Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2006 FBO #1805
SOLICITATION NOTICE

A -- Operation and Maintenance of the West Valley Demonstration Project, West Valley NY

Notice Date
11/3/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
EM Consolidated Business Center, Office of Contracting, 250 E. 5th Street, Suite 500, Cincinnati, OH
 
ZIP Code
00000
 
Solicitation Number
DE-AC24-81NE44139-1
 
Response Due
12/18/2006
 
Archive Date
6/18/2007
 
Small Business Set-Aside
N/A
 
Description
Description The Department of Energy (DOE), Environmental Management Consolidated Business Center (EMCBC) Office of Contracting, intends to issue a sole source modification to extend the period of performance under contract DE-AC24-81NE44139 with West Valley Nuclear Services Company to provide for interim services to safely and economically maintain and monitor the West Valley Demonstration Project (WVDP) during the period required to complete the competitive acquisition under Solicitation DE-RP30-06CC30000, West Valley Demonstration Project Interim End State Acquisition. The period required and for which the contract will be extended is not less than 30 days and not more than twelve months. The services required under the extension are for the management and operation of a former commercial high level waste reprocessing facility during the required timeframes beginning January 1, 2007. The services as described below will include the monitoring, handling and safe shipment/transportation of radioactive waste, including transuranic (TRU) waste, low level radioactive waste (LLW), mixed waste(MW), mixed low level waste (MLLW), sodium bearing wastewater radwaste treatment system drum cell waste and industrial waste. The services required are necessary to perform facilities operation and site support services. These services include but are not limited to the following:(1) operate the Remote Handled Waste Facility (RHWF) (a facility that is used to sort and repackage LLW, MLLW, TRU and Mixed TRU waste; (2) Perform other activities including but are not limited to waste characterization, processing, decontamination and packaging activities for TRU and other high activity wastes that require remote handling and processing. (3) Perform waste management activities including but not limited to characterization, processing, and packaging of legacy and all other waste generated as a result of contract activities. Such wastes includes but not limited to legacy wastes, nuclear materials, industrial waste, sanitary waste, HW, LLW, and MLLW. (4) Shipment of waste with a pathway for disposal to DOE licensed and/or permitted commercial storage, treatment, or disposal sites. (5) Maintain and Monitor facilities/infrastructures necessary for the safe operation of the WVDP. Facilities and infrastructures include but are not limited to heating, ventilation, air conditioning and refrigeration systems (HVAC&R), electrical distribution systems, steam, hot water, and chilled water utility distribution systems, energy management control systems (EMCS), fire alarm/protection systems, generators/Uninterruptible Power Supply (UPS), both the interior and exterior of buildings, exterior and interior lighting systems, Domestic and sanitary plumbing systems, wastewater treatment system (including ponds and lagoons), all other tasks necessary to support and maintain the day-to-day operation, occupancy and environmental conditions for the WVDP. Monitor, maintain and operate facilities/infrastructure and provide compliance support for site environmental compliance activities which include but are not limited to operation, monitor and maintain the North Plateau Groundwater Recovery System for the mitigation of the North Plateau Strontium-90 Plume, perform environmental monitoring, analysis, and assessment activities for on-site effluent monitoring, on and off-site environmental surveillance, measurement of both radiological and non-radiological constituents, surveillance, continuous collection and recording of data from soil, sediment, water, air, and other samples, comply with Section 3008(h) Administrative Order on Consent, 6 NYCRR 373-2, 6 NYCRR 373-3, and the RCRA Part A, support RCRA Part B permit application process for ongoing activities compliance. (6) Decontaminate, deactivate, demolish, dismantle, remove, and/or dispose of, contaminated and uncontaminated site facilities as directed by DOE. (7) Maintain the High Level Waste (HLW) Canisters currently in storage in a safe compliant configuration in the Main Plant Process Building (MPPB), this effort includes but is not limited to monitoring physical condition of the canisters to identify and remediate any conditions or deficiencies with the facility or canisters that are or could become detrimental to the continued safe storage of the canisters and compliance with DOE and other regulatory requirements for storage of HLW. The statutory authority permitting other than full and open competition is Section 303(c) of the Federal Property and Administrative Services Act of 1949, as amended by the Competition in Contracting Act [41 U.S.C. 253(c) (1)], implemented under FAR 6.302-1(a) which authorizes other than full and open competition when there is only one responsible source and no other supplies or services will satisfy agency requirements. The present contract is with the West Valley Nuclear Services Company and is due to expire on December 31, 2006. Site services need to continue without disruption in order to assure the protection of the workers, the public, and the environment. The shipment of legacy LLW and operation of RHWF are necessary to meet the requirements of the WVDP Act and maintain the qualified and experienced workforce. Therefore, this necessitates the award of a sole source extension to the incumbent contractor, West Valley Nuclear Services Company. The intent of this sole source procurement is to provide the necessary and required site services from January 1, 2007 for up to 12 months until award and transition to a competitively awarded contract for the Interim End State requirements. THIS IS NOT A FORMAL SOLICITATION FOR REQUEST FOR PROPOSALS UNDER FAR PART 15 OR AN INVITATION FOR BIDS UNDER FAR PART 14. IF PARTIES CHOOSE TO RESPOND, ANY COST ASSOCIATED WITH THE PREPARATION AND SUBMISSION OF DATA OR ANY OTHER COSTS INCURRED IN RESPONSE TO THIS ANNOUNCEMENT ARE THE SOLE RESPONSIBILITY OF THE RESPONDENT AND WILL NOT BE REIMBURSED BY THE GOVERNMENT. Interested parties believing that they have all of the capabilities described above may submit capability statements to provide all of the services, including a demonstration of the ability to meet all of the needs identified above within the required timeframes. The capabilities statement describing and demonstrating the above, shall be submitted within 45 days of publication of this notice. Any such responses should be directed to: U.S. Department of Energy, 175 Tri-County Parkway, Springdale, OH 45246-3222 Attention: Derrick J. C. Franklin. Point of Contact Derrick J. C. Franklin, Contracting Officer, 513-246-0103, Derrick.Franklin@ohio.doe.gov; Mary Jane Scouten, Contract Specialist, 716-942-4179, Mary.Jane.Scouten@wv.doe.gov Email your questions to Mary Jane Scouten, Contract Specialist at Mary.Jane.Scouten@wv.doe.gov
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/2546122AC18B691B8525721A0052BB8B?OpenDocument)
 
Record
SN01175684-W 20061105/061103220233 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.