|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 23,1996 PSA#1747U.S.Department of Energy, Document Control Specialist, P.O. Box 2500,
Washington, DC 20013 V -- DRAFT RFP FOR HIGH-LEVEL RADIOACTIVE WASTE ACCEPTANCE AND
TRANSPORTATION SERVICES SOL DE-RP01-97RW00320 DUE 121396 POC Michelle
Miskinis, Contracting Officer, (202) 634-4413 or Beth Tomasoni,
Contracting Officer, (202)634-4408. The Office of Civilian Radioactive
Waste Management (OCRWM) will be seeking competitive proposals for
commercial spent nuclear fuel (SNF) acceptance, transportation and
delivery services, and provision of storage equipment, in accordance
with the final version of this draft Request For Proposal (RFP). In May
1996, OCRWM published, in the Federal Register and Commerce Business
Daily, a Request for Expression of Interest and Comments on a previous
statement of work for these services. In July 1996, comments were
sought from interested parties at a presolicitation conference. DOE is
now requesting comments on all aspects of its proposed contracting
approach. Under the approach described in the draft RFP, DOE will be
purchasing services from a contractor-owned, contractor-operated waste
acceptance, transport and delivery operation. The contractor must:
finance the project, acquire the transportation and storage system
hardware needed to support the specified SNF delivery rates; apply for
and receive required permits, licenses and approvals; interact with
State, Tribal and local governments regarding institutional activities
such as routing and prenotification; and provide any facilities needed
to support operation of the system (unless provided otherwise) and
deliver the waste to a Federal storage or disposal facility. The
contractor will be required to deactivate the facilities and equipment
no longer required and dispose of all scrap and waste materials,
including any hazardous and low level radioactive waste, generated
through the performance of this contract. All costs for disposal of
deactivated items, unused materials and waste material will be the
responsbility of the contractor. It is the intention of DOE's
privatization approach to allocate the financial, regulatory,
performance, and operational risks between DOE and the contractor in an
equitable manner that both protects the interests of the Government and
encourages industry participation. The DOE contract will provide vendor
benefits that include, economic price adjustments, payment coverage for
idle capacity periods and allowable financing costs in the event of a
termination for convenience. Because of the nature of the SNF, the
contractor must operate in a strict regulatory environment. DOE's
proposed approach is to utilize, to the maximum extent practicable,
established and functioning externat regulatory authorities while
minimizing DOE involvement. The contractor will comply with all Nuclear
Regulatory Commission and Department of Transporttion rules and
regulations governing the acquisition and operational phases of the
procurement (Phases B and C, respectively). The contractor will be
responsible for obtaining in its own name, and shall be solely
responsible for compliance with, all necessary permits, authorizations
and approvals from Federal, state and local regulatory agencies and
tribal nations, and will assume the financial liability for any fines
and penalties. The draft calls for a three-phased approach. Phase A,
lasting a year, develops the necessary plans for contractor acceptance
and transportation of SNF and delivery of storage containers to a
designated Federal Facility. Phase B, lasting eight years, develops the
capability to implement the plans developed in Phase A including
pre-operational start-up in preparation for accepting SNF for
transportation and delivery, development and acquisition of required
hardware and facilitites, mobilization of resources and provision of
intial storage systems and supporting hardware. Phase C, lasting five
years, puts the plans into operation to accept and transport SNF. Phase
C's start is dependent on DOE establishing SNF receiving capability at
a yet to be designated Federal Facility. DOE has structured the
initial phase of the contract to be "cost shared". DOE intends to pay
no mare than a ceiling fixed-price for work performed in Phase A. No
payments are to be expected in Phase B, but the costs of the phase B
work would be recovered in the prices for Phase C services. It is
anticipated that payment will be made at a fixed unit price per metric
ton of SNF delivered. The continental United States has been divided
into four service regions for purposes of this procurement. It is
expected that multiple contracts will be awarded for each service
region for Phase A. An offeror will propose on all four regions.
Certain of the Phase A contractors, based on their deliverable
products, will be authorized to proceed with Phase B and C work but
there can be only one contractor for each service region. A single
contractor would not be authorized to proceed with work in more than
two regions. The overall project is anticipated to last approximately
forty years. DOE will periodically seek competitive proposals from
potential offerors on a per region basis over the forty year period.
DOE's current plans call for the Phase A contract award to be made in
April 1998 based on a July 1997 RFP release date. Phase B would begin
approximately seventeen months after award of Phase A. Phase C could
begin approximately at the end of the third year of Phase B, (i.e.,
year 2002) after Congress has designated an interim or final Federal
storage facility. Thereafter, Phase C would be repeated in five year
increments. OCRWM is interested in receiving comments relating to the
draft RFP, especially with regard to the following: 1. Creative
approaches for contractors to interact with State, Tribal and local
governments and interested parties in addressing key institutional
issues such as routing and prenotification. 2. Structuring the
procurement to provide sufficient incentive for most offerors to enter
the competition for this and follow-on contractos. 3. Financial
safeguards for delay in commencement of Phases C as a result of delay
in start of operations for an interim storage facility or repository.
4. Any other regulatory requirements, terms or conditions that DOE
should consider in formulating this aquisition. DOE will consider and
may utilize all information, recommendations and suggestions provided
in response to this notice. Respondents should not provide any
information that they consider to be privileged or confidential or
which the respondent does not want disclosed to the public. Copies of
all comments will be placed in the DOE Forrestal Building Public
Reading Room. Each submittal should consist of one original and three
photocopies. This notice should not be construed (1) as a commitment by
the Department to enter into any agreement with any entity submitting
an expression of interest or comments in response to this Notice, (2)
as a commitment to issue any RFP concerning the subject of this Notice,
or (3) as a request for proposals. All written comments are to be
submitted to the following address: Michelle Miskinis, Contracting
Officer, U.S. Department of Energy, 1000 Independence Avenue, SW,
Attention: HR-561.21, DRAFT RFP DE-RP01-97RW00320, Washington, DC
20585. Comments shall be received by the Department no later than March
31, 1997. The solicitation will be available for downloading on the
Internet, approximately fifteen days after issuance of this synopsis,
from the OCRWM Home Page located at http://www.rw.doe.gov/, Word
search: logistics, railroad, truckers, finance. Prospective offerors
that do not have the electronic capability to download the solicitation
shall submit a written request to the above address, however, a limited
number of hard copies will be available and it is recommended that
offerors obtain their copies via the internet. A presolicitation
conference will be held in Washington DC in February 1997 to discuss
the draft RFP. A separate Notice will be issued identifying the date
and exact location. (0354) Loren Data Corp. http://www.ld.com (SYN# 0083 19961223\V-0003.SOL)
V - Transportation, Travel and Relocation Services Index Page
|
|