CH2M HILL Plateau Remediation Company

REQUEST FOR PROPOSAL NO: 295815

TITLE: PURCHASE 5 WIDE MOBILE OFFCE TRAILER

December 6, 2016

Dear Prospective Offeror:

Request for Proposal No: 295815

CH2M HILL Plateau Remediation Company (the Buyer) is interested in receiving proposals for the purchase of a five (5) wide office room trailer in support of the Waste Encapsulation and Storage Facility (WESF) project, Richland, Washington, under Prime Contract DE-AC06-08RL14788 with the U.S. Department of Energy.

Information regarding the product required and instructions for the preparation and submission of proposals are contained in the Request for Proposal (RFP) 295815 which is posted on CHPRC’s internet site:

This Solicitation requires all Contractors submitting proposals to access the Supply Chain

Management Center (SCMC) eSourcing Tool. The SCMC eSourcing Tool is being implemented at CHPRC and is designed to efficiently collect pricing information in a central location. It also provides the Contractor a short timeframe to revise pricing information prior to final acceptance by CHPRC.Upon receipt of Contractor’s notification of intent to propose CHPRC will provide the Contractor an email notification with a link to the SCMC eSourcing event including access instructions.

Events typically last 10-20 minutes. The eSourcing Tool will designate a ranking of the Contractor’s price when compared against the lowest price received. During this time, the Contractor may revise (decrement) their pricing downward. Prices cannot be increased.

If the Contractor’s price is revised to the lowest received price within the last two minutes of an event, the clock will automatically reset to two minutes remaining to allow other Contractors to consider further adjustments to their pricing. Each auction item will have a defined minimum decrement value.The minimum decrement value represents the lowest dollar amount by which the price of an item must be reduced as compared to the contractor’s last successfully submitted bid. For example if the decrement amount is $5, a price reduction of $4 cannot be entered; however any amount of $5 or above may be entered.

The tool will not disclose the Contractor’s proposed price to other Contractors nor will it disclose the lowest proposed price. A ranking is all that is provided.

This Solicitation and resultant award is considered a negotiated procurement. Submitting

the lowest priced proposal does not guarantee award. CHPRC must complete a full technical

evaluation prior to making an award determination. CHPRC reserves the right to conduct negotiations prior to award or to award a Purchase Order based upon initial Contractor’s proposal and without further discussions. In the unlikely event of a discrepancy among any of the Contractor’s documents or information submitted through the eSourcing website, the information received and confirmed by CHPRC shall govern.

The eSourcing Event will begin at 1 p.m. PST Tuesday December 13, 2016 and end at 1:20 p.m. PST

The anticipated schedule for this solicitation activity is as follows:

Notification to Buyer of Intent to ProposeMonday December 12, 2016 no later than 4pm

eSourcing EventTuesday December 13, 2016 @ 1 pm

Proposal Due to CHPRC Wednesday December 14, 2016 no later than noon

Anticipated Contract Award:Wednesday December 22, 2016

Sincerely,

Karin Garcia, Contract Specialist

Material Services

CH2M HILL Plateau Remediation Company

REQUEST FOR PROPOSAL NO: 295815

TITLE: PURCHASE 5 WIDE MOBILE OFFCE TRAILER

TABLE OF CONTENTS

SECTION A – REQUEST FOR PROPOSAL

1.0INTRODUCTION

2.0BASIS OF AWARD

2.1Acceptance or Rejection of Proposals

2.2Irregularities, Proposal Costs

2.3Award Notification

3.0PROPOSAL PREPARATION INSTRUCTIONS

3.1Proposal Content

3.2Volume I – Technical Proposal

3.3Volume II – Cost/Price and Contractual Proposal

3.4Offeror’s Acceptance

3.5Exceptions to Technical Requirements and Other Terms and Conditions

3.6Proposal Validity Period

4.0PROPOSAL SUBMITTAL DIRECTIONS

4.2Deadline

4.3Submittal Address

4.4Withdrawal

4.5RFP Amendments

5.0NOTICES TO OFFERORS

5.1Anticipated Award Date

5.2Precedence of Requirements

5.3North American Industry Classification System (NAICS) Code and Size Standard

5.4Identification of Proprietary Data

5.5Certified Cost or Pricing Data

5.6Financial Capability Determination Information

5.7Small Business Set Aside

5.8Subcontracting

5.9Ship to Address

5.10Required Price Support Information

5.11Buy American Act

SECTION B – RFP ATTACHMENTS

1.0Attachment 1 – PRICING SPREAD SHEET

2.0Attachment 2 – Statement of work checklist

3.0Attachment 3 – Special Provisions - Representations and Certifications

Acronyms

BTRBuyer’s Technical Representative

DOEDepartment of Energy

NAICSNorth American Industry Classification System

QAQuality Assurance

RFPRequest for Proposal

SOWStatement of Work

The BuyerCH2M HILL Plateau Remediation Company

SECTION A – REQUEST FOR PROPOSAL

1.0INTRODUCTION

CH2M HILL Plateau Remediation Company (The Buyer) acting under its contract with the Department of Energy, requests you to submit a proposal for a firm fixed price type of contract to provide mobile office trailers.

Section A describes the basis of award, proposal submittal requirements, proposal instructions, and notices to Offerors.

Section B contains Representations and Certifications and other documents, which Offerors are to complete, sign and return with their proposal.

Section C is the Draft Contract, which is in an accompanying file. Itcontains:

  • Part I – Statement of Work
  • Part II - Financial Terms
  • Part III – General Provisions
  • Part IV – Special Provisions

The Buyer may determine that any proposal not submitted in accordance with this Request for Proposal (RFP) is non-responsiveand reject the proposal.

2.0BASIS OF AWARD

The Buyer will award this procurement to the responsible Offeror whose offer conforms to the requirements of this solicitation and provides the most advantageous technical, price proposal, and delivery to The Buyer. The Buyer may award one or more contracts as a result of this RFP.

Award of this solicitation will be made to the responsive, responsible Offeror with the lowest evaluated price.

2.1Acceptance or Rejection of Proposals

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

  • award a contract 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;
  • reject any or all proposals received;
  • issue a request for new proposals; or
  • cancel the RFP without awarding a contract.
  • Irregularities, Proposal Costs

The Buyer may waive minor informalities and irregularities in offers received. If the Buyer cancels this RFP, the Buyer is under no obligation to pay proposal preparation costs.

2.3Award Notification

The Buyer will notify all of the Offerors after the Buyer selects an Offeror for award. There will be no public opening of proposals.

3.0PROPOSAL PREPARATION INSTRUCTIONS

Organize the proposal as described in the following sections. Emphasize completeness and clarity. Do not submit elaborate brochures or other material.

3.1Proposal Content

Proposals shall be organized in the manner listed in Sections 3.2-3.3 below. Each volume of the proposal shall be separate and complete. Omit all cost or pricing details from the technical proposal. Where estimated labor hours will provide clarity, propose them as hours only with no indication of price in the technical proposal.

The following documents make up a complete proposal package:

3.2Volume I – Technical Proposal

Volume I shall consist of the Offeror’s completed SOW checklist (Attachment 2), and if any items on the checklist cannot be met, please provide a separate document detailing the issues. The Offeror shall provide one (1)original via email of this volume to .

Delivery of the trailer shall be not later than March 1, 2017.

3.3Volume II – Cost/Price and Contractual Proposal

Volume II shall consist of the Offeror’s proposed pricing and delivery utilizing the attached pricing sheet (Attachment 1) and a completed/signed Representations & Certifications form (Attachment 3).

Calculate the delivery date of the trailer from date of award, based upon an award date of 12/22.

Early Payment Discounts

1.Discounts for early payment will not be considered in the evaluation of Offers unless there is a tie situation of Offers in which early payment discount terms may be used as the deciding factor for award determination.

2.Discounts for early payment may be offered either in the original Offer or individual invoices submitted under the resulting Contract, and discounts offered will be taken by the Buyer if payment is made within the discount period specified.

3.Discounts that are included in an Offer become a part of the resulting Contract and are binding on the Contractor for all invoices billed against the Contract. Discounts offered only on individual invoices will be binding on the Contractor only for the particular invoice on which the discount offered

4.Time will be computed, for discount computation purposes from the:

a.Date of delivery of the supplies to carrier when delivery and acceptance are at the point of origin;

b.Date of delivery at destination or port of embarkation, when delivery and acceptance are at either of those points; or

c.Date of receipt by the Buyer of a properly executed invoice to the date the check is mailed.

Evaluation of Discount

Discounts for early payment will be considered in the evaluation of this Offer. The minimum days offered with discount that will be considered are 10.

A separate invoice shall be issued for each delivery. No invoice shall be issued prior to delivery of goods and no payment shall be made prior to receipt of goods.

Discount periods will be computed from the date of receipt of a correct invoice or receipt of merchandise, whichever is later, to the date the Buyer’s check is mailed. Unless freight and other charges are itemized, discount will be taken on full amount of invoice

3.4Offeror’s Acceptance

The contract, if any, resulting from this RFP will be substantially the same as the draft contract that is contained in the accompanying file. Unless otherwise noted by the Offeror in its proposal, Offeror’s submission of a proposal signifies the Offeror’s unqualified acceptance of all of the technical requirements and other terms and conditions that are contained and referenced in this RFP and the accompanying draft contract file. Interpretations established by the Offeror to any part of this RFP may be considered an exception, and may render the proposal being considered non-responsive and dropped from evaluation and award considerations.

3.5Exceptions to Technical Requirements and Other Terms and Conditions

The Offeror shall describe any exceptions to the technical requirements and other terms and conditions of the sample contract on which the Offeror’s proposal is based. Offerors are notified that the Buyer considers the Offeror’s compliance with the technical requirements and terms and conditions of the accompanying draft contract to be essential. In case of doubt, Offeror should request clarification from the Buyer. If the Offeror takes any exceptions to the requirements of the RFP, the pricing shall be based on the requirements of the RFP and the exception(s) priced as alternates. If the Offeror’s proposal is based only on the proposed exceptions, the Buyer may determine that the proposal is non-responsive.

3.6Proposal Validity Period

A proposal shall remain firm for60 days after the proposal due date.

4.0PROPOSAL SUBMITTAL DIRECTIONS

4.1Notification of Intent to Propose

Offerors must notify CHPRC via email to by 4:00 p.m. on Monday, December 12, 2016, indicating that the Offeror intends to submit a proposal in response to this RFP.

PRICING PROPOSALS WILL BE PROVIDED DURING AN ESOURCING EVENT TO BE HELD ON December 13, 2016 AT 1PM. ONLY THOSE OFFERORS PROVIDING NOTICE OF INTENT WILL BE INVITED TO PARTICIPATE.

This Solicitation requires all Contractors submitting proposals to access the Supply Chain

Management Center (SCMC) eSourcing Tool. The SCMC eSourcing Tool is being implemented at CHPRC and is designed to efficiently collect pricing information in a central location. It also provides the Contractor a short timeframe to revise pricing information prior to final acceptance by CHPRC.Upon receipt of Contractor’s notification of intent to propose CHPRC will provide the Contractor an email notification with a link to the SCMC eSourcing event including access instructions.

4.2Deadline

Proposals are due by 12pm on WednesdayDecember 14, 2016. The Buyer reserves the right to reject any proposal received after the deadline.

4.3Submittal Address

The preferred method of proposal submission is via e-mail:

E-mail address is . The Offeror may contact the Contract Specialist via telephone to verify that the Contract Specialist received the proposal. The Contract Specialist’s telephone number is (509) 376-3497.

4.4Withdrawal

Proposals may be withdrawn by written notice received by the Contract Specialist at any time prior to award.

4.5RFP Amendments

If this RFP is amended, unless otherwise stated, all terms and conditions that are not modified will remain unchanged. The Offeror shall acknowledge receipt of all amendments by stating in the proposal that the Offeror has received the amendment(s) and has considered it/them in formulating the proposal.

5.0NOTICES TO OFFERORS

5.1Anticipated Award Date

The anticipated award date for this RFP is December 22, 2016.

5.2Precedence of Requirements

In the event of a conflict among the provisions, the RFP instructions, the RFP correspondence, other documents and the resulting contract, the terms of the contract shall govern.

5.3North American Industry Classification System (NAICS) Code and Size Standard

The Buyer has determined that North American Industry Classification System (NAICS) Code 321991applies to this acquisition. Therefore, the size standard for determining whether an Offeror is a small business in regard to this acquisition is 1,250 employees or less.

5.4Identification of Proprietary Data

If the Offeror submits any data as part of their Proposal, which is considered by the Offeror to be “proprietary data”, the document transmitting the data or which contains the data, shall be boldly marked indicating that the data included are considered to be proprietary. To the extent that the restrictive marking prevents Buyer from distributing the documents for evaluation or use, the marking may render the proposal non-responsive.

5.5Certified Cost or Pricing Data

The Offeror is not required to provide certified cost or pricing data. However, the Buyer may require the Offeror to provide certified and/or non-certified cost or pricing data prior to award if the Buyer cannot determine that the acquisition is exempt from the requirements of PL 87-653 (10 USC Sec. 2306a).

5.6Financial Capability Determination Information

The Buyer reserves the right, prior to award, to require the Offeror to submit information that the Buyer will use to make a determination whether the Offeror has the financial capability to perform the contemplated contract. Such information may include, but not be limited to: annual reports; lines of credit with financial institutions and suppliers; SEC Form 10K, and any other information that may be required by the Buyer.

5.7Small Business Set Aside

Proposals made under this acquisition are solicited from Small Business Concerns, including; Small Disadvantaged, Small Women-Owned, Service Disabled Veteran and HUBZone small businesses. Any resulting Contract shall be performed solely by Small Businesses. Proposals received from concerns that are not Small Businesses shall not be considered for award.

Small Women-Owned and Service Disabled-Veteran Owned Business may self-certify their business size

The following Small Business Concerns must be certified by the Small Business Administration (SBA):

Small Disadvantaged Business Qualifications: A small business must be at least 51% owned and controlled by a socially and economically disadvantaged individual or individuals. African Americans, Hispanic Americans, Asian Pacific Americans, Subcontinent Asian Americans, and Native Americans are presumed to quality. Other individuals can qualify if they show by a “ preponderance of the evidence“ that they are disadvantaged. All individuals must have a net worth of less than $750,000, excluding the equity of the business and primary residence. Successful applicants must also meet applicable size standards for small businesses in their industry.

HUBZone Small Business Qualifications: A firm can be found to be a qualified HUBZone concern, if:

It is small,

It is located in an “historically underutilized business zone”(HUBZone)

It is owned and controlled by one or more U.S. Citizens, and

At least 35% of its employees reside in a HUBZone.

5.8Subcontracting

Contractor may not subcontract any significant portion of this contract without first obtaining concurrence of CHPRC to the proposed subcontract scope and subcontractor(s).

Contractor is responsible to incorporate and flow down all appropriate provisions and requirements of this contract to all lower-tier contractors and subcontractors.

Contractor shall furnish CHPRC a list of all proposed lower-tier subcontractors who will be performing work on the Hanford site and those proposed subcontractors who will be performing a significant portion of the off-site work. The list must be furnished prior to award and updated with changes during contract performance. Use the Subcontracting form and instructions located on this web page:

CHPRC reserves the right to:

  • reject any proposed subcontract or subcontractor as incomplete or unsuitable
  • require submittal of the proposed subcontract before contract award or prior to performance of any work on site
  • require the replacement, at contractor’s expense, of any subcontractor who fails to adhere to all of the applicable provisions and requirements of this contract.
  • Ship to Address

All shipping containers and paperwork are to be marked with the following legend:

U.S. Department of Energy

c/o CH2M HILL Plateau Remediation Company, Inc.

2355 Stevens Dr.

Richland, WA, 99352

*Delivery will be made approximately 22 miles from the above address

5.10Required Price Support Information

The Buyer may request the seller submit information sufficient to determine that the prices or costs being charged are reasonable, fair and realistic. Such information may include pricing, sales, or cost information that is pertinent to establishing the pricing or costs being charged.

Certified cost or pricing data need not be submitted.

5.11Buy American Act

In accordance with the Buy American Act (BAA, FAR part 25) domestic end products as defined in the BAA shall be afforded an evaluation preference in this action. Products of foreign origin may not be supplied unless evaluated and agreed to by Buyer prior to contract award. Contractor certifies that all other products, supplied on this contract are Domestic products as defined in the BAA.

SECTION B – RFP ATTACHMENTS