Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2003 FBO #0504
MODIFICATION

H -- Analytical Services

Notice Date
4/16/2003
 
Notice Type
Modification
 
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
Reference-Number-RFI-MWW-001
 
Response Due
5/14/2003
 
Archive Date
5/29/2003
 
Point of Contact
Michael Wells, Director, Procurement and Materials Management, Phone 509-373-2078, Fax 509-372-8036,
 
E-Mail Address
Michael_W_Mike_Wells@rl.gov
 
Description
Amendment 2 has been issued for this statement of interest which replaces the NAICS code. The new NAICS code for this is 562910, Environmental Remediation Services (500 employees). CH2M HILL Hanford Group, Inc. (CH2M HILL) in conjunction with the U.S. Department of Energy (DOE) Tank Farm Contract, is soliciting interest and information from qualified firms having the capability of performing analytical services (laboratory management; inorganic, organic and radiochemical analyses; methods development and process troubleshooting) for the analysis of radioactive and/or hazardous waste samples. The DOE has announced the pending transfer of the 222-S Laboratory to CH2M HILL, the primary user of the Laboratory?s analytical services. In addition to supporting CH2M HILL, the Laboratory provides site-wide analytical services for the Hanford site. CH2M HILL is interested in contracting with a nationally recognized laboratory organization to gain commercial efficiencies in operations. This will be a local business preference solicitation. To be considered local, interested parties must be operating in the local vicinity of the Hanford site for the duration of any resulting contract. For interested parties not presently operating within the local vicinity, but plan to respond to the proposed solicitation, sufficient details showing such planning so as to be fully operational at the time of contract award (September 2003) shall be required to be submitted with their proposal. Further it is the intent of CH2M HILL to provide the maximum practical opportunity for small businesses to participate in contract performance. Therefore, small businesses, small women-owned businesses, small disadvantaged businesses, and small service-disabled businesses are encouraged to apply and/or participate in teaming agreements to participate in contract performance. The applicable North American Industry Classification System (NAICS) code for determining size status is 541380. Interested parties are hereby requested to review and provide comments on the information provided herein. Closing date for this RFI is May 14, 2003. An informational session on the existing analytical services will be conducted on April 24, 2003. Tour schedules of the facility will be announced at the meeting. Participants will be advised where to meet for the tour. The tour will be restricted to two individuals for each firm who will participate. A draft Request for Proposal (RFP) is anticipated to be released on or about June 18, 2003. There will be a second tour conducted after the draft RFP has been issued for those parties who wish to attend. CH2M HILL is requesting interest and information on 3 options for analytical services: 1. Management and direction of the 222-S Analytical Laboratory on the Hanford site that is being transferred to CH2M HILL, as a member of the CH2M HILL team. 2. Becoming an approved subcontractor to CH2M HILL in charge of the analytical services scope performing the analyses for CH2M HILL including absorbing the current equipment and staff (augmented as appropriate) into the subcontract organization to complete the necessary scope. 3. Performing some or all of the analytical services scope at offsite operations The successful Contractor shall be required to accept the Labor Agreement in place with the Hanford Atomic Metal Trade Council (HAMTC-AFL-CIO) at the time of contract award. The terms of this Labor Agreement will be applicable to these employees until the Contractor executes a new labor contract with HAMTC. The successful Contractor will be required to offer employment to transferring HAMTC represented personnel. These bargaining unit employees will become employees of the Contractor as of the effective date of the Contract for Options 2 and 3. Any grievances/arbitrations occurring after the start of this work shall be the responsibility of the Contractor. The number of personnel, craft specialties, wage rates, etc. will be made available in the draft RFP. The successful Contractor will be expected to consider offering positions to the existing exempt and non-exempt staff. The number of exempt and non-exempt personnel and their specialties will be made available in the draft RFP. The existing equipment and instrumentation located in the 222-S Laboratory will be made available to the Contractor for Options 1 and 2, provided it is deemed suitable for release under Government and CH2M HILL procedures. Equipment and instrumentation that can be made available and is deemed suitable for use by the Contractor will be made available for use at no additional cost to the Contractor. The successful Contractor shall be required to give priority to CH2M HILL?s and other Hanford site contractors? analytical services requirements. The total annual volume of analytical services work is estimated to be $30M with currently around 25,000 analyses consisting of 20% organic analyses (PCB, VOA, SVOA), 30% radiochemistry and 50% inorganic analyses (primarily metals). Additional analytical service needs and equipment in support of the Office of River Protection Project may become a part of the final Request for Proposal. The successful Contractor must comply with the following codes, standards and other requirements as specified within task orders as well as applicable Federal, State and local laws, licensing and regulations: ? A Quality Assurance Program based on voluntary national consensus standards such as the National Environmental Laboratory Accreditation Program (NELAP), NQA-1 etc. and meeting the requirements of Code of Federal Regulations 10 CFR 830, Nuclear Safety Management, Subpart A, Quality Assurance and the Hanford site?s analytical quality requirements document, HASQARD. ? A Safety Management Program designed to ensure the facility is operated in a manner that adequately protects workers, the public, and the environment, and consistent with 48 CFR 970.5223-1, ?Integration of environmental, safety and health into work planning and execution?. ? OSHA 1910.1450 ? Resource Conservation and Recovery Act (RCRA) ? 10 CFR 820, General Statement of Enforcement Policy (Price Anderson Amendment Act). The enforcement actions require compliance with 10 CFR 820, Procedural Rules for DOE Nuclear Activities, 10 CFR 830 Nuclear Safety Management, 10 CFR 835 Occupational Radiation Protection and 10 CFR 708, Contractor Employee Protection. Depending on the nature of the services being provided, suppliers and subcontractors may be subject to enforcement actions of these regulations. Please advise if your firm has quality programs in place to comply with these PAAA requirements. ? General Information: o Name of Firm o Point of Contact o Mailing Address o Phone Number o Company Size Status as defined by NAICS Code 541380 In addition to the information on the above, please include a concise narrative that provides a summary of your technical/analytical capabilities, your general experience, and the proposed options you are interested in, including teaming and supporting organizations. Interested parties should send their expressions of interest, comments and statement of qualifications to CH2M HILL at: CH2M HILL Hanford Group, Inc P.O. Box 1500 2440 Stevens Center Drive Richland, WA 99352 Attn: M.W. Wells, Director of Procurement and Material Services Expressions of interest, comments and qualifications must be received on or before 4:00 P.M. PST on May 14, 2003.
 
Place of Performance
Address: Hanford Site, Richland, WA
Zip Code: 99352
Country: USA
 
Record
SN00304893-W 20030418/030416213352 (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.