Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2010 FBO #3136
SOURCES SOUGHT

F -- Idaho Cleanup Project (ICP) Recompete

Notice Date
6/24/2010
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
EMCBCU.S. Department of EnergyEM Consolidated Business Center250 E. 5th Street, Suite 500CincinnatiOH45202
 
ZIP Code
45202
 
Solicitation Number
DE-SOL-0001956
 
Response Due
7/7/2010
 
Archive Date
8/6/2010
 
Point of Contact
Conroy, Lori A 513-744-0989, lori.conroy@emcbc.doe.gov
 
E-Mail Address
Conroy, Lori A
(lori.conroy@emcbc.doe.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. No solicitation is available. This RFI is released pursuant to FAR Part 15.201(e), Exchanges with Industry. The U.S. Department of Energy (DOE) is currently in the acquisition planning stage for the potential award of a contract for the continuation of Idaho Clean-up Project (ICP) activities to take place at the U.S. Department of Energy's Idaho National Laboratory (INL) located in the southeastern Idaho desert. Since its inception in 1949, the Idaho Site has fulfilled numerous DOE missions including designing and testing nuclear reactors; reprocessing spent nuclear fuel to recover fissile materials; managing spent nuclear fuel; and storing, treating and disposing of various waste streams. Currently, the Office of Environmental Management (EM) serves as a tenant on the site, for which the Office of Nuclear Energy, Science and Technology (NE) serves as the landlord. EM has the complex-wide mission of cleaning up contaminated sites and disposing of radioactive waste left behind as a byproduct of nuclear weapons production, nuclear powered naval vessels and commercial nuclear energ y production. In May 2002, the Department of Energy, the Idaho Department of Environmental Quality and the Environmental Protection Agency signed a letter of intent formalizing an agreement to pursue accelerated risk reduction and cleanup at the INL to achieve the following vision: "By 2012, the INL will have achieved significant risk reduction and will have placed materials in safe storage ready for disposal." While this goal has been achieved, there are still risk reduction and mission critical environmental management activities that need to be completed. The ICP Recompete will focus on the remaining work including stabilization and disposition of spent nuclear fuel and high-level waste, completion of targeted buried waste retrieval, final closure of the tank farm and maintenance of CERCLA remediations. The ICP Recompete is responsible for the Idaho Nuclear Technology and Engineering Center (INTEC), the Radioactive Waste Management Complex (RWMC), and the CERCLA remediation of the entire Site. ICP receives waste for treatment from the Material and Fuel Complex (MFC) and transports spent nuclear fuel to the Naval Reactors Facility (NRF). All lands within the Site boundaries comprise a protected outdoor laboratory where scientists from DOE, other federal and state agencies, universities, and private research foundations conduct ecological studies. DOE is seeking interested parties with specialized capabilities to meet all, or part of, the requirements defined in Attachment 1, draft Performance Work Statement (PWS), hereto. The North American Industry Classification System (NAICS) code for this requirement is 562910, Environmental Remediation Services, and the small business size standard is 500 employees. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSALS (RFP) AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO AWARD A CONTRACT AT THIS TIME. The purpose of this announcement is to identify potential small businesses, 8(a), HUBZone small businesses, and service-disabled veteran-owned small businesses sources with the capability to perform all or a portion of the requirements defined in the attached draft PWS and to further determine whether or not all or a portion of the work can be set-aside for potential small businesses, 8(a), HUBZone small businesses, or service-disabled veteran-owned small businesses sources. All interested parties are hereby invited to submit a capability statement of no more than fifteen pages, and no smaller than 12 pitch font. The Government will evaluate each capability statement based on the interested party's demonstrated qualifications, capabilities, expertise, experience and past performance in each of the areas included in the Draft PWS. More specifically, capability statements should include the following information as appropriate and as applicable: 1.)Describe your approach to meeting the requirements in the attached Draft PWS. a.Specifically, request your company describe your ability to support and approach to meeting the requirements for the DOE Calcine Disposition Treatment Project identified in PWS Section C.4. 2.)Identify any challenges and risks in meeting the requirements in the Draft PWS. Identify how your organization would minimize any risks. 3.)Describe your experience in a complex regulatory environment in respect to problem-solving, working with stakeholders, tribal governments, Citizens Advisory Boards, and regulatory agencies at the state and federal level. 4.) Discuss your experience as a DOE Prime contractor. Include a description of the work scope, contract value, period of performance and lessons learned. 5.) Discuss the roles and responsibilities of your company and any teaming partners specific to the draft PWS. Under your teaming arrangement, describe how small business entities would perform at least 51% of the dollar value of the labor based on the functions that they would perform. 6.) The ICP Recompete work will be conducted throughout multiple complexes and facilities within INL and will require interface with the Idaho National Laboratory contractor. Discuss your experience regarding such interfaces. Provide examples of previous experience and describe your company or teaming arrangement's experience in managing and integrating all of the work similar to the ICP Recompete including the continuing infrastructure activities (e.g. safeguards and security; janitorial and grounds keeping services; operations, utilities, and maintenance of facilities). Also describe your experience in managing and integrating the work of subcontractors who would perform specialty functions or subcontractor employees working within the site's organizational matrix. 7.) Discuss your experience in implementation of environmental, safety and health plans related to your (and any teaming partners) work on DOE sites. This discussion should address your approach to addressing requirements under 10 CFR 851, Work Control Program, NQA-1 and ISMS. 8.) Discuss your project management/project control system you would utilize for the scope of work. Please be prepared to provide information on the project control system you currently utilize for your company and how it will be tailored for this effort. 9.) The Idaho Recompete contractor may be required to participate in the multi employer pension and welfare benefits plans for the existing workforce covered by such plans while performing the requirements of the anticipated contract. Discuss your experience (or that of any teaming partners) in sponsoring employer pension and benefit plans at DOE sites. 10.) Brief Experience and Performance Record (past five years). Identify all DOE, other Government, or other commercial experience relevant to the identified work (include contract number, date, scope, duration, client, and contracting agency contact). Small business teams or joint ventures shall identify the socio-economic status of each member and shall provide a description of the work that each member would perform under a contract. In addition, small business teams or joint ventures shall submit written proof from all members of their commitment to continued joint participation for a minimum of five years. Proof of commitment will not be considered as part of the page limitation for capability statements. Interested parties are requested to provide name of firm, point of contact, phone number, address of firm, CAGE Code, and/or a DUNS Number. DOE reserves the right to use any and all information submitted by, or obtained from, an interested party in any manner DOE determines is appropriate, including, but not limited to, the creation of a competitive solicitation. An interested party should avoid including any classified, business confidential, and/or proprietary information in its response. However, if an interested party must submit such information, the information must be clearly marked accordingly, and the interested party must provide sufficient justification as to why such information is business confidential and/or proprietary. DOE will review said information and safeguard it appropriately. The Government will not pay for any information that is provided in response to this announcement nor will it compensate any respondents for the development of such information. All capability statements shall be submitted electronically to the e-mail address at lori.conroy@emcbc.doe.gov no later than 5:00 p.m. Eastern Standard Time on Wednesday, July 7, 2010. All questions pertaining to the announcement should be directed to Ms. Conroy at the email address specified above and/or telephone (513) 744-0989. DOE personnel may contact firms responding to this announcement to clarify a responder's capabilities and other matters as part of this market research process.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0001956/listing.html)
 
Record
SN02187066-W 20100626/100624234931-f10af10b9f8d339ad7896df99bcc5d64 (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.