Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2017 FBO #5836
SPECIAL NOTICE

F -- Sources Sought/Request for Information for the Oak Ridge Reservation Cleanup Co

Notice Date
11/13/2017
 
Notice Type
Special Notice
 
NAICS
562910 — Remediation Services
 
Contracting Office
OREM U.S. Department of Energy Oak Ridge Office of Environmental Management P.O. Box 2001 Oak Ridge TN 37831 USA
 
ZIP Code
00000
 
Solicitation Number
89303518NEM000001
 
Archive Date
11/30/2017
 
Point of Contact
HOUK, HEATHER M
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT / REQUEST FOR INFORMATION (RFI) Title: Oak Ridge Reservation Cleanup Contract Date: November 13, 2017 THIS RFI IS NOT A PRE-SOLICITATION NOTICE REQUEST FOR PROPOSALS (RFP). IT IS A MARKET SURVEY ISSUED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) TO IDENTIFY POTENTIAL SOURCES, AND ENGAGE IN EXCHANGES WITH INDUSTRY AS CONTEMPLATED BY FAR 15.201(e). The U. S. Department of Energy (DOE), Oak Ridge Office of Environmental Management (OREM) is seeking qualified businesses (including limited liability companies, joint ventures or other similar team arrangements) to perform environmental clean-up on the Oak Ridge Reservation (ORR) including decontamination and demolition (D&D), remediation, waste treatment and disposal operations, and other environmental clean-up support activities. The ORR includes the Y-12 National Security Complex (Y-12), Oak Ridge National Laboratory (ORNL), and East Tennessee Technology Park (ETTP). The DOE is exploring options to identify the most effective contract type for this effort. The anticipated type of contract, period of performance, amount of funding, or set aside possibilities are to be determined. The estimated cost for this contract is in the range of $2-5 billion over 10 years. The proposed North American Industry Classification System (NAICS) code for this scope is 562910. 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 includes decontamination, decommissioning, and demolition of hazardous and radioactively contaminated facilities at Y-12 and ORNL, and environmental media remediation across the ORR. The facility D&D scope includes planning, characterization, deactivation of utilities, asbestos and other hazardous material abatement, equipment dismantlement, structure demolition and waste treatment and/or disposal at Y-12 and ORNL. The Y-12 cleanup and facility D&D scope will be performed primarily in the West End Mercury Area, encompassing the Beta 4, Alpha 5 and Alpha 4 Buildings and ancillary facilities. These are large scale (averaging 502,000 sf) 1950s vintage facilities that were historically used for lithium enrichment operations that utilized large quantities of mercury. These facilities were also associated with uranium production activities. As such, mercury contamination is present as well as uranium, beryllium (primarily in Alpha 5) and other chemicals. In addition, the ORNL cleanup and facility D&D scope will be performed primarily in the former isotope production, research reactor, and other laboratory facilities located in the Central Campus. Most of these facilities are nuclear facilities contaminated with a variety of radioisotopes, including transuranic isotopes, and chemicals. The scope includes environmental media remediation planning/execution activities at the three ORR sites. In addition to the above noted D&D and remediation activities, the contractor shall execute certain Environmental Management operations at ORNL and Y-12. These include the operation and maintenance of gaseous and waste water treatment systems to ensure capability is available to accept, treat, and dispose of wastes generated by ongoing research and development, environmental restoration, D&D, and other DOE missions. The contractor will also be responsible for treatment and/or disposition of legacy low and mixed low-level waste. The contractor shall construct a new Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) low level waste landfill and shall operate and maintain the new and existing landfills. The contractor shall also operate and maintain the ORR Landfills (i.e. sanitary/industrial, construction/demolition debris, and classified landfills) located at the Y-12 Site, which receive waste from across the ORR, and construct landfill expansions as needed. Operations shall be conducted in compliance with environmental permits issued to the facilities or per Federal Facility Agreements. The contractor shall also perform risk reduction actions and surveillance and maintenance of Environmental Management facilities at Y-12 and ORNL, including the Transuranic (TRU) Waste Processing Center and related TRU waste storage facilities at ORNL, as well as limited operations to support shipments of remaining TRU waste to the Waste Isolation Pilot Plant (WIPP). In addition, the contractor will be responsible for general program activities necessary to support the specific work listed above, including project management, reindustrialization support, post closure/long-term stewardship, and environmental monitoring. The contractor will be required to be a participating employer/sponsor in the Multi-Employer Pension Plan (MEPP) and Multi-Employer Welfare Arrangement (MEWA) and to function as the lead sponsor in those plans. Interested companies are requested to submit a capability statement, of no more than 10 pages and no smaller than 12 point font, showing their team ™s experience and capability to perform the above requirements. The capability statement 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). Small business teams shall identify the socio-economic status of each team partner. 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 team 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 and management of facility safety basis requirements) and preparation and DOE approval of nuclear safety, radiological safety, and worker safety program documentation; 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 $200-$500 million. Standard company brochures may be included with your response, but will not be considered a sufficient response to this Sources Sought/RFI 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. 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 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. Responses shall not include classified information. Businesses responding to this market survey must submit their responses via e-mail to ORRCleanupSEB@orem.doe.gov no later than November 30, 2017. All questions pertaining to this request should also be directed to ORRCleanupSEB@orem.doe.gov via electronic mail. THIS SOURCES SOUGHT/RFI NOTICE DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL OR A PRESOLICITATION NOTICE AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO AWARD A CONTRACT AT THIS TIME. 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 RFP 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 this site for future information regarding this procurement. Contracting Officer: Ms. Heather Cloar 865-576-1894 ORRCleanupContract@orem.doe.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/89303518NEM000001/listing.html)
 
Record
SN04738461-W 20171115/171113231026-f8e6d4533504619bb4d0ef20684cbfc1 (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.