Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 6,2000 PSA#2615

U.S. Department Of Energy, Chicago Operations Office, 9800 South Cass Avenue, Argonne, Illinois 60439

C -- DESIGN OF A PLUTONIUM IMMOBILIZATION PLANT SOL DE-AE02-00CH11043 DUE 071700 POC Contact, Cynthia A. Anderson, Executive Secretary, Contract Specialist, 630-252-2844 (Internet: cynthia.anderson@ch.doe.gov) WEB: Office of Fissile Materials Dispostion and The Acquisition, www.doe-md.com and www.ch.doe.gov/business/ACQ.htm. E-MAIL: E-mail address for Cynthia Anderson, Executive Secretary,, cynthia.anderson@ch.doe.gov. Design of an Immobilization Facility- The Department of Energy (DOE) has decided to implement a strategy for the disposition of surplus weapons-usable plutonium. DOE will pursue both immobilizing plutonium as plutonium dioxide in ceramic form surrounded by vitrified high level waste and burning some of the surplus plutonium as mixed oxide (MOX) fuel in existing, domestic, commercial reactors. DOE intends to design and construct a facility at the Savannah River Site (SRS) for immobilizing the surplus plutonium for eventual disposal in a geologic repository pursuant to the Nuclear Waste Policy Act. The Plutonium Immobilization Plant (PIP) will include capability for converting non-pit plutonium materials into plutonium dioxide suitable for immobilization. The PIP includes hardened process space and non-hardened administrative and support space. The main immobilization process building will house the following functions: material receiving, feed material storage, unpacking and sorting operations, metal-to-oxide conversion, calcination, halide removal, sample preparation and product assay, in-process storage, feed blending and preparation, immobilization of the plutonium using a ceramic process, can loading and canister loading. These canisters are then transported to the High Level Waste (HLW) vitrification facility which provides the following functions: canister receipt and unloading, canister filling with HLW, decontamination and closure. The facility described by the Design Only Conceptual Design Report (DOCDR), Revision 2, (see reference 4) has a capacity to immobilize 50 metric tons (t) of plutonium in ten years. This capacity is being reduced as a result of decisions to implement mixed oxide fuel fabrication and to store certain fuel materials pending possible future use. The total amount of plutonium to be immobilized is approximately 13 t. A revised Design Only Conceptual Design Report (Revision 3) incorporating this change in capacity will be available in the October 2000 time frame. While this will affect the workscope of the design effort, it will not affect the offerors' ability to indicate qualifications to perform the design. Operation of the facility is expected to involve three shifts per day, 7 days per week, 200 days per year, and is expected to require a workforce ranging from about 250 to 300 personnel. The following documents contain important technical and programmatic information related to the PIP and are available to prospective offerors: 1. Surplus Plutonium Disposition Final Environmental Impact Statement (SPD EIS) (DOE/EIS-0283), November 1999 2. Record of Decision for the Surplus Plutonium Disposition Final Environmental Impact, January 2000 3. Plutonium Disposition Life Cycle Costs and Cost-Related Comment Resolution Document (DOE/MD-0013 Rev. 0), November 1999 4. Design-Only Conceptual Design Report, Plutonium Immobilization Plant (UCRL-ID-131617 Rev. 2), May 2000 5. Acceptance Criteria for Plutonium Bearing Materials to be Dispositioned by Immobilization (DOE/MD-0011 Rev. 0), December 1998 6. Fissile Materials Disposition Program Quality Assurance Requirements Document, Rev. 0, January 1999 7. Integrated Development and Testing Plan for the Plutonium Immobilization Project, March 27, 2000. UCRL-ID-131608, Rev. 3, PIP-00-035. All of the above documents will be available at the Website: http://www.doe-md.com by June 3, 2000. Additional information can also be obtained from this Website. Offerors are strongly advised to review the documents listed on the Website on an ongoing basis prior to responding to this announcement. (Whenever the term "offeror" is used, it is intended to mean the prime contractor or, in the case of a joint venture, the firms comprising the joint venture, and any subcontractors. The term "subcontractors" includes consultants.) DOE anticipates awarding one cost-plus-fixed fee or cost-plus-incentive fee contract to one offeror. The contract will be for Preliminary and Detailed Design with an option for engineering and inspection services during construction. The total contract period, including the option period, is planned to be approximately six years with the preliminary and detailed design taking no more than 36 months. Selection of the successful offeror will be based on an assessment by the DOE of the offerors' responses to the six evaluation criteria listed below. The criteria are listed in descending order of importance. Criteria one and two are of significantly greater importance than the other criteria. Additionally, the subcriteria within each criterion are listed in descending order of importance, with the exception of the subcriteria for Criterion No. 2. Subcriterion 2(a)(1) is of greater importance than subcriterion 2(b)(1), which is of greater importance than the other subcriteria. Subcriteria 2(a)(2) and 2(b)(2) are of equal value, and are of greater importance than subcriterion 2(a)(3). Evaluation criteria pertain to the subcontractors and consultants, as well as the prime contractor, in the same order of importance as described above. (1) Offeror's Experience in Plutonium and other Nuclear Work. (a) Experience within the last fifteen (15) years in design of plutonium processing facilities of comparable complexity to the facility in the DOCDR. Such experience should include nuclear criticality expertise and design of Category I Special Nuclear Material security buildings, including deterrent and intrusion detection systems and automated material handling processes. Information to be provided for this criterion shall include a description of offeror's relevant experience on not more than five (5) projects from the offeror's team and how the experience relates to this criterion. The described experience should state whether work was performed as a prime or subcontractor and to what level of completion (percentage of detailed design) the work was performed. (Note: greater credit will be given for work as prime contractor) (b) Experience in designing nuclear facilities with a design cost of no less than $5M within the last fifteen (15) years that demonstrates knowledge of DOE or Nuclear Regulatory Commission (NRC) requirements concerning the following: 1. nuclear safety and health physics; 2. safeguards and security; 3. automated material handling processes; 4. quality assurance; 5. reliability; 6. maintainability; 7. operability; 8. nuclear criticality; 9. regulatory guides; 10. planning for decontamination and decommissioning of the facility; 11. waste management Consideration will be given to firms that can demonstrate relevant experience working in comparable regulatory environments. Information to be provided for this criterion shall include a list of not more than five (5) nuclear facility projects from the offeror's team performed within the last fifteen (15) years, including a listing and description of the activities relating to the knowledge areas listed above which were performed on each of the projects, and how the list of experience relates to this requirement. (c) Experience in performing classified work within the last3 years; availability of adequate facilities for classified work to be used for this project; and key and lead members of offeror's proposed team who hold (or have held within 5 years) security clearances: DOE "L", DOD "Secret", NRC "L" or higher clearances. Information to be provided for this criterion shall include: (i) a description of offeror's recent (within the last 3 years) experience; (ii) a list of facilities where classified work is proposed to be accomplished (and date and status of approval for classified work); and (iii) names of key and lead members proposed to be used for this project and associated security clearances (clearance level & grantor). (2) Experience and Performance of the Project Manager and Experience of the Key and Lead Personnel for the Project. (a) Project Manager proposed by offeror for this project. (1) Project Manager's management experience in project planning, organizing, executing, coordinating, and controlling design projects for comparable nuclear facilities. (2) Past record of the Project Manager in managing design work of comparable size and complexity to this project. (3) Technical education and experience of the proposed Project Manager. Information to be provided for this criterion shall include: (i) A resume of the project manager, to include his/her educational background, present and previous positions, specific number of staff supervised at each position, length of time in those positions, and references and their current telephone numbers. (ii) A list (including title, dollar amount, and contract number) of all projects managed by the project manager in the last fifteen years, including a client contact and current telephone number for each project. For no more than three projects, include a discussion of the project manager's experience in overall project coordination and management. (iii) Highlight the specific technical experience applicable to the Project Manager position and this project's needs and the length of experience as a Project Manager.(iv) A letter of commitment for the project manager proposed for this project. (v) Information as to the dates of availability of the Project Manager proposed by the offeror for this project. (b) Other key and lead personnel proposed by offeror, including but not limited to the following areas: safeguards and security quality assurance nuclear criticality nuclear safety and health physics environmental, safety, and health compliance and Integrated Safety Management (ISM) architectural design automated material transfer and handling engineering disciplines: process electrical mechanical civil structural industrial systems engineering instrumentation and controls (1) Technical education and experience of other key and lead personnel relating to and required by the specific job assignment. One individual may have responsibility for more than one job assignment. (2) Experience of other proposed managerial personnel in project planning, organizing, executing, coordinating, and controlling design projects forcomparable nuclear facilities. Information to be provided for this criterion shall include: (i) Resumes of managers of individual technical disciplines, technical leads, and other key or lead people, to include their educational backgrounds, present and previous positions, specific number of staff supervised at each position, length of time in those positions and references, including current telephone numbers. (ii) For each manager of individual technical disciplines, a list of the design projects managed and the design dollar value of each project managed. Include a discussion of key and lead personnel's experience in overall project coordination and management. (iii) For each person, highlight the specific technical experience applicable to the position proposed and this project's needs and the length of experience in each technical area. (iv) Information as to the date of availability of the individual to perform the services required under the contract, and a commitment (signed Letters of Intent) for those persons, not currently employed by the Offeror, are also required. (3) Past Performance. Past record of the offeror's team in performing design work for DOE of comparable size and complexity to this project; design work for other Government agencies and private industry will also be considered. Evaluation will consider technical, cost, and schedule performance. Information to be provided for this criterion shall include: (i) A list and description of no more than ten (10) examples from the offeror's team of relevant past performance on government and commercial design projects within the last 15 years that demonstrates the offeror's ability to perform the work described in this announcement. Experience in nuclear work is preferable. Include for each project: (1) contracting agency or name of company for which work was performed; (2) name, address and telephone number of technical and contractual contact; (3) contract number; and (4) sufficient detail to illustrate comparability to the proposed work. (ii) A description of performance under above listed projects including: (1) technical performance as originally specified and as completed, including explanation for any rework needed to meet technical requirements; (2) final cost of project compared to the original baseline, including explanation for any change in the cost of the project from the original baseline; (3) final A&E design contract costs including explanation for any change in the cost from the original baseline; and (4) duration of the project as originally scheduled and as performed, including explanation for any delays or early completions. (iii) A copy of the government past performance evaluation, if one was issued, for any of the projects listed in 3(i) and (ii) above. (iv) A list of projects performed in the last 10 years where the offeror's contract was terminated by a client. Include the client's stated reasons for the termination and the corrective actions being taken to resolve company deficiencies. (4) Approach to Project Management. (a) Identification of three significant technical risks and the proposed approach to risk management for each given the information in the Design-Only Conceptual Design Report (DOCDR), Revision 2, and the Immobilization Integrated Development and Testing Plan (Reference 7). Information to be provided for this criterion shall include a narrative describing in detail your proposed approach to managing the risks identified in 4(a) above. (b) Proposed project management organization, including delegation of responsibilities; authority of all key/lead personnel identified in Criterion 2 and the systems to be used to integrate all management and technical requirements across all participating organizations. Information to be provided for this criterion shall include: (i) Narrative describing in detail how the project will be organized. (ii) Narrative describing proposed project tracking and reporting systems and change control processes. (iii) Proposed organization chart for accomplishing the project, including the identification of the Project Manager and other key and lead personnel specified in Criterion 2, company affiliation, present location, and planned location for project assignment. Include a discussion of their respective roles, including interfacing with DOE. (iv) Narrative describing experience working with proposed subcontractor or joint venturer(s). (5) Availability of Employees for Support of the Project and the Depth and Size of the Offeror's Organization and Ability to Accommodate Expansion, Acceleration, Contraction or Delay. Information to be provided for this criterion shall include: (i) A description of how the offeror will adequately staff this project in addition to its current and projected workload. (ii) A description of how the offeror will adequately staff this project to handle any expansion, acceleration, contraction, or delay. (iii) Include with the list of personnel in block 8 of the SF254 and block 4 of the SF255, the number of personnel employed by the offeror inthe following disciplines: plutonium material process design, radioactive material process design; nuclear safety; nuclear criticality; radiation protection; and safeguards and security. (6) Interest of the Company Management in the Project and Expected Participation and Commitment of Top Officials. Information to be provided for this criterion shall include a statement of the corporate commitment to the successful execution of this project. (END OF CRITERIA) This project requires handling of classified information. Work with classified information up to the National Security Information Secret Level (NSI-Secret) and work with Unclassified Controlled Nuclear Information (UCNI) will be required. Security clearances and secure work areas will be required for such work. The successful offeror will be required to ensure that materials and information are protected as required by DOE Orders and other regulations and requirements. The successful offeror involved with activities requiring security and classification will be subject to review and will require approval in accordance with Sections 904.7003 and 904.7004 of the DOE Acquisition Regulation published as 48 CFR Part 9 in regard to any foreign ownership, control, or influence of the firm that may pose an undue risk to national security. The successful offeror will be required to demonstrate a Quality Assurance Program that complies with the requirements of the DOE Office of Fissile Materials Disposition Quality Assurance Program including, but not limited to, compliance with the American Society of Mechanical Engineers (ASME)/NQA-1, Quality Assurance Program Requirements for Nuclear Facilities; and ASME/NQA-2, Quality Assurance Requirements for Nuclear Facility Applications. The successful offeror, if a large business, will be required to submit a subcontracting plan in accordance with Federal Acquisition Regulation, SUBPART 19.7 -- SUBCONTRACTING WITH SMALL BUSINESS, SMALL DISADVANTAGED BUSINESS AND WOMEN-OWNED SMALL BUSINESS CONCERNS). Offerors are required to submit ten (10) paper copies of Standard Forms 254 and 255 and appropriate supplemental information to the attention of the DOE A&E Selection Board Executive Secretary, Ms. Cynthia A. Anderson, Acquisition and Assistance Group, at the following address: Department of Energy, Chicago Operations Office, Communications Center, Building 201, Room 168, 9800 South Cass Avenue, Argonne, Illinois 60439. Length of offers shall be no more than 200 single-sided, 8-1/2" X 11", typed pages in a minimum 12pt font with all margins not less than 1". Charts, tables and graphs may be in 8pt font. Pages larger than 8-1/2" x 11" must be considered as 2 pages and labeled as such, i.e., pages 1&2, 56&57, etc. Likewise, if a page were more than twice the size, it should be counted as 3 or more pages (fractions rounded up) and counted as such. All pages in the submission must be consecutively numbered. Submissions not complying with this format will not be evaluated. Unnumbered pages and pages in excess of the 200 page limitation will not be evaluated. To be considered, responses must be received no later than July 17, 2000, 3 P.M. local time. Offerors are also invited to submit an additional copy on floppy diskettes or CD ROM. The DOE identification number for this selection process is DE-AE02-00CH11043. Telephone inquiries and personal visits are discouraged. All questions must be submitted in writing and addressed to the board Executive Secretary or by e-mail to cynthia.anderson@ch.doe.gov. All responses will be posted on the Chicago Operations Office Website at http://www.ch.doe.gov/business/ACQ.htm. DOE will attempt to answer all questions prior to the time set for submission of offers. However, the time set for submission of responses will not be extended merely to allow for posting of a response to a question. This is a Brooks Act selection process. No solicitation document will be issued. This is not an RFP. This is the last CBD announcement that will be made. Any amendments will be posted on the internet at the website address provided above. ***** Posted 06/02/00 (W-SN460806). (0154)

Loren Data Corp. http://www.ld.com (SYN# 0019 20000606\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page