Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2011 FBO #3597
SOURCES SOUGHT

H -- NDE Testing Services

Notice Date
9/28/2011
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Energy, Bechtel National, Inc. (DOE Contractor), Bechtel National Inc., 2435 Stevens Center Place, Richland, Washington, 99352
 
ZIP Code
99352
 
Solicitation Number
24590-QL-FSR-NE00-00033
 
Point of Contact
Winifred Renz, Phone: 5093712338
 
E-Mail Address
werenz@bechtel.com
(werenz@bechtel.com)
 
Small Business Set-Aside
N/A
 
Description
NDE Testing Services Subcontract Requisition Number: 24590-QL-FSR-NE00-00033 Submit Interest By: October 15, 2011 Estimated Budget: >$1M and <$5M Schedule:  Issue Request for Proposal: 10/31/11  Award and Notice to Proceed: 12/31/11  Start Work: 1/15/12  All Work Complete: 1/15/17 Safety Classification: Important To Safety Additional Characteristic: NONE Quality Level: QL Type of Subcontract: IDIQ, Fixed Unit Rate PROJECT DESCRIPTION AND LOCATION The Hanford Tank Waste Treatment and Immobilization Plant (WTP) is a complex of radioactive waste treatment processing facilities designed and constructed by Bechtel National, Inc. for the Department of Energy (DOE). The facility will process the Hanford Site tank waste and convert the waste into a stable glass form. The Project site is located in the 200 East Area of the Hanford Reservation near Richland, Washington, along the Columbia River. The site elevation varies from 662 to 684 feet above mean sea level. Ambient temperature range is -23 degrees F minimum to 113 degrees F maximum, with relative humidity of 5% minimum to 100% maximum. The project design life is 40 years. SCOPE OF WORK SUBCONTRACTOR shall perform field Non-Destructive Examinations (NDE) on approximately 7,000 pipe welds in newly fabricated pipe spools ranging from 0.5" to 26" diameter, to ASME B31.3 Code and other specific site requirements. NDE shall also be performed on structural welds in accordance with the AWS D1.1 and D1.6 Structural Welding Codes, on an as needed basis. NDE includes, but is not limited to, Piping welds only - Automated Ultrasonic Testing (AUT) and/or Semi Automated Ultrasonic Testing (SAUT), as defined in ASME Section V, using 360 o, X-Y-Z directional pipe scanning equipment employing phased array technology, and which creates and maintains a reproducible computerized image(s) of the entire weld in the axial, circumferential and radial directions, and employs Olympus NDT Tomoview software, or equivalent equipment and software; Piping and Structural welds - Ultrasonic Thickness Testing (UTT); manual Ultrasonic Testing (MUT); conventional film Radiographic Testing (RT), and Computed Radiographic Testing (CRT), using Virtual Media Integration, Ltd. (VMI) equipment and Starview software or equivalent equipment and software. RT/CRT shall include the ability to use Iridium192, Selenium75 radiation sources, and/or battery powered pulsed x-ray generator; Liquid Penetrant Testing (PT); and Magnetic Particle Testing (MT); Delta Ferrite Tests, and; Positive Material Identification (PMI) using an infrared spectroscopic analyzer. SUBCONTRACTOR shall provide all equipment and consumables associated with NDE activities. NDE will be performed in all WTP facilities, i.e., High-Level Waste (HLW), Low-Activity Waste (LAW), Analytical Laboratory (LAB), Pretreatment Facility (PT), Balance of Facilities (BOF), and potentially the Material Handling Facility, including working outdoors. SUBCONTRACTOR to provide adequate staffing for the subcontract effective from the Notice to Proceed (NTP) date through completion of the subcontract. Subcontractor shall work in accordance to CONTRACTOR'S standard work schedule (generally Monday through Thursday - 10 hour days) unless otherwise directed by CONTRACTOR. RT and/or CRT activities will take place during the backshift (4:30 pm - 2:30 am). All other activities can be worked during the day (6:30 am - 5:00 pm) or back shift as agreed with by the CONTRACTOR. QUALITY ASSURANCE (QA) REQUIREMENTS Programmatic Quality Assurance requirements for subcontracts performed in the WTP Jobsite will be "NP" (non permanent or temporary work, generally no QA Program required), "CM" (commercial quality based the requirements in DOE Order 414.1C), and "QL" (nuclear level quality based on the requirements in ASME NQA-1 2000). Bechtel may require, as an element of bidder pre-qualification, submission of a representative sample QA Program or Table of Contents copy. For QL subcontracts, the successful bidder's QA Program must be approved prior to award of the subcontract. CODES (SAMPLE)  ASME Section V, Nondestructive Testing  ASME B31.3, Process Piping, 1996  AWS D1.1, Structural Welding Code - Steel, 2000  AWS D1.6, Structural Welding Code - Stainless Steel, 1999  US Department of Energy (DOE) Orders STANDARDS (SAMPLE)  American National Standards Institute (ANSI)  American Society for Testing and Materials (ASTM)  American Society for Nondestructive Testing (ASNT), SNT-TC-1A, 2001 or newer BIDDER REGISTRATION AND PRE-QUALIFICATION Preliminary Pre-Qualification Requirements The BNI Acquisition Services Subcontracts group, is responsible for collection, evaluation, and internal publication of potential bidders' information for the purpose of pre-qualifying them to bid on any particular subcontract. As part of this process, BNI requires all potential offerors to register at the Supplier and Contractor Portal at: https://supplier.bechtel.com Prior to being considered for bidding on a Request For Proposal (RFP) for this WTP web posting opportunity, potential bidders must complete and submit the required forms located at http://www.hanfordvitplant.com/supplier_resources/qualification_process/ All information provided shall be strictly confidential. Registration All bidders must register with Bechtel National, Inc. for Work on the WTP Project. If your company has registered previously, then only supplemental information should be sent to the Bechtel National, Inc. representative noted below. Information to be provided by potential bidders must include: Dun and Bradstreet #: Company Name: Company Address: Contact Phone #: Contact Fax #: Contact Person: E-mail Address: Safety data and information Applicable work experience and Projects WTP BACKGROUND Information about the WTP Project can be found on http://www.hanfordvitplant.com CONTACT Bechtel National, Inc. 2435 Stevens Center Place Richland, WA 99354 Attn: Lisa Carlin Tel. No. 509-371-2078 Email address: lmcarlin@bechtel.com Mailstop: MS14-3A
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/BNI/BNI/24590-QL-FSR-NE00-00033/listing.html)
 
Place of Performance
Address: The Project site is located in the 200 East Area of the Hanford Reservation near Richland, Washington, along the Columbia River. The site elevation varies from 662 to 684 feet above mean sea level. Ambient temperature range is -23 degrees F minimum to 113 degrees F maximum, with relative humidity of 5% minimum to 100% maximum., NDE will be performed in all WTP facilities, i.e., High-Level Waste (HLW), Low-Activity Waste (LAW), Analytical Laboratory (LAB), Pretreatment Facility (PT), Balance of Facilities (BOF), and potentially the Material Handling Facility, including working outdoors., Richland, Washington, 99354, United States
Zip Code: 99354
 
Record
SN02595745-W 20110930/110928235532-30c80f16300448a163c364e8a8c306ac (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.