform operations and construction activities necessary to store, retrieve and treat Hanford tank waste, store and dispose of treated waste, and begin to close the Tank Farm waste management areas to protect the Columbia River. The purpose of this Blanket Master Agreement (BMA) is to furnish safe, compliant, cost-effective, fabrication, construction, and commissioning Work in support of the TOC. This Work shall be implemented in accordance with the provisions of the Davis-Bacon Act (DBA) contained in the Act of July 2, 1964, (Public Law 88-349-78 Stat. 238-239), and

Page 5: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

SOLICITATION NO. 321575 SECTION A

Page 4 of 26 RFP Instructions

05/02/2019

the Department of Labor regulations in implementation thereof (29 CFR, Parts 1,3,5). This BMA applies performance-based contracting approaches and expects the SUBCONTRACTOR to innovate and implement techniques that maximize performance efficiencies and deliver completion on schedule. Multiple BMA Releases for the same or similar work scope may be awarded under this BMA. The scope of this BMA is to perform the Work to plan and execute Tank Farm and related facility upgrade sub-projects, as necessary, to support safe, reliable, and compliant storage, tank waste retrieval, staging, delivery, and treatment/disposal efforts. The Tank Farm System and Facilities are located in the 200 East Area, 200 West Area, and 600 Area of the Hanford Site. The Tank Farm System and Facilities comprise the Single Shell Tank (SST) Farms, the Double Shell Tank (DST) Farms, and associated support facilities, systems, and transfer equipment. The Tank Farm System includes 177 DSTs; double-contained receiver tanks; catch tanks; waste transfer pipelines and associated equipment used in waste transfers (e.g., diversion boxes and valve pits); miscellaneous inactive storage facilities; waste-handling and storage facilities; miscellaneous support and administrative facilities; in-tank, out-of-tank, and liquid transfer monitoring systems; associated ancillary equipment; and soils. Additional Tank Farm related facilities include the 242-A Evaporator, and the 222-S Analytical Laboratory. The Work is typically performed inside or adjacent to the Tank Farm fence boundaries. Much of the Work performed inside the Tank Farm is highly complex, hazardous and worked under very difficult working conditions. The fencing boundaries isolate the radiological contaminated areas, chemical vapor exposure, and isotopic hazards. Work performed within these boundaries requires the SUBCONTRACTOR and its personnel to have a strong, stringent safety culture. Adherence to the highest level of safety, conduct of operations, and verbatim work package and procedural compliance is required. The Tank Farm Systems and Facilities includes Hazard Category 2/3 nuclear facilities and radiologically controlled areas. In addition to radiological hazards, the Tank Farms have occupational and industrial hazards including but not limited to tank chemical vapors, asbestos, heavy metals (beryllium, lead, etc.), hazardous wastes, etc. The SUBCONTRACTOR shall perform Work in accordance with the WRPS Radiation Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial Hygiene Program, and Integrated Work Control System (IWC).

Page 6: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

SOLICITATION NO. 321575 SECTION A

Page 5 of 26 RFP Instructions

05/02/2019

The Tank Farm System and Facilities Work includes safety significant and general service (commercial) quality requirements. The quality requirements will be identified at the time of each Release. The SUBCONTRACTOR is required to have and implement a quality assurance program that is consistent with the requirements of ASME NQA-1-2008, Quality Assurance Requirements for Nuclear Facility Applications, Parts I and II, including 2009-1a addenda requirements, as indicated on the Quality Assurance Requirements form (A-6006-661) referenced in the BMA Statement of Work (SOW).

2.0 Small Business Set Aside

Proposals made under this solicitation shall be from small business concerns, including; Disadvantaged, Women Owned, Veteran Owned, Service Disabled Veteran Owned, and HUBZone small businesses. Proposals received from concerns that are not small businesses shall not be considered for this solicitation. Disadvantaged, Women Owned, Veteran Owned, and Service Disabled Veteran Owned may self-Certify to these categories as defined by the Small Business Administration (www.sba.gov). HUBZone businesses must be certified by the Small Business Administration.

The Offeror shall be self-certified as a Small Business (SB) Concern under the primary NAICS Code 236210, Industrial Building Construction (SIC #’s 1531, 1541, 1629, and 8741.). Participation in Teaming Arrangements/Joint Ventures is acceptable provided the small business concern performs at least 30% of the Work

3.0 Proposal Submittal

The BUYER will be using the Supply Chain Management Center (SCMC) eSourcing tool application to collect all responses to the RFP. The SCMC eSourcing application is designed to efficiently collect information in a central location. The URL for the eSourcing site is: https://nnsa.aribaasp.com/Sourcing/Main?realm=System&passwordadapter=SourcingSupplierUser All Offeror proposals in response to the RFP shall be uploaded to the eSourcing site. The BUYER shall retrieve the proposals from the eSourcing site. An Offeror may use existing user information for the eSourcing site for this RFP. If an Offeror does not have existing user information, a username and password will be sent in the event invitation e-mail. Offerors will have access to their own eSource site. No other Offeror will have access to any other Offeror’s proposal information. For information concerning this RFP, the BUYER’S representatives are:

Mark A. Friend (Primary) Senior Procurement Specialist 509-373-2259

Shawn Foster (Alternate) Manager Procurement Construction 509-376-3249

Page 7: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

SOLICITATION NO. 321575 SECTION A

Page 6 of 26 RFP Instructions

05/02/2019

[email protected] 851 Smartpark Richland, WA 99354

[email protected] 851 Smartpark Richland, WA 99354

3.1 Buyer Rights Reserved

Recognizing that BUYER is a Prime Contractor to the U.S. Government, all rights and privileges extended to WRPS under any proposal or subsequent BMA shall likewise be reserved for the U.S. Government or its authorized representative(s).

The BUYER reserves the right to incorporate any innovative methods received from Offerors even if the Offeror submitting the innovative method(s) is not selected for final award. Any data supplied by the BUYER with this RFP is to be used for the preparation of proposals only and shall not be used for any other purpose without the prior written consent of the BUYER.

The BUYER reserves the right to retain copies of all proposals received, including those from unsuccessful Offerors. Except for timely withdrawals, proposals will not be returned.

The BUYER reserves the right to cancel this Request for Proposal (RFP) at any time without cost to WRPS or the U.S. Government.

The Offeror agrees to provide to the BUYER all rights of access to any part of the Offeror’s facilities at any time, with reasonable notice, to ensure compliance with the terms of this RFP or any resultant BMA.

3.2 BUYER Not Obligated - Irregularities, and Notifications

BUYER is not obligated to pay any costs incurred in the preparation and submission of an Offeror’s proposal, nor required to enter into a subcontract or any other arrangement with the Offeror.

3.3 Proposal Schedule

Any proposal received at the point designated after the exact time specified for receipt will not be considered.

Event Date

Issue RFP to Market May 3, 2019

Pre-Proposal Conference May 9, 2019

Notice from Offerors of Intent to Propose May 13, 2019

Questions from Offerors Due May 16, 2019

Page 8: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

SOLICITATION NO. 321575 SECTION A

Page 7 of 26 RFP Instructions

05/02/2019

Proposal Due Date, Close of Business, 4:00 PM PDT May 30, 2019

Best and Final Offers TBD

3.3.1 Notification of Intent to Propose

BUYER requests that each prospective Offeror notify the Procurement Specialist by e-mail no later than Thursday May 13, 2019 whether the Offeror intends to submit a proposal in response to this Solicitation.

3.3.2 Questions/Comments Regarding the Solicitation

The Offeror must submit any comments or questions regarding the solicitation by e-mail to the Procurement Specialist via email no later than Thursday May 16, 2019. The Procurement Specialist will answer all questions in writing for the benefit of all prospective Offerors. Answers will be posted to the BUYER’s web page.

3.3.3 Pre-Proposal Conference and Jobsite Inspection

A Pre Proposal Conference will be conducted at 851 Smartpark, Richland, Washington, to discuss all aspects of the RFP and to tour the Project Worksite.

Unless otherwise specified, prospective Offerors, including their prospective Lower-Tier Subcontractors, must attend this conference in order to take such steps as may be reasonably necessary to ascertain the nature, Site conditions, location of the Work, or cost thereof.

Offerors shall notify the BUYER of the names of the individuals that will be attending the Pre-Proposal Conference and Site Tour.

Not attending the Pre-Proposal Conference/Site Tour may render the proposal unacceptable and will not relieve the prospective Offeror(s) from understanding the Work or Site conditions.

BUYER assumes no responsibility for any understanding or representations made The by any of its representatives to the execution of the BMA, unless a specific revision (amendment) to the RFP document is issued by the BUYER in writing. All such amendments MUST be acknowledged by the Offeror within one (1) business day of issuance.

3.3.3.1 Pre-Proposal Conference

Start End Activity

6:30 7:00 Badging at 2425 Stevens Center Place Main Reception Area

7:15 7:20 Conference Welcome

7:20 11:00 Review RFP Documents/Scope

Page 9: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

SOLICITATION NO. 321575 SECTION A

Page 8 of 26 RFP Instructions

05/02/2019

11:00 12:00 Lunch

12:10 Leave for Site Tour

12:55 3:15 Site Tour

3:15 4:00 Return to 851 Smartpark Conference Room

4:00 4:30 Review Questions and Closeout This conference location is a controlled access area that requires a badge to enter the facility. Offerors will be limited to three (3) individuals for the Site Tour. If an Offeror or anyone on the Offeror’s team is not badged, a temporary badge must be obtained. A temporary badge must be obtained at:

Washington River Protection Solutions Main Office 2425 Stevens Center Place Main Reception Area Richland, WA 99354

The following information is required in order to gain access to the Pre-Proposal Conference:

Company Represented Name Place of Birth

All attendees must be U. S. Citizens. Each individual must possess two (2) forms of I-9 identification. Offerors are to provide the information to the Procurement Specialist as soon as the individuals who will attend are known. This will allow badging requests to be completed in advance of the individual’s arrival to 2425 Stevens Drive. Offerors shall provide their own transportation to 851 Smartpark. The BUYER will not provide the transportation to and from the Site.

3.4 Proposal Due Date

Proposals are due by 4.00 p.m. PST on Thursday May 30, 2019. BUYER reserves the right to reject any proposal received after the deadline as non-responsive to the requirements of the solicitation.

Page 10: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

SOLICITATION NO. 321575 SECTION A

Page 9 of 26 RFP Instructions

05/02/2019

3.5 Late Receipt of Proposals

Any proposal received at the point designated after the exact time specified for receipt will not be considered.

3.6 Proposal Validity Period

Offeror’s proposal shall remain firm for 60 days after the proposal due date

3.7 Withdrawal

Offeror may withdraw its proposal by written or electronic notice received at any time prior to award.

3.8 Solicitation Amendments

The Procurement Specialist may issue one or more amendments to the solicitation to make changes or to resolve any problems regarding the solicitation. The Procurement Specialist will issue the amendment in time for prospective Offerors to incorporate any changes into their proposals. If this solicitation is amended, then all terms and conditions that are not amended will remain unchanged. Offerors shall acknowledge receipt of any amendment to this RFP by signing and returning the amendment, via email to the Procurement Specialist.

Additionally the Offeror shall acknowledge receipt of any amendment to this solicitation by stating in the proposal that the Offeror received the amendment and considered the amendment in formulating the proposal. FAILURE TO ACKNOWLEDGE THE RECEIPT OF THE AMENDMENT AT THE DESIGNATED LOCATION BY THE SPECIFIED DATE AND TIME MAY RESULT IN REJECTION OF YOUR OFFER.

3.9 Best and Final

Upon completion of discussions or negotiations, if required, the BUYER will request that the Offeror(s) provide a Best and Final Offer (BAFO).

4.0 Basis for Award

BUYER may award one or more BMA’s as a result of this solicitation. Award will be made to the Offeror that provides the best overall value to the BUYER and the Department of Energy (DOE). This solicitation provides the basis for BUYER’s evaluation and is keyed to the selection process. Offerors are also advised that BUYER reserves the right to award a BMA based upon initial offers and without further discussions with offerors. Offeror should provide their best price and technical offers initially.

The BUYER will utilize a Source Evaluation Board to identify and select the subcontractor, based upon the best value evaluation criteria. The evaluation and source selection process will consider each Offeror’s capability to provide a technical solution that meets the requirements of the RFP and is reasonably priced.

The BUYER may employ a “Trade Off” process to consider award to other than the lowest priced Offeror or to other than the highest technically evaluated Offeror. An integrated

Page 11: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

SOLICITATION NO. 321575 SECTION A

Page 10 of 26 RFP Instructions

05/02/2019

assessment of the strengths, weaknesses and risks of each Offeror’s proposal, together with the cost proposed, will be used to determine which proposal offers the best overall value to meeting the Project’s technical, cost and schedule objectives.

4.1 Qualification Standards

It is the BUYER’s policy to offer the opportunity to compete for its procurements as broadly as is consistent with the nature of each procurement. However, in view of the distinctive characteristics of the BUYER’s programs, those potential Offerors that do not possess the minimum qualifications and resources necessary to perform the proposed Work should not be encouraged to incur proposal and other expenses involved in a competitive proposal submission. Therefore, the following Qualification Standards are established and must be fully met in order for an Offeror to be considered for award.

4.1.1 Experience Modification Rate

Offerors, including each individual team members, must have an Interstate or State Experience Modification Rate (EMR) of 1.0 or lower for the current and previous three (3) calendar years. If the Offeror including each individual team member does not meet this standard, a mitigation plan shall be provided for evaluation and acceptance by the BUYER. The EMR rates must be submitted on letterhead from the insurance carrier. Mitigation plans for each company with an EMR greater than 1.0, shall identify the root cause of the high EMR and what actions have been and/or will be taken to mitigate/correct the issue during the performance of this Work. The plan also shall include management’s actions to reduce the injury incident rate.

4.1.2 NQA-1 Program

The Offeror must have a documented and implemented quality assurance program consistent with the applicable criteria of ASME NQA-1 2008 Edition including the 2009-1a Addenda requirements.

The BUYER shall resolve or obtain commitments from the Offeror to resolve unacceptable quality assurance conditions (due to lack of implementation) in the form of a “Supplier Quality Assurance Program Implementation Plan”, (SQAPIP) at the discretion of the BUYER prior to BMA award.

4.2 Evaluation Criteria

4.2.1 Tradeoff Selection Process

BUYER will award a BMA to the responsible offeror whose proposal is most advantageous to BUYER, price and other factors considered. BUYER will evaluate and rank proposals using a tradeoff process. A tradeoff process allows for an award to other than the lowest priced offeror or highest technically rated offeror, but which, in the opinion of the evaluators, represents the “best value.” Proposals will be screened on a combination of scored and pass/fail evaluation factors based on the qualifications demonstrated within the

Page 12: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

SOLICITATION NO. 321575 SECTION A

Page 11 of 26 RFP Instructions

05/02/2019

offer. The following factors and sub factors will be used to evaluate offers. Technical evaluation factors significantly more important than cost or price.

4.2.2 Technical Evaluation Criteria

The following evaluation criteria form the basis by which each offeror's proposal will be evaluated.

4.2.2.1 Past Experience

A. Experience conducting work in complex radiological and chemical environments including hazardous waste sites, operating facilities, facility upgrades, and remediation/demolition of underground waste sites, pipelines, and facilities.

B. Experience working under government contracts (Time & Materials and Cost Reimbursement) of similar size and scope (dollar size/duration, scope, and period of performance).

C. Experience working with personnel employed via collective bargaining agreements.

D. Experience fabricating, constructing, and installing nuclear safety systems, structures, and associated support work.

E. Experience working with radiologically regulated equipment including decontamination techniques and transporting radioactive equipment.

F. Experience performing industrial construction activities on government sites/locations (DOE Orders, Government Programs and Policies, etc.).

G. Possession of a valid Washington State Contractor’s License.

4.2.2.2 Technical Approach

A. Approach to managing the Work released under this BMA, including the planning, management approach, and integration of resources and activities to ensure successful accomplishment of multiple and concurrent releases issued under the BMA.

B. Offeror’s Schedule, approach, process, and documentation to provide proposals for subsequent releases under the BMA demonstrating capabilities to respond to released work successfully.

C. Demonstrated understanding of how Work will be safely implemented and controlled (utilizing BUYER’ work control and safety program) to ensure the work is completed in accordance with safety, quality, and design document (drawings, specifications, etc.) requirements.

D. Controls that will be used to ensure safety, quality, and schedule performance from vendors and sub-tier subcontractors.

E. Approach to demonstrate an understanding for managing/controlling support facilities (office facilities, mask stations, fab shops, storage, etc.), personnel on-site transportation, and mobilization/demobilization activities for high hazard chemical and radiological work.

F. A demonstrated understanding of the requirements for utilizing regulated equipment, moving regulated equipment, and methods of decontaminating equipment.

G. A demonstrated understanding of the controls and requirements to manage materials and equipment including the control of government furnished equipment and materials.

Page 13: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

SOLICITATION NO. 321575 SECTION A

Page 12 of 26 RFP Instructions

05/02/2019

H. Procurement system to ensure the Government and BUYER will be provided the best value and on-time delivery from suppliers and sub-tier subcontractors.

I. A demonstrated understanding of change control process(s) including a discussion of how an effective change control process will be implemented to mitigate the impacts to schedule and cost (i.e. expected BUYER response time to requests for information and changes, early notification to avoid critical path impacts, etc.).

4.2.2.3 Management Personnel

A. The names of Key Personnel including those employed by sub-tier subcontractors, affiliates, and all teaming or other contractor arrangements. Resumes for all key personnel shall be provided. The resumes must clearly describe each individual’s education (level, major, and year degree received), the experience (general and relevant work experience), and any professional credentials (including professional certifications and memberships). See Paragraph 5.8, “BMA Key Personnel Requirements.”

B. Organization chart identifying the personnel and their functional assignments. In addition, the offeror shall provide a discussion of the established lines of authority, responsibility, and communication from lower levels to top-level management.

C. A description of the approach used for recruiting and retaining adequate numbers of skilled labor and experienced field supervision.

D. Demonstrate how the Offeror will staff multiple, concurrent projects. Availability of personnel (i.e. support personnel resumes).

4.2.3 Commercial Evaluation Criteria

4.2.3.1 Proposal pricing sheets will be evaluated for a balanced approach and to ensure that all cost information as required in the Instructions to Offerors has been provided.

4.2.3.2 Proposals will be scored based on a ratio percentage of the Offeror’s Proposed Total Cost to the Lowest Proposed Total Cost times the maximum commercial points allowed.

5.0 Proposal Instructions

5.1 The Offeror represents that the following individuals are authorized to negotiate on its behalf with the BUYER in conjunction with this RFP:

________________________________________________________________________ Name Title Email Phone ________________________________________________________________________ Name Title Email Phone ________________________________________________________________________ Name Title Email Phone

Page 14: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

SOLICITATION NO. 321575 SECTION A

Page 13 of 26 RFP Instructions

05/02/2019

5.2 BUYERS’s Authorized Procurement Representatives

The BUYER’s representatives designated below are the only persons authorized to bind the BUYER contractually in connection with this RFP. The BUYER’s authorized representatives may only be revised via a written amendment. The BUYER’s authorized representatives are:

Mark Friend [email protected] 509-373-2259 Michael Mackison [email protected] 509-376-5632 Shawn Foster [email protected] 509-376-3249 Jose Legarreta [email protected] 832-326-6775

5.3 Preparation of Offers

Offerors are expected to examine drawings, specifications, schedules, and all other RFP instructions and documentation. Failure to do so will be at the Offeror’s risk.

The proposal shall contain information, data, plans, and/or drawings that are necessary to explain the details of the proposal.

Any exceptions to and/or deviations from the requirements of this RFP must contain detailed explanation and justification identifying the benefit to BUYER to allow for a thorough evaluation. Although such exceptions and/or deviations will not, of themselves, automatically cause a proposal to be determined unacceptable, a large number of exceptions and/or deviations, or one or more significant exceptions and/or deviations not providing benefit to BUYER and the U.S. Government, may result in the rejection of the proposal in its entirety and determined unacceptable. All assumptions, exceptions, and deviations must be resolved prior to award.

Time, if stated as a number of days, will include Saturdays, Sundays, and holidays.

5.4 Explanation to Prospective Offerors

Any prospective Offeror desiring an explanation or interpretation of the RFP, drawings, specifications, etc., must request it in writing soon enough to allow a reply to reach all prospective Offerors before the submission of their proposal.

Any information given by the BUYER to a prospective Offeror concerning this RFP will be furnished promptly to all other prospective Offerors as an amendment to the RFP, if that information is necessary in submitting proposals or if the lack of it would be prejudicial to any other prospective Offerors.

5.5 General Proposal Requirements

Prepare the proposal simply, economically and provide a straightforward concise presentation of the information requested in the solicitation. Proposals submitted electronically must consist of separate files for the Technical Proposal and the Commercial Proposal. The proposal must include the following information and documents:

Page 15: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

SOLICITATION NO. 321575 SECTION A

Page 14 of 26 RFP Instructions

05/02/2019

The Proposal Title Page must include: the solicitation number, Offeror’s name, address, telephone and facsimile number, e-mail address, and date.

The proposal must include completed Part II of the Model BMA Agreement.

The proposal must include completed Exhibit Forms identified in SECTION B Documents

Separate Volumes for Technical and Commercial Proposals

Volume 1 Technical Proposal Volume 2 Commercial Proposal

To aid in the evaluation process, proposals shall be indexed (cross-indexed as appropriate) and logically assembled. All pages of each part shall be numbered and identified with the RFP number.

Offerors shall provide an explanation, in a clearly relevant format such as a matrix, of any differences between the manners in which the proposal was requested and the manner in which it was submitted.

Each Offeror shall furnish the information required by the RFP. The Offeror shall sign the proposal and print or type its name on signature page of the RFP. Erasures or other changes must be initialed by the person signing the proposal. Proposals signed by an agent shall be accompanied by evidence of that agent's authority, unless that evidence has been previously furnished to the BUYER in accordance with paragraph 5.1.

5.5.1 Technical Volume Layout

Offeror must complete each of the sections below regarding related experience, qualifications, capabilities, and personnel to be responsive to this request for proposal. Failure to complete each section shall disqualify OFFERORS unless the OFFEROR provides an acceptable exception in Section J.

This information provided in the OFFEROR’s responses to the sections below is for proposal evaluation purposes and will not be a part of the BMA. However, pertinent information from OFFEROR’S responses to the following sections will be included in BMA documents as necessary as determined by the BUYER.

The Technical Volume submittal shall include the following sections and attachments:

Section A: Team Identification Section B: Technical Capability, Qualifications, and Experience Section C: Personnel Qualifications Section D: Project Organization and Staffing Section E: Safety and Health Section F: Quality Assurance Section G: Technical Data Section H: Zero Tolerance for Retaliation Section J: Technical Exceptions and Deviations

Page 16: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

SOLICITATION NO. 321575 SECTION A

Page 15 of 26 RFP Instructions

05/02/2019

5.5.2 Commercial Volume Layout

5.5.2.1 Each of the sections below must be provided to the BUYER to be considered responsive under this RFP. Failure to provide each section shall disqualify Offerors unless an exception is granted

5.5.2.2 Offeror is to provide fully burdened labor rates, which include wages, overhead, general and administrative expenses, and profit in accordance with the attached Schedule A Labor Rates Schedule.

5.5.2.3 This information provided in the Offeror’s response is for evaluation purposes only and will not be a part of the BMA.

Section A: Representations and Certifications Section B: Certificates Pertaining to Foreign Interest Section C: Organizational Conflict of Interest Section D: Audited Financial Reviews for the previous three (3) years Section E: Schedule A Fully Burdened Labor Rates Section F: Pre-award Survey of Prospective Contractor Accounting System Checklist

5.5.2.4 Notes:

A. Small Business Concerns must submit its proposal as the prime SUBCONTRACTOR or if a Small Business Concern that has greater than 50% ownership of a Joint Venture. The Small Business Concern that submits a proposal, must perform, with its resources a minimum of 30% of the Work.

B. All pricing and estimating assumptions shall be clearly delineated and included in the Commercial Volume of the Proposal. These assumptions shall be included to ensure the Offeror’s proposal is fully understood with the basis for the proposed costs.

C. The Offeror shall indicate whether fringe benefits are included in the direct labor costs, and if so, the fringe benefit rate and dollar amount. The Offeror shall provide supporting documentation to support all direct labor rates being proposed.

D. Material and Sub-tier Subcontractor work under this RFP will be passed through with no markups allowed at any tier.

E. The Offeror shall identify each proposed Lower-Tier Subcontractor. If the Lower-Tier Subcontract is expected to exceed $750,000 and was solicited without price competition, Offeror shall obtain a cost proposal from the Lower-Tier Subcontractor containing the same information in the same format required by the RFP. Each Lower-Tier Subcontractor’s cost proposal should contain the appropriate supporting documentation. Offeror shall explain why the lower-tier was selected and how the Lower-Tier Subcontractor’s proposal was determined appropriate for a sole source selection and how the pricing was determined fair and reasonable.

Page 17: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

SOLICITATION NO. 321575 SECTION A

Page 16 of 26 RFP Instructions

05/02/2019

F. Identify each proposed consultant, the consultant's qualifications, the daily fee, the number of days, expenses, and purpose of the consulting services. Provide supporting documentation concerning the reasonableness of the proposed daily fee and expenses.

G. Not to Exceed value for this BMA will be controlled at the Release level based on Fiscal Year Funding appropriations.

H. Based on the contract type being contemplated, determining the adequacy of the Offeror’s accounting system is required. The Offeror shall undergo a Pre-Award Survey of its accounting system. A Pre-Award Survey of Accounting System Checklist is attached for use in preparation for the survey.

I. The Offeror shall submit information, which the BUYER will use to make a determination whether Offeror has the financial capability to perform the contemplated BMA.

J. Such information may include, but not be limited to, annual audited reports, lines of credit with financial institutions and suppliers, and any other information that may be required to make the appropriate determination.

K. Cost and Pricing data may be required to be submitted in accordance with FAR Part 15.403. The BUYER reserves the right to require Offerors to submit Certified Cost or Pricing Data to support proposal pricing at any time prior to award of the BMA, or any subsequent BMA Release or modification. Certification of Cost or Pricing Data shall be in accordance with FAR Subpart 15 and Public Law 87-653 stating that any Cost or Pricing Data are accurate, complete and current as of the date of the certification.

L. Offerors, who include in their proposals data they do not want disclosed to the public for any purpose, or data they do not want used by BUYER or the U.S. Government except for evaluation purposes, shall mark the title page with the following legend:

This proposal includes data that shall not be disclosed outside BUYER or the U.S. Government, and shall not be duplicated, used, or disclosed-in whole or in part for any purpose other than to evaluate this proposal. If, however, a contract is awarded to this Offeror as a result of, or in connection with, the submission of this data, BUYER or the U.S. Government shall have the right to duplicate, use or disclose the data to the extent provided in the resulting contract. This restriction does not limit BUYER or the U.S. Government’s right to use information contained in this data if it is obtained from another source without restriction.

M. Offerors shall mark each following page with the following legend:

i. Use or disclosure of data contained on this sheet/page is subject to the restriction on the title page of this proposal.

N. Proposal costs for the preparation of responses to this RFP are the sole

Page 18: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

SOLICITATION NO. 321575 SECTION A

Page 17 of 26 RFP Instructions

05/02/2019

responsibility of the Offeror.

O. Additionally, the BUYER reserves the right to audit Offeror’s facilities for technical and quality control adequacy prior to or after award of any BMA.

P. The Pre-Award Survey is intended to ensure that the relevant Offeror’s systems including procurement, accounting, property control, quality assurance, and safety systems have the ability to meet the requirements of this proposed BMA.

Q. The Offeror must demonstrate the ability to:

i. Prove competition in its contracting/purchasing of materials, equipment and services

ii. Maintain records to support invoicing iii. Maintain records to support QA requirements iv. Maintain records to support warranties on equipment and materials v. Maintain records to show compliance with the Buy American Act

R. The BUYER will provide prompt, written notice either via email or written letter to Offerors who are not selected for the Award. This notice will not disclose pricing issues or Best Value Sources. In those instances, where the Award is based on factors other than price, Offerors may submit a written request for individual debriefings.

S. These requests must be received by the BUYER within five (5) working days of the date of the BUYER’S notice regarding non-selection.

T. Offerors should carefully examine this RFP, including the schedule, drawings (when applicable), specifications, and other information made available to them. Offerors must fully inform themselves as to all conditions and matters that can in any way affect the order requirements or the cost thereof.

5.6 Final Proposal Revisions

Should Final Proposal Revisions be required, Offerors should be aware that a complete understanding of the pricing, technical, and all other Terms and Conditions of the proposed BMA must exist between the Offeror and the BUYER at the conclusion of fact finding, discussions, and/or negotiations.

Any technical revisions or non-concurrence to negotiated BMA Terms and Conditions submitted in the final proposal revision will not be subject to further discussion or negotiation, and may render the offer unacceptable to the BUYER.

5.7 Changes in Material, Equipment, Processes

Offeror warrants that this proposal is based on Offeror’s previous experience and proven performance with respect to use of equipment and its components, materials of fabrication/construction, reliability of engineering and design, operability, efficiency, and all other factors and considerations relevant to the performance of equipment and materials in accordance with the SOW and/or specifications.

Page 19: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

SOLICITATION NO. 321575 SECTION A

Page 18 of 26 RFP Instructions

05/02/2019

If the Offeror decides to substitute equipment or processes or offer any untried materials, methods of fabrication/construction or process application, engineering design or performance for which the Offeror possesses no specific industrial experience meeting the specification requirements, then the Offeror shall so state. The untried feature(s) shall be identified. A method for verifying the untried feature(s) prior to use, such as through testing or inspection, shall be specified and included in the Offeror’s proposal.

5.8 BMA Key Personnel Requirements

The BUYER reserves the right to approve Key Personnel. The SUBCONTRACTOR’S Key Personnel must be assigned and identified in subsequent Releases under this BMA (reference Table 1, Key Personnel) exclusively and possess the minimum qualifications listed below. The Subcontractor shall not reassign or remove Key Personnel without prior written authorization of the BUYER. Whenever, for any reason, one or more of these individuals are unavailable for assignment for Work under this Subcontract, any replacement Key Personnel shall possess the minimum qualifications and experience required for the position.

When the BUYER finds that a correlation exists or appears to exist between a documented lack of the SUBCONTRACTOR’S performance and a lack of the SUBCONTRACTOR’S employee’s qualifications, or falsification of experience requirements, the SUBCONTRACTOR agrees to immediately replace that individual with another employee meeting at least the minimum qualifications appropriate to the Work being performed as specified above at no additional cost to the BUYER.

The SUBCONTRACTOR’S Key Personnel are considered essential to the Work. Prior to replacing any Key Personnel, or proposing a replacement, the SUBCONTRACTOR shall notify the BUYER in writing at least thirty (30) calendar days in advance and shall submit justification (including proposed substitutions) in sufficient detail to permit evaluation of the impact on the Work. No Key Personnel replacement shall be allowed by the SUBCONTRACTOR without the written consent of the BUYER’S Authorized Procurement Representative or BTR. The BUYER may stop Work until (a) A suitable replacement is accepted by the BUYER and is available for Site work and (b) The replacement is familiar with Site conditions and the BMA requirements. In any event, if Key Positions are not filled within fourteen (14) calendar days of a person leaving the Site, the SUBCONTRACTOR may be terminated for default under the General Provisions by the BUYER’S Authorized Procurement Representative.

Table 1. Key Personnel.

Title/Position Experience/Qualification Requirements

Senior Project Manager

Twenty (20) years’ experience managing large scale/complex construction projects including the following:

Establishing means and methods Managing Lower-Tier Subcontractors Integrating work force with customer’s onsite support personnel

Page 20: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

SOLICITATION NO. 321575 SECTION A

Page 19 of 26 RFP Instructions

05/02/2019

Managing union craft (e.g., pipefitters, iron workers, etc.) and professional personnel

Managing procurement activities Demonstrated ability to complete work while complying with the rigorous

environmental, safety and health, quality, and work management program requirements typical of aU.S. Government facility (minimum ten [10] years)

With nuclear facility construction/operation With earned value management techniques and methods Managing radiological work activities

Senior Superintendent

Twenty (20) years’ experience supervising construction projects, including: Eight (8) years’ site/project/subcontract management experience Five (5) years’ in civil operations (excavation, backfill, paving, etc.)

experience. Five (5) years’ mechanical equipment and piping fabrication/installation Managing union craft (e.g., pipefitters, iron workers, etc.) and professional

personnel Experience integrating work crews with customer support personnel,

including union personnel Demonstrated ability to complete work while complying with the rigorous

environmental, safety and health, quality, and work management program requirements typical of a Government facility (minimum three [3] years)

Experience performing construction Work under a work control program Must medically qualify for respirator use Including five (5) years ‘conducting radiological work activities

Senior Safety Professional

Twenty (20) years’ construction safety experience including: Ten (10) years’ construction/demolition/remediation Five (5) years’ hazardous waste site/facility experience including

radiological work activities Certified Industrial Hygienist (CIH) or Certified Safety Professional (CSP)

to ensure the technical and cultural aspects of safety and health are met [Part 10, Code of Federal Regulations, Part 851.20, “Worker Safety and Health Program,” Subpart C, Specific Program Requirements]

Minimum three (3) years’ Government site experience Experience with conducting work in a radiological environment Must medically qualify for respirator use

In lieu of CSP a Safety Professional with degree in a related field and twenty (20) years of safety experience will be considered.

Safety Professional

Ten (10) years’ construction safety experience including: Five (5) years’ construction/demolition/remediation Three (3) years’ hazardous waste site/facility experience Certified Safety Professional (CSP) to ensure the technical and cultural

aspects of safety and health are met [Part 10, Code of Federal Regulations, Part 851.20, “Worker Safety and Health Program,” Subpart C, Specific Program Requirements]

Minimum three (3) years’ Government site experience Experience with conducting work in a radiological environment Must medically qualify for respirator use

In lieu of CSP a Safety Professional with degree in a related field and ten (10) years of safety experience will be considered.

Page 21: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

SOLICITATION NO. 321575 SECTION A

Page 20 of 26 RFP Instructions

05/02/2019

Senior Quality Control Engineer

Twenty (20) years’ experience in QA/control including: Ten (10) years’ QA/control experience implementing NQA 1 Five (5) years’ Government site experience Five (5) years’ quality control/inspection

Quality Control Engineer

Ten (10) years’ experience in QA/control including: • Five (5) years’ QA/control experience implementing NQA 1 • Five (5) years’ Government site experience • Three (3) years’ quality control/inspection • Must medically qualify for respirator use

Senior Field Work Supervisor

(supervise high risk work)

Twenty (20) years’ experience in construction, demolition, and facility modification including:

Ten (10) years’ construction/demolition/remediation experience Five (5) years’ nuclear experience Five (5) years’ hazardous waste site experience Five (5) Experience with conducting work in a radiological environment Two (2) years’ operating/supervising hoisting and rigging equipment

operations Two (2) years’ operating/supervising heavy equipment operations Must medically qualify for respirator use

Field Work Supervisor

(supervise medium risk

work)

Ten (10) years’ experience in construction, demolition, and facility modification including:

Five (5) years’ construction/demolition/remediation experience Three (3) years’ nuclear experience Three (3) years’ hazardous waste site experience Two (2) years’ operating/supervising heavy equipment operations Two (2) years’ experience with conducting work in a radiological

environment Must medically qualify for respirator use

An exception to experience or qualification with a wavier approved by the Manager of Construction may be granted at the Company’s discretion.

5.9 Subcontractor Environment, Safety, Health and Quality (ESH&Q) Representation

Complete online at http://www.hanford.gov/tocpmm/files.cfm/PMM_ESHQ_Form.doc download and submit with proposal.

5.10 Quality Assurance Program (QAP) Manual

Provide an uncontrolled copy of the Offeror’s Quality Assurance Program (QAP) manual.

5.11 Small Business Subcontracting Plan

Offerors not certified as a small business for the assigned NAICS code 236210 are required to submit a subcontracting plan with proposals (for subcontracts totaling over $1.5 million in construction). The Plan should contain the information specified and be in the format

Page 22: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

SOLICITATION NO. 321575 SECTION A

Page 21 of 26 RFP Instructions

05/02/2019

described in the Federal Acquisition Regulation (FAR Clause 52.219-9, Small Business Subcontracting Plan).

5.12 Proposed Lower-Tier Subcontractors

Identify proposed lower-tier subcontractors using the attached Exhibit as identified.

5.13 Representations and Certifications

BUYER, relies upon Subcontractor’s current representations and certifications within a Federal web-based system, the System for Award Management (SAM), that centralizes and standardizes the collection, storage and viewing of many of the representations and certifications required by the Federal Acquisition Regulations.

a. The representation and certification information within SAM is still current; b. All statements and explanatory documentation submitted are current and accurate; c. Subcontractor complies with all requirements of State of Washington statutes,

ordinances, rules, and regulations, codes, and orders related to equal employment opportunity and operation of non-segregated facilities;

d. All Subcontractor employees who may work on BUYER’s premises or on the Hanford Site are not under the influence of controlled substances, drugs, or alcohol. Subcontractor agrees to the testing of assigned employees under BUYER’s program for controlled substance;

e. Subcontractor’s information in the BUYER’s registration system is current (no more than 12 months old); and

f. Subcontractor will update SAM on an annual basis.

In addition, the Offeror will need to be registered with BUYER through its vendor registration website and have obtained a vendor identification number and form number (password). If assistance is required, please contact BUYER Contract Support at [email protected].

5.14 Buy American Act Compliance

All materials provided by the offeror to perform the Work must be in accordance with the applicable Buy American Act provisions included in the Special Provisions. Any non-conformity will require prior written approval by a BUYER authorized procurement representative.

5.15 Government-Furnished or Acquired Property

The Special Provision article entitled “Government-Furnished or Acquired Property,” will apply to any resulting subcontract. Any Government-owned property transferred to the Subcontractor is listed in the Statement of Work. The Offeror’s proposal must indicate whether or not its property management system meets all of the criteria listed in the SP-12 Clause “Management of Government Property,” section titled “Subcontract Government Property Program.” If so, submit a copy of the Government-provided property system approval letter with the proposal. If the Offeror’s property system does not meet all criteria,

Page 23: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

SOLICITATION NO. 321575 SECTION A

Page 22 of 26 RFP Instructions

05/02/2019

by submission of this proposal, the Offeror agrees to cooperate with a BUYER/Government review of its property system to ensure system compliance.

5.16 Additional Information

Additional technical data as shown below is provided in Exhibit 1, “Information for Bidders,” for informational purposes only. This information will not be included in the Contract Agreement.

5.17 Acceptance or Rejection of Proposals

BUYER reserves the right to accept or reject any proposal with or without prior discussion with the Offeror. BUYER may:

Award a BMA on the basis of proposals received without discussions with Offerors (therefore, initial proposals should be submitted with the most favorable technical and price terms);

Select one or more Offerors to negotiate with and enter into discussions or negotiations with any or all Offerors prior to award. Negotiations do not constitute a rejection of the proposal nor a counter offer by BUYER;

Accept other than the lowest proposal and to accept or reject any proposal in whole or in part;

Reject any or all proposals received without notice or reasons; Cancel the solicitation without awarding a contract; Issue a request for new proposals; or If no proposal is accepted, to abandon the Work or to have the Work performed in

such other manner as BUYER may elect. Negotiate with all Offerors whose proposals are compliant to the requirements of

the RFP and are within the competitive range as determined by the BUYER in accordance with the Federal Acquisition Regulation (FAR) Part 15.306 (c).

Partial or incomplete proposals will not be accepted. Each Offeror will be informed whether or not its proposal was successful.

Item Document 1 Example Release Ax Control Trailer Installation 2 Example Release AX Farm Equipment Removal 3 GFE Equipment List 4 Regulated GFE Equipment List

5 Example Construction Specification 60023 “A/AX-Farms Waste Retrieval Project”

6 Example Construction Specification 62050 “222-S Ancillary Equipment Remodel”

7 Facilities List 8 Info to Bidders Future Release Work

Page 24: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

SOLICITATION NO. 321575 SECTION A

Page 23 of 26 RFP Instructions

05/02/2019

5.18 Acceptance of Requirements

The BMA resulting from this Solicitation will be substantially the same as the Model BMA that is contained in Part C of the Solicitation. Unless otherwise noted in the proposal, Offeror’s submission of a proposal signifies unqualified acceptance of all of the technical requirements and other terms and conditions of the BMA that are contained in or referenced in this Solicitation.

5.19 Exceptions to Technical Requirements and Other Terms and Conditions

Offeror must describe any exceptions (on the Agreement Exceptions form in Part B of this Solicitation) to the technical requirements and other terms and conditions of the Model BMA in Part C on which the proposal is based. BUYER considers compliance with the technical requirements and terms and conditions of the BMA to be essential. In case of doubt, Offeror should request clarification from the Procurement Specialist. If any exceptions are taken to the requirements of the Solicitation, the pricing shall be based on the requirements of the Solicitation and the exception(s) priced as alternates. If the proposal is based only on the proposed exceptions, BUYER may determine the proposal to be non-responsive.

5.20 Foreign Nationals

SUBCONTRACTORS intending to propose use of any Foreign National (non-US citizens), shall indicate their intent as part of the SUBCONTRACTOR’S proposal submission. After being selected for BMA Award but prior to start of performance: Foreign National requests will be processed in accordance with Hanford Site Security procedures, DOE Order 142.3a entitled Unclassified Foreign Visits & Assignment Program and Mission Support Alliance (MSA) Procedure MSC-PRO-SEC-392 entitled Unclassified Visits & Assignment by Foreign Nationals. Information for processing requests shall be submitted regardless if the Foreign National works on the Hanford site or elsewhere. Processing of any request are required to be completed/approved prior to commencement of any work. The lead time for processing Foreign National requests can take up to several months depending upon the country of origin and the subject matter involved. If Foreign Nationals are considered for use at any time under a BMA, SUBCONTRACTORS shall notify the Procurement Specialist and Hanford Security of the change. SUBCONTRACTORS shall adhere to the requirements for processing and approval as identified above for any changes in Foreign National use.

6.0 Notices

6.1 Identification of Proprietary Data

If the Offeror submits any data as part of its proposal, which it considers to be “proprietary data,” the document transmitting the data or which contains the data, shall be boldly marked indicating that the data included is considered to be proprietary.

Page 25: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

SOLICITATION NO. 321575 SECTION A

Page 24 of 26 RFP Instructions

05/02/2019

6.2 Certified Cost or Pricing Data

Offeror is not required to provide certified cost or pricing data with the proposal. However, the Offeror may be required to provide certified cost or pricing data prior to award if BUYER cannot determine that the acquisition is exempt from the requirements of PL 87-653 (Truth in Negotiations Act).

6.3 Financial Capability Determination Information

BUYER reserves the right, prior to award, to require Offeror to submit information which BUYER will use to make a determination whether Offeror has the financial capability to perform the contemplated BMA. Such information may include, but not be limited to annual reports; lines of credit with financial institutions and suppliers; and any other information that may be required to make the appropriate determination.

6.4 Pre-award Equal Opportunity Compliance Reviews

BUYER may require a pre-award review by the Department of Labor to determine compliance with Federal Equal Employment Opportunity laws and regulations (reference FAR 52.222-28). Information sufficient to support the review must be furnished upon request (FAR 52.222-26, and others).

6.5 Permits and Licenses

The Offeror shall submit with its proposal the Certificate of License number which grants authority to work as a Subcontractor in the State of Washington. If the Offeror does not have such license or certificate, a copy of the application for it shall be submitted with an estimate of time required for obtaining the license.

6.6 Employment Eligibility Verification (E-Verify)

BUYER anticipates that this award will be subject to the Employment Eligibility Verification requirements established in Federal Acquisition Regulations (FAR) clause 52.222-54.which requires the successful Offeror to enroll and utilize the E-Verify program. Enrollment is done via the Internet at the Department of Homeland Security Web site at http://www.dhs.gov/E-Verify. This requirement is applicable to awards that are more than $3,000 and considered commercial or noncommercial Services (except for commercial Services that are part of the purchase of a Commercial Off the Shelf (COTS) item (or an item that would be a COTS item, but for minor modifications) performed by the COTS provider, and are normally provided for that COTS item) or Construction. Subcontractors who are only suppliers are not subject to E-Verify.

BUYER reserves the right, prior to award, to require Offeror to submit information which BUYER will use to make a determination whether Offeror has successfully enrolled in the E-Verify program. Such information may include a copy of the last three (3) pages of the enrollment form (i.e., pages 11, 12, and 13) and any other information that may be required to make the appropriate determination.

Page 26: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

SOLICITATION NO. 321575 SECTION A

Page 25 of 26 RFP Instructions

05/02/2019

7.0 Attachments: Appendix A “Technical Response Template.”

Page 27: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

APPENDIX “A” TECHNICAL RESPONSE TEMPLATE 

 

Page 1 of 9 Technical Response 

Rev. 0, 05/01/19 

 

TECHNICAL VOLUME RESPONSE TEMPLATE

Offeror must complete each of the sections below regarding related experience, qualifications, capabilities, and personnel to be responsive to this request for proposal. Failure to complete each section shall disqualify OFFERORS unless the OFFEROR provides an acceptable exception in Section J.

This information provided in the OFFEROR’s responses to the sections below is for proposal evaluation purposes and will not be a part of the Subcontract. However, pertinent information from OFFEROR’S responses to the following sections will be included in Subcontract documents as necessary as determined by the BUYER.

The Technical Volume submittal shall include the following sections and attachments:

Section A: Team Identification Section B: Technical Capability, Qualifications, and Experience Section C: Personnel Qualifications Section D: Project Organization and Staffing Section E: Safety and Health Section F: Quality Assurance Section G: Technical Data Section H: Zero Tolerance for Retaliation Section J: Technical Exceptions and Deviations

SECTION A – TEAM IDENTIFICATION

The purpose of this Blanket Master Agreement subcontract (BMA) is to furnish safe, compliant, cost-effective, fabrication, construction, and commissioning Work in support of the TOC. This Work shall be implemented in accordance the provisions of the Davis-Bacon Act (DBA) contained in the Act of July 2, 1964 (Public Law 88-349-78 Stat. 238-239), and the Department of Labor regulations in implementation thereof (29 CFR, Parts 1, 3, 5). This Subcontract applies performance-based contracting approaches; expects the OFFEROR to innovate and implement techniques that maximize performance efficiencies and deliver completion on schedule.

This BMA will have a period of performance of twelve (12) months. The scope of this BMA is to perform the Work to plan and execute Tank Farm and related facility upgrade and retrieval sub-projects, as necessary, to support safe, reliable, and compliant storage, and tank waste retrieval, staging, delivery, and treatment/disposal efforts.

Company Information:

Provide the following for the Lead Potential OFFEROR and each lower-tier team member or primary OFFEROR: Company Name: Scope/Role: Duns Number: Socio-economic Status: Address: Point of Contact: Title: Phone Number: Email Address:

Page 28: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

APPENDIX “A” TECHNICAL RESPONSE TEMPLATE 

 

Page 2 of 9 Technical Response 

Rev. 0, 05/01/19 

 

SECTION B - TECHNICAL CAPABILITY, QUALIFICATIONS, AND EXPERIENCE

OFFEROR shall provide appropriate evidence of corporate technical capability and experience.

Please list specific projects that provide evidence of the capability and experience of your company (including team members and primary OFFERORs/vendors) in ALL the areas of Work included in the Scope of this BMA Subcontract. Please include the following information for each project:

Year, Customer & Location Project title Company performing the work Services provided that are directly relevant to this scope of work Description of the project and the type of activities Description of nuclear facility construction Description of specialty experience (radiological conditions, NQA1 fabrication/installation/testing, etc.) DOE/NRC Experience Point of Contact

Provide the following:

1. Narrative addressing the company’s qualifications and how they comply with the Request for Proposal (RFP)

2. Evidence of Washington State Contractor’s license. 3. Describe company’s record and/or OFFEROR’s record of performing fabrication and construction services

similar in size, content, and complexity to the requirements of the solicitation. Specific emphasis on previous projects over the past 10 years along with client contract references.

4. Experience working on government subcontracts (time & materials, cost reimbursable, labor hour with material pass-through cost), size/duration, and how current. Minimum experience 5 years.

5. Experience working in a complex radiological and chemical environments including hazardous waste sites, operating facilities, facility upgrades, and remediation/demolition of underground waste sites, pipelines, and facilities. Minimum experience 5 years.

6. Experience working with unions. Minimum experience 5 years. 7. Experience performing industrial construction activities in a highly regulated environment (DOE Orders,

Hanford Standardized Site Programs and Policies, etc.). Minimum experience 5 years. 8. Experience issuing, administering, and managing subcontracts and purchase orders with sub-tier

OFFERORs, vendors and suppliers. 9. Experience providing safety significant systems, structures, and associated support work. 10. Experience fabricating, installing, and testing remote operated equipment/piping requiring stringent

tolerances. 11. Experience performing commissioning of systems, equipment, and facilities. 12. Demonstrated past experience with managing NQA-1 Work to ensure compliance with specification

requirements. 13. Proposed lower tier OFFEROR and suppliers experience supports the proposed role. 14. Experience coordinating/establishing logistics (personnel housing, transportation, support facilities)

Page 29: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

APPENDIX “A” TECHNICAL RESPONSE TEMPLATE 

 

Page 3 of 9 Technical Response 

Rev. 0, 05/01/19 

 

SECTION C - PERSONNEL QUALIFICATIONS

OFFEROR shall submit resumes for the Key Personnel and demonstrate the personnel meet the requirements as defined in the General Instructions to Offerors Section 3.0 “OFFEROR Key Personnel”.

OFFEROR’s proposed Key Personnel have the qualifications and experience related to procurement/fabrication/testing/installation of projects of similar scope, size, conditions, and complexity.

Availability and resumes of Other Personnel available/required to provide support for various releases issued under this BMA.

Note : Successful Offeror will be required to support multiple releases working simultaneously. Purpose – demonstrate the capability to staff multiple projects. Demonstrate relevant/current Hanford training and qualifications.

SECTION D – PROJECT ORGANIZATION AND STAFFING

OFFERORS shall provide a typical project organization structure (chart) that identifies the relationships between the Prime OFFEROR and lower-tier teaming partners, the proposed Personnel, and interface with the BUYER. Quantity and titles of personnel and categories of home office personnel shall be clearly marked.

Provide a description of the OFFEROR’s organizational structure. Roles and responsibilities of each member of the organization shall also be included. The narrative shall define lines of authority, responsibility, and communication between teaming members with particular emphasis on safety management, interface between lower-tiers, and the BUYER.

Recent experience site experience indicates that Hanford Contractors are suffering from challenges getting and keeping enough skilled craftsman (electricians, pipefitters, nuclear laborers, etc.) to perform BUYER released Work. Detail the OFFEROR’s approach to recruit and retain skilled labor and experienced field supervision.

Provide a discussion of the methods/programs the OFFEROR plans to utilize to motivate and retain professional and craft personnel through completion of the project. Include a discussion of the safety and quality promotion programs the OFFEROR utilizes.

Provide a discussion on the OFFEROR’s methods/ability to staff multiple projects.

SECTION E - SAFETY and HEALTH

OFFERORS shall submit a narrative of the OFFEROR’S approach to an Integrated Safety Management System (ISMS) and conduct of operations. Narrative to include a discussion of implementing the requirements of the BUYER’s Worker Safety and Health Program; 10 CFR 851, as well as BUYER approved safety procedures and associated regulations that apply to this Work.

OFFEROR shall provide the EMR and OSHA data identified below. Demonstrate that the rate limits for the Prime OFFEROR and each lower-tier meet the requirements. The OFFEROR (including identified lower-tiers) shall have an EMR < 1.0 for each of the last three years. If the OFFEROR or sub-tier OFFEROR has an EMR > 1.0 and still wants to be considered, the OFFEROR MUST provide a written plan that identifies the

Page 30: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

APPENDIX “A” TECHNICAL RESPONSE TEMPLATE 

 

Page 4 of 9 Technical Response 

Rev. 0, 05/01/19 

 

root cause of the high EMR and what actions have been/will be taken to mitigate/correct the issue during the performance of this Work.

Expected Requirements

1. Offerors, including team members, must have an Interstate Experience Modification Rate (EMR) and a State EMR of 1.0 or lower for the current and previous three (3) calendar years.

2. Offerors, including team members, must demonstrate a good safety record as evidenced by 5 years of safety data (OSHA Recordable Injury Rate; OSHA DART rate).

3. Mitigation Plans for each company with an EMR greater than 1.0. The plan shall identify the root cause of the high EMR and what actions have been/will be taken to mitigate/correct the issue during the performance of this Work. The plan also shall include management’s actions to reduce the injury incident rate.

Interstate Experience Modification Rate (EMR) and State EMR for the most recent full calendar year and previous two calendar years (most recent three years total).

Interstate EMR for the past two years:

Most Recent Full Year: Previous Year 1: Previous Year 2: State EMR for the past two years:

Most Recent Full Year: Previous Year 1: Previous Year 2: OSHA recordable injury rate (OSHA 300 Logs) and OSHA “days away, restrictions and transfers” (DART) rate data for each the most recent full year and previous four calendar years (most recent five years total).

OSHA recordable injury rates (OSHA 300 Logs) for the past five full years:

Most Recent Full Year:

Previous Year 1: Previous Year 2: Previous Year 3: Previous Year 4: OSHA DART rates for the past five years:

Most Recent Full Year: Previous Year 1: Previous Year 2: Previous Year 3: Previous Year 4:

Page 31: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

APPENDIX “A” TECHNICAL RESPONSE TEMPLATE 

 

Page 5 of 9 Technical Response 

Rev. 0, 05/01/19 

 

SECTION F - QUALITY ASSURANCE

OFFERORS shall submit a Quality Assurance Program, implementing procedures, and audit reports that demonstrate the ability to meet the requirements in Statement of Work and Specification 01 40 00 “Quality Assurance”.

Expected Requirements

1. OFFERORS must have a Quality Assurance Program (QAP) that implements a graded approach and that conforms to the requirements of:

ASME NQA-1 2008 with 2009-1A Addenda, Parts I and II

2. OFFERORS must have experience applying its QAP to the aspects of work to be performed under the subcontract, including procurement, fabrication, welding, installations, testing, inspections, control of purchased items/services, safety significant structures /components, and construction services. OFFEROR’s QAP shall:

a. Apply national standards, as appropriate, to specific work activities b. Address detection and control of suspect/counterfeit items c. Have a suite of Implementing Quality Assurance Procedures d. Have a suite of Implementing Construction Procedures e. Have a suite of Implementing Procurement Procedures f. Have a suite of Implementing Document Control Procedures g. Have a suite of Implementing Supplier Evaluation Procedures h. Have a robust Corrective Action/Non-Conformance Program

3. The OFFEROR shall include a copy of its QAP and QAP implementing procedures/documents, and provide details of any QA audit and approval by any other major client or independent body in the last four years.

4. The OFFEROR shall provide the last 2 years’ data from the OFFEROR’s Issues Management System

including but not limited to; a. Non Conformance Reports (completed) b. Performance Evaluation Reports c. Corrective Action Plans

SECTION G – TECHNICAL DATA

The challenges associated with this scope of work will require that the OFFEROR’s Technical Approach and Capabilities be thoroughly evaluated to assure that the OFFEROR is Technically Qualified. OFFEROR shall demonstrate an understanding of the various types of work that maybe authorized under this BMA and provide details/discussion of the various programs, techniques and methods it intends to utilize to perform the Work released under the Blanket Master Agreement (BMA). Offeror shall submit the technical data, which the following:

1. OFFEROR shall provide a discussion of the approach to managing the Work released under this BMA. Include the planning, management approach, cost control/tracking, and integration of resources and activities to ensure successful accomplishment of multiple (and in some cases concurrent) releases issued under this BMA.

Page 32: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

APPENDIX “A” TECHNICAL RESPONSE TEMPLATE 

 

Page 6 of 9 Technical Response 

Rev. 0, 05/01/19 

 

2. OFFEROR shall demonstrate an understanding of how Work will be safely implemented and controlled (utilizing the BUYER’s work control program) to ensure the work is completed in accordance with safety, quality, and design document (drawings, specifications, etc.) requirements.

3. OFFEROR shall provide a discussion of the controls that they will utilize to ensure safety, quality, and schedule performance from vendors and sub tier OFFERORs.

4. OFFEROR’s to provide their approach to on-site housing, transportation, and support facilities (includes PPE and mask stations). Housing, moving people between jobs, and workshops near/in Hanford Tank Farms are all difficult logistics required to execute “in-farm” work.

5. BUYER will provide radiologically controlled (regulated) GFE equipment for the OFFEROR’s use inside the Tank Farm controlled areas. Provide a discussion of the OFFEROR’s understanding of the requirements for utilizing (moving, operating, etc.) regulated equipment and methods of decontaminating equipment when needed to move between farms.

6. OFFEROR to provide description of how it will handle materials including delivery, inspection, acceptance, storage, and control. Description to include a discussion of the OFFEROR’S program and the physical requirements to control both government and OFFEROR furnished materials, supplies and equipment. Provide a copy of OFFEROR’s property management procedures/program.

7. OFFEROR shall provide a description of the procurement methods and techniques the OFFEROR intends to implement to accomplish the Work. Include a discussion of the techniques your company/team intends to utilize to ensure the Government and the BUYER will be provided the best value and on time delivery from its vendors/suppliers, and sub tier OFFERORs (completive vs. best value bidding, delivery, milestone payments, etc.).

8. OFFEROR shall provide a description or procedure of the subcontract change control process the OFFEROR intends to implement to accomplish the Work, including lower tier OFFEROR/vendor change control process. Include a discussion, of how the OFFEROR’s change control process will be implement to mitigate the impacts to schedule and cost. Expected BUYER response time to requests for information and changes, early notification to avoid critical path impacts, etc.

9. OFFEROR shall provide its approach/plan to transitioning existing Work, materials, equipment, and facilities in a draft transition plan that the OFFEROR intends to implement to assume in progress Work. The plan shall include the following:

a. Safety b. Key Transition Activities c. Organization/Points of Contact d. Communication/Interface (with

BUYER, existing construction OFFEROR, vendors, etc.)

e. Transition Support Facilities (onsite/offsite)

f. Worker Transition g. Training h. Material, Tools, and Equipment

Transfer

i. Novation/Transfer of Existing OFFEROR Purchase Orders/Subcontracts

j. BUYER Support Requirements k. Deliverables l. Checklists m. Readiness n. Conceptual Schedule o. Action Tracking Log p. Risks

Page 33: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

APPENDIX “A” TECHNICAL RESPONSE TEMPLATE 

 

Page 7 of 9 Technical Response 

Rev. 0, 05/01/19 

 

The COMPANY’S transition management will focus on four main objectives:

1. Safety: maintain a safe and compliant work site during transition activities

2. Readiness Verification of New OFFEROR: Confirm the readiness for transfer of responsibilities from the incumbent OFFEROR to the new OFFEROR for assuming the tank farms construction BMA contractual performance responsibilities.

3. Oversight of Incumbent OFFEROR: Continue oversight of the incumbent OFFERORs during the transition/turnover period.

4. Interface with New OFFEROR: Provide guidance, direction, information, and feedback to the new OFFEROR as required by the subcontracts in support of timely transition.

5. Readiness of BUYER: Ensure the BUYER’s Subcontract Management Team is prepared to perform new subcontract oversight.

Detail the OFFEROR’s experience with and technical approach to implement OFFEROR’s Assurance Systems (CAS) including performance assessment and corrective action management. Describe the Offeror’s interface with the COMPANY’s CAS.

OFFEROR should include a description of innovations or other practices that it would propose to provide the best value to the BUYER and the Government.

II. Proposal Process for Subsequent Work Releases

Discuss the OFFEROR’S approach and process to provide proposals for subsequent subcontracts released under this BMA. Narrative to provide typical proposal response schedule.

III. Job Site Requirements

Provide comments/concerns on the support facilities being provided by the BUYER.

Provide a description of the OFFEROR’S time keeping/recording practices for craft and professional personnel. Include in the discussion a description of the certified payroll processing. Describe how the time keeping/records interface with invoicing.

IV. Training and Qualification

Describe how the OFFEROR’s training and qualification program will interface with the BUYER’S Program. Include the techniques and methods the OFFEROR utilizes to ensure personnel are qualified to perform work.

V. Assumptions

OFFEROR shall identify assumptions supporting the proposal.

SECTION H – ZERO TOLERANCE FOR RETALIATION

Offeror shall describe how OFFEROR’S Management will create a work environment that employees will work in a safety conscious work environment in which they are free to raise issues, concerns, and

Page 34: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

APPENDIX “A” TECHNICAL RESPONSE TEMPLATE 

 

Page 8 of 9 Technical Response 

Rev. 0, 05/01/19 

 

questions without fear of retaliation. Retaliation is any action that has the effect of punishing a person for engaging in legally protected activities (examples of retaliation could include harassment, intimidation, threats, coercion, or similar actions). Raising a concern that an employee reasonably believes reveals actual or potential damage to the environment, public health or safety, including workplace safety, waste, fraud, or abuse, or retaliation is protected by law .

☐ Offeror elects to use the BUYER Employee Concerns Program.

☐ OFFEROR maintains an Employee Concerns Program, a copy of which is enclosed with the Offeror’s Proposal.

SECTION J – TECHNICAL EXCEPTIONS AND DEVIATIONS

Offerors are encouraged to accept all terms and conditions set forth in the Request for Proposal (RFP). Offerors shall format their Proposals as closely as possible to the Request for Proposal Documents. If no exceptions and deviations are proposed by OFFEROR, check the box below. Failure to complete this form may be cause for rejection of OFFEROR’S Proposal. If unable to complete the requirements in Volume 1 identify the reason on Form I.

☐ No Exceptions or Deviations are requested.

In the event that OFFEROR is unable, for legitimate reasons of company policy or other bidding restraints, to accept COMPANY’s full terms and conditions, then OFFEROR may take such exceptions as set forth below. In the event that OFFEROR proposes ways of achieving significant “cost savings” to the COMPANY if certain exceptions or deviations to the RFP requirements are made, then OFFEROR may propose exceptions or deviations below. COMPANY wishes to emphasize that “significant cost savings” do not mean frivolous or minor claims of savings and may look with disfavor on Proposals containing only such. COMPANY does not represent that exceptions or deviations in this “cost savings” category will be accepted.

Refer precisely to which part of the RFP requirements the exception or deviation is being made. Each exception and deviation shall be submitted in the form of OFFEROR -proposed amendments to the RFP and must be listed separately by each Exhibit. No exceptions or deviations to the RFP documents shall be recognized unless expressly set forth herein and all other terms and conditions of the RFP documents shall remain in full force and effect.

☐ Exceptions taken are detailed below:

Notes:

Page 35: REQUEST FOR PROPOSAL (RFP) 321575 - hanford.gov · Protection Program (RPP), Integrated Safety Management System (ISMS), Chronic Beryllium Disease Prevention Program (CBDPP), Industrial

APPENDIX “A” TECHNICAL RESPONSE TEMPLATE 

 

Page 9 of 9 Technical Response 

Rev. 0, 05/01/19 

 

1) List the RFP document by exhibit and paragraph number for each proposed exception or deviation.

2) Provide impacts to Subcontract Schedule (if any) and cost (plus or minus) to BUYER under “Cost/Schedule” column.

3) Under the “Reason” column, list the reason(s) for each exception or deviation proposed. Offerors are requested to keep their explanation brief.

OFFEROR PROPOSED TECHNICAL EXCEPTIONS/DEVIATIONS

Exhibit Paragraph Exception/Deviation Cost and/orSchedule Impact Reason

Continue the table as required.


Recommended