Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2008 FBO #2239
SOLICITATION NOTICE

22 -- Exercise of Option 1

Notice Date
3/4/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
9800 South Cass Avenue Argonne, IL 60439
 
ZIP Code
20585
 
Solicitation Number
DE-AC02-99CH10888
 
Response Due
4/18/2002
 
Archive Date
12/31/2008
 
Point of Contact
James Bieschke, Contracting Officer, (630) 252-2120, james.bieschke@ch.doe.gov;David Hess, Contract Specialist, 630 252-2677, david.hess@ch.doe.gov
 
E-Mail Address
David Hess, Contract Specialist
(david.hess@ch.doe.gov)
 
Small Business Set-Aside
N/A
 
Description
MOX FUEL PROJECT - OPTION 1 The Chicago Operations Office of the Department of Energy plans to exercise Option 1 to Contract DE-AC02-99CH10888 for Mixed Oxide (MOX) Fuel Fabrication and Reactor Irradiation Services in support of the National Nuclear Security Administration's Fissile Material Disposition Program. The goal of this element of the program is to safely disposition 34 metric tons of U.S. surplus weapons-grade plutonium. To that end, DOE has pursued the transformation of plutonium oxide powder derived from the surplus plutonium to the spent fuel standard (making the plutonium as difficult to recover and as unattractive for use in weapons as the plutonium in existing commercial spent nuclear fuel). This requires both fuel fabrication and reactor irradiation services. It has been DOE's preference that both of these services be coupled and integrated by a single entity. On March 22, 1999, Contract Number DE-AC02-99CH10888 was awarded to the consortium Duke, COGEMA, Stone & Webster, LLC (DCS), currently located at 128 South Tryon Street, Charlotte, NC 28202, as a base contract with three options, for MOX Fuel Fabrication and Irradiation Services. These services include the design, construction, licensing, operation and deactivation of the MOX Fuel Fabrication Facility (MFFF); performing fuel qualification and fuel design activities necessary to obtain NRC approval for the use of MOX fuel in commercial light water reactors (CLWR's); performing reactor core design, reactor facility modification design and modifications, and licensing activities required to permit the irradiation of MOX fuel elements in CLWR's; design and procurement of fresh MOX fuel transportation packages; and the managerial and technical integration of all activities. The consortium approach has maximized private sector participation and provides for the coordination of all services within the consortium. The consortium approach also has encouraged traditional business relationships among fuel designers, fuel fabricators, reactor vendors, reactor operators, and architect-engineers, including retaining the long-standing relationship between utilities and their fuel fabricators. Negotiations and contractual relationships have also been simplified by the consortium approach. The initial ("Base") contract is a cost-plus-fixed-fee contract for facility design, license application, and fuel qualification activities. Specifically, the Base portion of the contract includes the following: · Design and initial licensing activities for the MFFF; · Fuel qualification activities, including fuel design activities; · Irradiation services activities, including reactor core design, the identification and design of required reactor facility modifications, and submittal of license amendment documentation; · Design of MOX Fresh Fuel Transportation Package and obtaining a Certificate of Compliance from the Nuclear Regulatory Commission for the package; · Managerial and technical integration of all contract activities. The scope of Option 1 will include the following: · Construction management services to include procurement and management of all construction sub-contracts, procurement and installation of facility equipment, and Title III engineering; · Functional check-out and cold start-up of the MFFF; · Defense of required Nuclear Regulatory Commission (NRC) licensing applications for the MFFF and mission reactors; · Performing required facility modification's to the mission reactors; · Procurement of fresh MOX fuel assembly shipping packages; · Managerial and technical integration of all contract activities. The selection of DCS for award of the base contract and the three options was the result of a competitive selection process involving a source selection board. The solicitation required prospective Offerors to provide an integrated technical approach to MOX fuel fabrication, qualification, irradiation, and transportation in a manner similar to standard practices in the commercial nuclear industry. By their nature, each of these technical elements is inextricably tied to the others. The source selection board determined that the technical approach proposed by DCS would result in the lowest cost and least risk method to meet the commitments of the Surplus Plutonium Disposition Program. The proposal submitted by DCS included the application of certain limited rights data, owed by the partner companies and subcontractors, in the performance of the contract statement of work. Because the work products developed during the Base portion of the contract are integral to the performance of Option 1 activities, so are the limited rights data provided by the DCS partners and subcontractors integral to the performance of Option 1. Any alternative technical approach to perform the Option 1 statement of work would require DOE to duplicate a significant portion, if not all of the contract costs incurred to date for the implementation of an alternate technical approach. Therefore, in accordance with FAR 6.302-1 "Only one responsible source and no other supplies/services will satisfy agency requirements", it has been determined that DCS is the sole designer, licensee, and construction manager of the MFFF, defender of NRC licensing documents for the MFFF and mission reactors, constructor of modifications to mission reactors, and purchaser of fresh MOX fuel assembly shipping packages. As such this option will be negotiated on a sole source basis with DCS. It is anticipated that a performance based Cost Plus Incentive Fee Option with a period of performance from date of exercise through March 2007 will be awarded. Performance will take place primarily in Charlotte, NC, Aiken, SC, and France. Though this option will be negotiated on a sole source basis with DCS, all responsible sources who believe they can perform the efforts described herein may submit a proposal detailing their capabilities which will be considered by the agency. Such capability statements may be faxed to Mr. David Hess at (630) 252-5045. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-MAR-2002). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 11-JAN-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Click here for further details regarding this notice.
(http://www.fbo.gov/spg/DOE/PAM/HQ/DE-AC02-99CH10888/listing.html)
 
Record
SN01484384-F 20080113/080111232407 (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.