Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2007 FBO #2138
SOURCES SOUGHT

99 -- Design/Build - Management & Execution: CWI SODIUM/NAK TREATMENT SYSTEM FOR THE REMOTE WASTE DISPOSITION PROJECT

Notice Date
10/2/2007
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Energy, CH2M-WG Idaho, LLC (DOE Contractor), CH2M-WG- Idaho, 1580 Sawtelle P.O. Box 1625, Idaho Falls, ID, 83415, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-SS-CWI-Sodium-NaK-TreatmentSys
 
Response Due
10/31/2007
 
Archive Date
11/14/2007
 
Point of Contact
James (Jim) Alberico, Project Procurement Manager, Phone 208-526-0733, Fax 208- 526-6510 , - Natalie Packer, Small Business Program Manager, Phone 208-526-2025, Fax 208-526-1340
 
E-Mail Address
James.Alberico@icp.doe.gov, natalie.packer@icp.doe.gov
 
Description
SOURCES SOUGHT: BUSINESSES TO PROVIDE DESIGN AND BUILD SERVICES IN SUPPORT OF THE IDAHO CLEANUP PROJECT'S SODIUM/NAK TREATMENT SYSTEM FOR THE REMOTE WASTE DISPOSITION PROJECT.----CH2M-WG Idaho, LLC (CWI), is a FAR Based Contractor under contract with the Department of Energy (DOE) to perform cleanup at the Idaho National Laboratory (INL) Site near Idaho Falls, Idaho. CWI is seeking qualified businesses that have thorough knowledge, experience and resources to provide management and execution of design and build services for sodium (Na) and sodium/potassium (NaK) waste treatment process for treating remote-handled (RH) Low-Level Waste (LLW) and Transuranic (TRU) waste contaminated with residual or bulk amounts of elemental Na or NaK. The treatment process equipment will be installed by CWI with subcontractor technical support and operated remotely by CWI in an existing shielded hot-cell at the INL. Considerable quantities of RH waste are stored at the INL Site. In accordance with federal and state legal and regulatory requirements, this waste must be processed and repackaged in preparation for final land disposal. Because capabilities to process RH waste do not currently exist at the INL Site, the Remote-handled Waste Disposition Project (RWDP) has been proposed to provide this capability. The mission of the RWDP is to open, segregate, characterize, treat, repackage, and ship for final disposition RH waste from more than 900 waste liners. --Waste components that are Na contaminated may not be directly disposed of without removal of the Na metal and/or NaK. Much of the Na contaminated waste is suspected to have limited (i.e., residual) quantities of sodium or NaK, while a few of the waste liners contain larger quantities of Na or NaK. The Na/NaK inventory is approximately 1500 gallons of Na and 100 gallons of NaK. Most of the inventory (~80%) is associated with eight Na cold traps. ----This is a sources sought announcement designed to identify and qualify potential sources interested in this project. This announcement is not a solicitation. Companies who submit a qualified response will be maintained on a list as sources for a possible future solicitation. It is anticipated that a request for proposal will be issued approximately Summer 2008. ----Respondents' pre-qualification submittal packages shall include the following: 1) PROJECT EXPERIENCE: a) List at least two similar projects that respondent has performed during the last five years. The listed projects must be similar in scope and involve work of similar complexity as the work covered by this notice. b) For each project listed provide i) client name, and name, title, email and telephone number of the client point of contact, ii) dollar value, iii) description of respondent's scope, and iv) contract type and dates of performance. The client point of contact must be able to address respondent's performance. 2) FINANCIAL CAPABILITY: Provide respondent's Annual Report or current audited financial statement and current quarterly financial statement. (Only one copy of the financial documents is required.) 3) QUALITY PROGRAM: Provide a copy of the table of contents of the respondent's Quality Assurance Program (QAP). The respondent must have an established NQA-1-2000 or newer quality assurance program. 4) SUBTIERS: If respondent will have subtier subcontractors, the scope that each subtier is proposed to perform must be identified and the applicable backup documentation identified in Items 1 through 3 above must be provided for each subtier. ----Submittal packages must be limited to 50 pages, however, financial documents are not required to be included in the page count. For the sake of consistency, structure your submittal to match the order of the 1-4 submittal requirements as listed above and use standard 3 ring binders. ----TELEPHONE CALLS WILL NOT BE ACCEPTED----QUESTIONS MUST BE SUBMITTED BY EMAIL to james.alberico@icp.doe.gov---As solely determined by CWI, the omission or failure to correctly and satisfactorily respond to any pre-qualification criterion as required above may result in the respondent's elimination from further consideration.----INTERESTED SUBCONTRACTORS SHALL SUBMIT four (4) hard copy submittal packages to: Jim Alberico, CH2M-WG Idaho, LLC, Idaho Cleanup Project, P.O. Box 1625, Idaho Falls, ID 83415-2503; If SENDING VIA OVERNIGHT SERVICE, send to street address: CFA 601, Scoville, ID 83415 .----SUBMITTALS MUST BE RECEIVED NO LATER THAN 4:00 p.m. Mountain Standard Time on October 31, 2007.
 
Place of Performance
Address: Idaho Cleanup Project/Idaho National Laboratory Site, (approx 50 miles west of Idaho Falls, ID), Scoville, ID
Zip Code: 83415
Country: UNITED STATES
 
Record
SN01426707-W 20071004/071002223305 (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  © 1994-2020, Loren Data Corp.