Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 30, 2002 FBO #0332
SOLICITATION NOTICE

11 -- TRU Waste Market Survey

Notice Date
10/28/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Energy, CH2MHill Hanford Group, Inc. (DOE Contractor), Office of River Protection, 2440 Stevens Center, Richland, WA, 99352
 
ZIP Code
99352
 
Solicitation Number
CHG07
 
Archive Date
11/23/2002
 
Point of Contact
Mike James, Procurement Specialist, Phone 509-376-2718, Fax 509-376-0825, - Mike James, Procurement Specialist, Phone 509-376-2718, Fax 509-376-0825,
 
E-Mail Address
michael_e_james@rl.gov, michael_e_james@rl.gov
 
Description
TRU Market Survey CH2MHill Hanford Group, Inc. (CH2M Hill) is a Prime Contractor to the U.S. Department of Energy, Office of River Protection. CH2M Hill requests that firms who have experience providing either the equipment, services, or both that meet or exceed the minimum requirements indicated below for the retrieval, treatment, dewatering, and/or packaging of transuranic (TRU) waste further described below reply to this market survey/search. CH2M Hill is requesting information as to the type, availability, and estimated price of equipment, services, and/or equipment and services combined that are current, commercial, ?off the shelf,? and demonstrated/proven to perform any phase or aspect of retrieval, treatment, dewatering, and/or packaging for delivery of TRU waste that is being stored in single shell and double shell storage tanks. CH2M Hill is requesting this data as part of an ongoing reassessment of its strategy to retrieve, treat (if required), package, and otherwise make ready for delivery to authorized disposal sites the below described TRU Waste. This request for information/market search is a follow-up to a request for information issued in June/July 2002. CH2M Hill is further assessing its strategy for disposition of TRU materials and is in need of additional specific information. CH2M Hill is not seeking the same data that was previously requested in June/July 2002. For those that responded to the previous request for information, please do not duplicate the information previously provided. I. Data being requested includes, and is not limited to: A. Information about equipment and/or systems that can be operated by on site workers or by vendor personnel to perform the entire process, or any task or aspect of removing (i.e., retrieval), treatment (if necessary), and packaging the below described TRU Waste sludge from carbon steel tanks while mitigating airborne releases. Wastes may be in the form of dry, hard solids, and also wet slurries, depending on the tank conditions. Sludges may range from one (1) to fifteen (15) feet deep. B. Technical data sheets, pictures, drawings, specifications, recommendations on vendor provided training and/or technical support for operation and/or maintenance, delivery times, prices, and any other information that clearly indicates the type, make, model, capabilities, retrieval rates, and configuration of equipment, tools, mobile systems, and/or stationary systems. C. If your firm provides a complete retrieval, treatment, and packaging system and the service to operate it, please provide the above-described technical data of the system and a description of the corresponding service (e.g., makeup of the crew, crew size, tasks performed, etc.). II. Description of TRU Waste to be retrieved, treated, dewatered, and packaged for delivery to an authorized disposal site. [Transportation and delivery to authorized disposal site(s) of packaged TRU Waste is to be performed by others.]. CH2M Hill has categorized, for purposes of this market search, TRU Waste into that which can be ?Contact Handled? and that in which can be ?Remote Handled.? Below are the descriptions of this TRU Waste for each category and minimum requirements. A. TRU Waste ? Contact Handled 1. Stored in Single Shell twenty (20) feet diameter tanks that have a capacity of 55,000 gallons, and are thirty-five (35) feet from the top of the soil to bottom of tank. Each tank has four (4) each twelve (12) inch risers. There are a maximum of eight (8) tanks from which TRU sludge are to be dispositioned. There are also one (1) (perhaps 2) larger single shell tanks that are contact handled, are seventy-five (75) feet in diameter, 530,000 gallons each, forty (40) feet from the top of the soil to bottom of tank, and each has four (4) each twelve (12) inch risers. 2. TRU Waste is a sludge that may be broken up and vacuumed out or otherwise removed. Equipment access ports or lids exist on the tanks. 3. TRU Waste sludge is generally believed to be dry (i.e., no free liquids) but some may be wet and mud-like. Free liquid may be encountered. Surface of sludge is friable but may be harder below the surface. Equipment must be capable of continuous and safe operations in this environment. 4. Minimum Equipment or System Requirements. a. Processing rate to be not less than 12,000 gallons per day. ?Processing? consists of retrieval, treatment (if required), packaging in accordance with Waste Isolation Pilot Plant (WIPP) Waste Acceptance Criteria (WAC) requirements (see http://www.wipp.carlsbad.nm.us/library/wac/CH-WACRev0.1.pdf and http://www.wipp.carlsbad.nm.us/library/wac/CH-WACImplementGuidance.pdf), and otherwise making ready for shipment and delivery to authorized disposal site(s). Shipment and delivery to be performed by others. b. A minimum of 730,000 gallons to be processed and packaged ready for delivery to an approved disposal site not later than September 1, 2006. A maximum has not yet been determined. In the data being provided to CH2M Hill, please advise what the maximum capacity of the equipment and/or system is and whether such can be enhanced. c. Packaging is to meet WIPP WAC requirements. d. Considering all of the above information, please include in the data to be provided an explanation of the time needed to deliver the equipment to the tank(s) site, time needed to test and make ready for production, time needed to relocate from one tank to another and begin production at the next tank, and time needed to complete the processing of 730,000 gallons of Contact Handled TRU Waste. e. Provide data indicating the layout and approximate footprint and weight of the assembled system including all equipment, skids and associated ancillary equipment. f. Provide data indicating the utility requirements and infrastructure needs. B. TRU Waste ? Remote Handled 1. Stored in three (3) double shell seventy-five (75) feet diameter tanks having a capacity of approximately 1 million gallons each, and are approximately fifty-five (55) feet from the top of the soil to bottom of tank. Access and availability varies between tanks and includes four (4), six (6), twelve (12), thirty-six (36), or forty-two (42) inch risers. 2. TRU Waste Characteristics. The TRU sludge contained in the double shell tanks is (i) a sludge that is mixed with and/or settled under a liquid phase, (ii) wet and contain free liquids, (iii) will not have the same characteristics as the sludge in the single shell tanks (i.e., TRU waste ? Contact Handled), (iv) pumped by CH2M Hill or Government Furnished Equipment at 80 gallons per minute intermittent, (v) 680,000 gallons total TRU sludge, and (iv) 0.5 Ci/L. 3. Minimum Equipment or System Requirements. a. Ability to process, as a minimum, the TRU Waste described in II.B.1 and 2 above, and, retrieve, as a minimum, TRU waste that is twenty percent (20%) solids by weight, slurry with a 1.4 specific gravity. b. Equipment and/or service for packaging is to include dewatering, placement of an absorbent, etc. as may be required. Remote-handled TRU acceptance criteria are not yet available. Respondents should consider the Contact-Handled TRU WIPP WAC requirements noted in II.A.2.a above as a planning basis. c. It may be that washing or dewatering the retrieved slurry could result in changing the Remote Handled TRU Waste Slurry to a Contact Handled Waste. d. It is highly desirable that the water use and content be minimal. e. Total of 680,000 gallons to be processed and packaged ready for delivery to an approved disposal site not later than September 1, 2006. f. Provide data indicating the layout, approximate footprint, and weight of the assembled system including all equipment skids and associated ancillary equipment. g. Provide data indicating utility and infrastructure requirements to be provided by CH2M Hill at the site or work. This is only a market survey to determine what is available in order for CH2M Hill to reassess our strategy. CH2M Hill may or may not issue a solicitation related to this market survey; however, CH2M Hill does reserve its right to discuss or conduct negotiations with any supplier or respondent to this market search that it deems appropriate to meet our application. Any questions are to be submitted in writing via e-mail to Michael__E_James@rl.gov. [Note: double underscore/underline between ?michael? and ?e.?]; or faxed to the attention of Mike James at 509-376-0825. All data to be provided is to be mailed via postal service or overnight mail courier, or emailed, to the below indicated addresses, and marked to the attention of Mike James, Procurement and Contracts, MSIN H6-16. Please submit information in a manner to ensure that it is received not later than the close of business on November 8, 2002. If mailed via Postal Service or Overnight Mail Service (e.g. Airborne Express, Fed X, etc) CH2M Hill Hanford Group, Inc. PO Box 1500 OR, if using an overnight mail service, 2440 Stevens Drive Richland, WA 99352 Attn: Mike James Contracts & Procurement Mail Stop H6-16 If Emailed: Please submit in either MS Word or in PDF formats to: Michael__E_James@rl.gov (two underscores between the words, ?Michael? and ?E.?) It is preferred that information not be Faxed; however, if Fax is used, please ensure that the data provided is also mailed. In addition, CH2M Hill shall not pay costs associated with the responses to this request and makes no warranty of the total amount of equipment to be acquired under any subsequent order(s) or contract(s) that may result.
 
Place of Performance
Address: 2440 Stevens Drive, Hanford Site, Richland, WA
Zip Code: 99352
Country: USA
 
Record
SN00194737-W 20021030/021028213214 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.