Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2010 FBO #3015
SOURCES SOUGHT

F -- Sources Sought for EMAC Oak Ridge Cleanup Contract ETTP

Notice Date
2/23/2010
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Oak RidgeU.S. Department of EnergyP.O. Box 2001Oak RidgeTN37831
 
ZIP Code
37831
 
Solicitation Number
DE-SOL-0001551
 
Response Due
3/2/2010
 
Archive Date
4/1/2010
 
Point of Contact
ETTPSEB@oro.doe.gov, 865-574-5563
 
E-Mail Address
SEB Email
(ETTPSEB@oro.doe.gov)
 
Small Business Set-Aside
N/A
 
Description
The U. S. Department of Energy (DOE), Oak Ridge Office (ORO), is seeking qualified businesses (including teams or joint ventures) to complete the environmental cleanup and decontamination and decommissioning (D&D) activities remaining at the East Tennessee Technology Park (ETTP) and continue performance of limited EM operational activities supporting cleanup at the Oak Ridge National Laboratory (ORNL) and Y-12 National Security Complex (Y-12) in Oak Ridge, Tennessee. A cost-plus-award fee contract under NAICS Code 562910 is anticipated for this effort. This announcement is part of market research and responses are sought to identify sources that have the comprehensive knowledge, skills, and capacity to perform these requirements. The cleanup scope at ETTP includes environmental remediation, decontamination, decommissioning, and demolition of hazardous and radioactively contaminated facilities, as well as, disposition of legacy low and mixed low-level waste. The estimated cost for this effort is in the range of $900M - $1.4B. The scope for decontamination and decommissioning of the remaining facilities includes planning, deactivation of utilities, asbestos and other hazardous material abatement, equipment dismantlement, structure demolition and waste disposal. Demolition and disposition work includes, but is not limited to: (1) the East Wing of the K-25 Gaseous Diffusion Process Building and all ancillary building inside the "U", other than the K-1600 complex. The East Wing of the K-25 Building occupies over 400,000 square foot "footprint" with over one million square feet of total floor area. The East Wing of the K-25 building contains Tc-99 contamination; (2) the four-level K-27 Gaseous Diffusion Process Building. The K-27 Building consists of nine buildings units occupying a 383,000 square foot "footprint" with over 1.1 million square feet of total floor area. The K-27 building contains Tc-99 contamination; and (3) Demolition and disposition of the Toxic Substances Control Act (TSCA) Incinerator facility. The facility was used to process and burn certain hazardous wastes which were radioactively contaminated. In addition to completing the D&D and cleanup activities at ETTP, the contractor shall execute certain Environmental Management operations at ORNL and Y-12. These include the operation and maintenance of the Low Level Waste Landfills for the purpose of accepting CERCLA waste and the Oak Ridge Reservation Landfills consisting of Sanitary/Industrial and Construction/Demolition Debris Landfills located at the Y-12 Site. The contractor shall also provide surveillance and maintenance of the excess EM facilities in the Y-12 and ORNL areas and operate and maintain the Liquid Low Level Waste System, Gaseous Waste System, and Process Waste System to provide systems that are available to accept, treat, and dispose of wastes generated by ongoing research and development, environmental restoration, D&D, and other ORNL/DOE programs. Operations shall be conducted in compliance with environmental permits issued to the facilities. Responsible for operating and maintaining systems and sub systems required to support operations until facilities and related scope is transferred. The contractor will also be responsible for infrastructure and general program activities necessary to support the specific work activities listed above. The contractor will be required to be a participating employer/sponsor in the BJC Multi-Employer Pension Plan (MEPP) and Multi-Employer Welfare Arrangement (MEWA) and to function as the lead sponsor in those plans. Interested businesses are requested to submit a capability statement, not to exceed 10 pages showing their team?s experience and capability to perform the above requirements. The capability information must include the following: 1. A statement describing the company?s interest in performing the proposed requirements. 2. A general description of the company?s capacity to perform a subsequent contract for the proposed requirements taking into consideration the contracts/projects it is currently performing. 3. Socio-economic status (small business, service-disabled/veteran-owned small business, HUBZone small business, small disadvantaged business, and/or woman-owned small business, or large business).4. A general description regarding what proposed requirements will be performed by the company and what, if any, of the proposed requirements will be performed by any team partners in a subsequent contract for this work. 5. A description of recent contract/project experience performed within the last five years for both the company and any proposed teaming partners, if applicable, to include the following (please limit to one page per contract/project): a. The size (dollar value), duration, scope, and complexity of the contract/project. Specific areas of scope and complexity would be demolition and operational responsibility of similar facilities to include the assumption of the Safety Basis and preparation and DOE approval of nuclear safety, radiological safety, and worker safety programs; b. The type of contract (i.e., fixed price, cost reimbursement, etc.); c. Identification of the company?s role as either a prime or subcontractor; and d. Identification of a contract or project number and point of contact and contact information (name, address, and phone) at the agency or prime contractor?s organization. 6. A synopsis of financing arrangements available to support performance under a contract with an anticipated annual value of approximately $300 million. Standard company brochures may be included with your response, but will not be considered a sufficient response to this Sources Sought Synopsis alone. Submission of a capability statement does not commit an interested party to submit a proposal. All responses received will be treated as source selection information and will not be released to the public. Businesses responding to this market survey must submit their responses via e-mail to ETTPSEB@oro.doe.gov no later than 3:00 EST on 3/2/2010. All questions pertaining to this request should also be directed to ETTPSEB@oro.doe.gov via electronic mail. THIS SOURCES SOUGHT NOTICE DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL OR A PRESOLICITATION NOTICE. This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of capability to perform the anticipated work. The Government will not pay for the provision of any information nor will it compensate any respondents for the development of such information. If a future Request For Proposals is issued, the Government reserves the right to revise the scope or performance requirements listed above. Future information regarding this procurement will be posted at the FedBizOpps website at http://www.fedbizopps.gov. It is the responsibility of the responders to monitor these sites for future information regarding this procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0001551/listing.html)
 
Place of Performance
Address: ETTP SiteOak RidgeTN37830U.S
Zip Code: 37830
 
Record
SN02072487-W 20100225/100223234924-3e4f45a7ae9c1bebeaf3be2ceb64f4fc (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.