Federal Bid

Last Updated on 03 Aug 2019 at 8 AM
Sources Sought
Nevada

Refuge Station

Solicitation ID 2019-McKenzie
Posted Date 10 Jul 2019 at 2 PM
Archive Date 03 Aug 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Security Technologies Llc
Agency Department Of Energy
Location Nevada United states
Mission Support and Test Services, LLC (MSTS), further referred to as CONTRACTOR, under contract to the Department of Energy (DOE), National Nuclear Security Administration Nevada Field Office (NNSA/SFO) is seeking sources, further referred to as SUBCONTRACTOR to provide components and expertise to repurpose an existing underground mine drift into a Refuge Station capable of housing one-hundred and twenty-five (125) people for a minimum of forty-eight (48) hours. CONTRACTOR is seeking sources to supply the components to buildout an existing drift and is not seeking the typical, custom-built Stand-Alone Refuge Chamber. CONTRACTOR's purpose for the Refuge Station is as a refuge for all persons underground who are not able to reach the surface in the event of an emergency. CONTRACTOR defines an emergency event to include underground fire, hazardous toxic spill, toxic air discharge, chemical spill or a failure of the underground utilities.

CONTRACTOR plans to strip drift down the existing drift to bare walls and install new utility (air, water, compressed air, electrical) connections from current Mine Complex systems to enable connection to SUBCONTRACTOR's components. Should CONTRACTOR's Mine Complex lose power, SUBCONTRACTOR's UPS will power all components in the Refuge Station for a minimum forty-eight (48) hours to sustain one-hundred and twenty-five (125) people. CONTRACTOR's Mine Complex is not classified as a potentially gassy or gassy facility and is not under purview of the Mine Safety Health Administration (MSHA). CONTRACTOR's list of required components that SUBCONTRACTOR is required to provide must include:

1. Air Supply/filtration system for the U1a Complex compressed air system
2. Air Scrubber - Removal of Carbon Monoxide and Carbon Dioxide.
3. Compressed Oxygen cylinders supply
4. Battery Backup
5. Cooling
6. Seating
7. Bulkhead Doors

CONTRACTOR's existing drift is approximately four-thousand one-hundred and fifteen (4,115) square feet and thirty-four thousand and thirty-nine (34,039) cubic feet. CONTRACTOR's existing drift is approximately one-hundred and seventy-six (176') feet in length and ranges in height from eleven (11') foot three (3") to fifteen (15') feet and in width from eleven (11') foot six (6") inches to twenty (20') feet. An additional equipment vestibule is approximately six-hundred (600) square feet and eight-thousand two-hundred and four (8,204) cubic feet and ranges in size from a width of twelve (12') feet to twenty (20') feet and in height from twelve (12') feet to fifteen (15') feet.

CONTRACTOR will expect SUBCONTRACTOR to provide technical assistance during the construction of the Refuge Station. SUBCONTRACTOR's technician(s) will consult during the construction, testing, certification, maintenance and operational training. SUBCONTRACTOR's technician(s) will perform non- contact work and be strictly "hands-off" assistance.CONTRACTOR will expect SUBCONTRACTOR will conform to the following codes and standards to satisfy the required Refuge Station components:

1. Safety Health Standards - 30 CFR, Part 7 - Testing by Applicant of Third Party.
2. Safety Health Standards - 30 CFR, Part 57 - Surface Metal and Non-Metal Mines.
3. Safety Health Standards - 30 CFR, Part 75 - Mandatory Safety Standards Underground Coal Mines.
4. International Tunneling and Underground Space Association - ITA Report 14 - Guidelines for the Provision of Refuge Chambers in Tunnels Under Construction, May 2014.
5. NFPA 520 - Standard on Subterranean Spaces.
6. NIOSH - "Occupational Exposure to Heat and Hot Environments", Section 9.1.2.

Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a capability statement that includes enough detailed information that demonstrates your experience to perform this type of work.  Interested parties shall also provide a recommended plan for the insertion of the Refuge Station components into the mine, their reassembly, commissioning and operational training.

Please provide the following information:
• Firm's name:
• Address:
• Business Telephone number:
• Your firm's web address:
• Point of Contact (POC):
• Phone Number(s) for Point of Contact:
• Email address for Point of Contact:
• Number of years your firm has engaged in the business under its present business name:
• Number of years your firm has engaged in controlled environmental refuge stations:
• Does your firm have a GSA contract and if so what is the number?
• Any DOD or DOE awards received or subcontracts successfully completed?
• Provide an outline of the Refuge Station components maintenance requirements including when maintenance is required (dates or hours of operation).
• Provide an outline of the required Refuge Station testing to maintain ongoing certification (dates and hours of operation).
• Provide a copy of your firm's warranty for the Refuge Station components.
• Please provide your firms NAICS number.

 

 

 

Bid Protests Not Available

Similar Past Bids

Lakewood Colorado 13 Jul 2021 at 10 PM
Location Unknown 06 Jul 2012 at 5 PM
Los angeles California 28 Jan 2020 at 5 AM
Shaw Mississippi 18 Jul 2005 at 5 AM
Location Unknown 12 Mar 2009 at 7 PM

Similar Opportunities

Falls church Virginia 16 Jul 2025 at 6 PM
Schofield barracks Hawaii 10 Jul 2025 at 7 PM
Alaska 26 Jul 2025 at 4 AM (estimated)
Oregon 09 Jul 2025 at 11 PM