Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2003 FBO #0640
SOURCES SOUGHT

A -- Alternatives for Non-Destructive Assay (NDA) Characterization of large Containers to Allow Shipping in TRUPACT III Without Resizing and/or Repackaging

Notice Date
8/29/2003
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box A Aiken, SC 29802
 
ZIP Code
29802
 
Solicitation Number
DE-RA09-03SR22278
 
Response Due
10/14/2003
 
Point of Contact
Angela Sistrunk, Contracting Officer, 803-952-9236, a.sistrunk@srs.gov;Parodio Maith, Contract Specialist, 803-952-9487, parodio.maith@srs.gov
 
E-Mail Address
Email your questions to Parodio Maith, Contract Specialist
(parodio.maith@srs.gov)
 
Description
The Department of Energy?s (DOE) Savannah River Operations Office (SR) announces the availability of Program Research and Development Announcement (PRDA) No. DE-RA09-03SR22278 entitled ?Alternatives for Non-Destructive Assay (NDA) Characterization of Large Containers to Allow Shipping in TRUPACT-III Without Resizing and/or Repackaging? expected to be published on or about (September 15, 2003). The PRDA supports the missions of the Office of Science & Technology (OST) and the Waste Isolation Pilot Plant (WIPP), Office of the Assistant Secretary for Environmental Management (EM), U.S. Department of Energy (DOE). The objective of this procurement is to select and demonstrate innovative technologies for alternatives to characterization of large containers (up to 5.5?x5.5?x8.5?) of Transuranic (TRU) waste without opening the containers. This project will significantly reduce the baseline costs of disposal, eliminating the requirement for costly resizing and/or repackaging. The proposed work for this project is structured into Phase I, Phase II, and Phase III. In the first phase, the selected contractor(s) will be expected to develop a technical approach, schedule, detailed system design, and a detailed cost estimate for the full-scale NDA unit and for development in Phase II for the Nondestructive Assay (NDA) characterization of large containers to allow shipping transuranic waste (TRU) in TRUPACT-III without resizing and/or repackaging. One contractor will be selected from the Phase I contractor(s) to proceed into Phase II. The selected contractor in Phase II will fabricate, install and demonstrate the NDA characterization of large containers as proposed in Phase I in order to allow the certification of the NDA system for the characterization of TRU waste in large containers. Phase III, funded separately by the DOE Carlsbad Field Office (CBFO), will be the actual certification related activities. Phase I will be performed at the contractor?s site. Demonstration of the selected system in Phase II is planned to be performed at the DOE Savannah River Site (SRS), SC. If the SRS Site cannot participate as the demonstration site, the alternate demonstration site will be the DOE Hanford Site. While the contractor will perform Phase I at its site, field visits may be necessary to compliment the work at the contractor?s site. To demonstrate the NDA system at SRS Site in Phase II, the contractor is expected to conform to SRS Site?s requirements. The selected contractor will demonstrate knowledge of the SRS Site Environmental Safety and Health (ES&H) requirements. All ES&H issues related to hazardous operations are the responsibility of the contractor and will be coordinated with the DOE CBFO/SRS Site personnel. All work at the SRS Site must be approved by the DOE SRS Site personnel, and the appropriate regulatory agencies as may be needed. This requires careful planning, scheduling, and adherence to all applicable procedures (e.g. health and safety, waste management) and DOE Orders. Failure to meet these conditions would risk implementation of the project. Phase I _ Evaluating Characterization Techniques/Propose Conceptual Model The goal of Phase I is to model and develop the concept for NDA characterization of TRU waste in large containers that would result in confidence in a full scale system that would best meet the specification requirements. These requirements come from the Waste Isolation Pilot Plant (WIPP) Waste Acceptance Criteria (WAC). Phase I will develop a detailed design and cost estimate for a full-scale system for demonstration in Phase II. The Phase I proposed NDA characterization systems will be evaluated to validate the conceptual model meeting the requirements, therefore performance predictions including detector efficiency, limitations, and container handling provisions are important. Phase II Demonstration to Validate Conceptual Model The goal of Phase II is to demonstrate the characterization technology selected in Phase I and validate the proposed conceptual model. The objective is to confirm the performance of the NDA system and allow for its certification for the characterization of TRU waste in large containers without resizing and or repackaging. Because this work will be performed on the SRS Site, the contractor will be required to comply with site-standard health and safety and operating procedures. Among these requirements will be approval of a Work Plan that describes how the work will be done and a Health & Safety Plan. Close coordination with the CBFO/SRS Site personnel will be expected to ensure compliance with site standards. The key deliverables at the end of this project will be comprehensive reports on the measured performance of the NDA system for the characterization of TRU waste in large containers. The deliverables will include: 1) a calibration report, 2) total measurement uncertainty report, 3) software and hardware configuration reports, 4) procedures for operation/calibration/quality assurance, and 5) performance demonstration program or equivalent evaluation. Phase III Certification Phase After successful completion of Phase II, and at the discretion of the Carlsbad office, it is anticipated that the successfully demonstrated NDA system will proceed towards certification. This activity, if pursued, will culminate in a certification audit. It is anticipated that a successfully certified NDA system will be duplicated for use at other DOE sites (e.g.- Hanford, LANL). It is also anticipated that these subsequent deployments will require a maintenance contract, support contract, and operational contract (with minimally three full-time equivalents for system operational support) at each site. Once released the solicitation will be available for downloading from the DOE Industry Interactive Procurement System (IIPS) internet page. At this internet site you will also be able to register with IIPS, enabling you to submit a proposal. If you need technical assistance in registering for any other IIPS function, call the IIPS Help Desk at (800) 683-0751 or E-mail the Help Desk personnel at IIPS HelpDesk@e-center.doe.gov. The solicitation will only be available in IIPS; no hard (paper) copies of the solicitation and related documents will be made available. Small businesses are encouraged to participate. Point of Contact: Angela M. Sistrunk, Contracting Officer, (803) 952-9236, a.sistrunk@srs.gov. All questions are to be submitted through IIPS using the ?Submit Question? feature.
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/F05CDC49AD89F9BA85256D910063FE00?OpenDocument)
 
Record
SN00415963-W 20030831/030829213433 (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.