Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2006 FBO #1726
SOLICITATION NOTICE

29 -- NOTICE OF INTENT TO EXTEND PERFORMANCE

Notice Date
8/16/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
EM Consolidated Business Center, Office of Contracting, 250 E. 5th Street, Suite 500, Cincinnati, OH
 
ZIP Code
00000
 
Solicitation Number
DE-AC29-06AL66471
 
Response Due
9/20/2006
 
Archive Date
3/20/2007
 
Small Business Set-Aside
N/A
 
Description
The U.S. Department of Energy, Carlsbad Field Office (CBFO), Waste Isolation Pilot Plant (WIPP) program, intends to extend the period of performance of contract numbers DE-AC29-00AL66471 and DE-AC29-00AL66336 with CAST Specialty, Inc. (CAST) and Bed Rock, Inc. d/b/a Tri-State Motor Transit Company (TSMT) on a sole source bridge basis to provide uninterrupted support while the follow-on procurement numbered DE-RP30-06EW20001 is competed and awards are made. The extension will continue the performance period by one month and shall include 5 one-month option periods. The extended period of performance will be from October 27, 2006 through November 26, 2006 and if all five options are exercised the period of performance will extend through April 26, 2007. This extension is being made noncompetitively based on the exclusion found at Federal Acquisition Regulation, FAR 6.302 1 a, which authorizes other than full and open competition when there is only one responsible source and no other supplies or services will satisfy agency requirements within the required time-frame. To DOE???s knowledge and belief, only CAST and TSMT have the requisite specialized equipment and highly specialized technical experience and training to ensure that the CBFO???s requirements are met within the required delivery schedules. The strict contract requirements for drivers making transuranic (TRU) waste shipments to WIPP that are included in an agreement between the Secretary of Energy and the Southern States Energy Board (SSEB) and the Western Governors??? Association (WGA) result in it taking a long period of time for a contractor to hire drivers and complete an extensive training program (requiring 90 to 120 days) before a contractor can use new drivers to make WIPP shipments. In addition, the contracts??? tractor specifications are much more stringent than the industry standard requiring tractors being utilized under the contracts to be specially ordered thereby requiring at least several months for a contractor to procure or lease tractors that may be used to make WIPP shipments. Due to the long period of time required for a new contractor to transition and initiate WIPP TRU waste shipments these services are available only from the existing contractors. No other firms have the requisite equipment, training, experience and capability to assume the critical, highly specialized transportation support without causing an interruption in services. The present contracts with CAST and TSMT end on October 26, 2006; THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE FOR THE EXTENSION OF THESE TWO CONTRACTS. Interested, responsible sources may submit information regarding their capability to perform this requirement, which shall be considered by the Department. Information received will be considered for the purpose of determining whether or not to conduct a competitive acquisition. CAST and TSMT currently provide approximately 30 TRU waste shipments per week to WIPP from various DOE defense TRU waste generator sites including Hanford Reservation Richland, WA, Idaho National Laboratory (INL) Idaho Falls, ID, Los Alamos National Laboratory (LANL) Los Alamos, NM, Oak Ridge National Laboratory (ORNL) Oak Ridge, TN, Office of River Protection (ORP) Richland, WA, Savannah River Site (SRS) and other sites. The effort includes the transport of contact-handled (CH) and remote-handled (RH) transuranic (TRU) waste in Nuclear Regulatory Commission (NRC) certified Type B shipping packages. The contract effort requires providing facilities, personnel, and equipment to provide a local terminal and transportation and maintenance services. Contractor-provided equipment will include tractors and necessary support equipment. The Contractor shall provide transportation services necessary to support WIPP, including: transportation of mixed and non-mixed CH- and RH-TRU waste, asbestos, and polychlorinated biphenyl (PCB) contaminated TRU waste from generator sites to WIPP; transportation of CH- and RH-TRU waste between generator sites; transportation of training units or empty shipping containers to training/exercises, public awareness events; and, other equipment as designated by CBFO and maintenance. The Statement of Work for the requirement is provided on the Department???s Industry Interactive Procurement System. Any responding party must provide a capability statement demonstrating its capability, as discussed above, which must include the following, as these items are necessary to demonstrate that the responding party is capable of performing the contemplated work without interruption: (1) a statement that proposed personnel (terminal manager, drivers, mechanics, safety, and support personnel) are currently employed by the responding party and will be available to perform the contemplated work; or a letter of commitment from personnel that the responding party intends to use to perform the contemplated work who are not currently employed by the responding party, demonstrating that they will be available to perform the contemplated work; (2) a chart or other synopsis of how the Contract???s training requirements have been or will be met October 26, 2006; (3) a chart or other synopsis demonstrating that proposed personnel currently meet other minimum contract requirements; (4) a certification that the responding party possesses a local terminal or lease agreement continent upon the award suitable for dispatching and tractor and trailer maintenance; (5) documentation demonstrating the Offeror has a satisfactory U.S. Department of Transportation Motor Carrier rating; and (6) a discussion of the ability of the Offeror to successfully pass a Motor Carrier Evaluation Program (MCEP) Audit of all facets of a carrier???s business operations including an extensive on site physical review of records and equipment. Responses to this synopsis must be received via the Department???s Industry Interactive Procurement System by 9:00 a.m. (MDT) on September 20, 2006 to be considered. The web address is http://e-center.doe.gov, and assistance in submitting a capability statement through the system can be obtained by calling the help desk at 1-800-683-0751 between 8:00 a.m. and 8:00 p.m. eastern time, Monday through Friday. The information received in response may also be used for other market research purposes. Numbered Note 22 applies. Failure to provide all of the above information will result in an offeror being considered non-responsive to this synopsis.
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/84C8AF7E355FA91A852571CC007B51A4?OpenDocument)
 
Record
SN01116466-W 20060818/060816220518 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.