Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2007 FBO #1920
SOURCES SOUGHT

F -- Operation and Management of the TRU Waste Processing Center

Notice Date
2/26/2007
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 2001 Oak Ridge, TN
 
ZIP Code
00000
 
Solicitation Number
DE-RP05-07OR23286
 
Response Due
3/9/2007
 
Archive Date
9/9/2007
 
Small Business Set-Aside
N/A
 
Description
The U. S. Department of Energy (DOE), Oak Ridge Operations Office (ORO), is seeking qualified businesses (including teams or joint ventures) to operate and manage the Transuranic (TRU) Waste Processing Center (TWPC) in Oak Ridge, Tennessee. A five-year contract under NAICS Code 562211, Radioactive Waste Treatment Facilities, is anticipated for this effort. This announcement is part of market research and anticipated responses are sought to identify sources that have the comprehensive knowledge, skills, and capacity to perform these requirements. The contractor will be required to receive and process Contact Handled (CH) and Remote Handled (RH) Transuranic (TRU) waste as well as Low Level Waste (LLW) and Mixed Low Level Waste (MLLW) resulting from processing TRU waste for subsequent disposal at an approved repository. Wastes consist of debris, soils, supernate, and sludge. The wastes are currently at the Oak Ridge Reservation, forecasted to be generated on the reservation, or transported from other sites as directed by the Contracting Officer Representative (COR). Waste processing includes receipt of waste at TWPC from other DOE contractors, repackaging, treatment, and any other actions necessary to prepare the waste for compliant disposal. After being processed, the TRU waste may be returned to complain interim storage facilities either at the TWPC or at DOE storage facilities until transport to the Waste Isolation Pilot Plant (WIPP) can be arranged. All work shall be conducted in a safe and compliant manner, and meet applicable local, state, and federal codes and standards. As of January 2007, the following amounts of waste will require processing: (1) CH TRU Debris and Soils - A total of approximately 1,500 cubic meters of CH TRU debris and soils waste will require processing. CH TRU waste processing was initiated at the TWPC in December 2005 and is currently on-going. (2) RH TRU Debris and Soils - A total of approximately 700 cubic meters of RH TRU debris and soils waste will require processing. RH TRU debris and soils waste processing at the TWPC is currently planned to start in February 2008. (3) RH Sludge Waste ??? A total of approximately 2,000 cubic meters of TRU waste sludge and supernate will require processing. Additional sludge may also be processed. Interested businesses are requested to submit a capability statement, not to exceed 10 pages showing their team???s experience and capability to perform the above requirements. The capability information must be submitted via the DOE Industry Interactive Procurement System (IIPS) and include the following: (1) Company name and mailing address; (2) Point of contact (name, title, telephone number); (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). The small business size limit for NAICS Code 562211 is $11.5M in annual revenues; (4) A brief statement regarding if your company intends to perform the majority of the contract requirements, or will be teaming with another company. If more than one firm is contemplated, identify the socio-economic status of each; (5) Recent experience information (performed within the last 5 years) for the business, team or joint venture members, demonstrating familiarity and experience with the areas of work listed above. Please include: a. Description of the size, term, dollar value, and complexity of the job, including a detailed description of the specific tasks performed by the company; b. Identification of the company???s role as either a prime or subcontractor; and c. 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 for verification of information; and (6) A synopsis of financing arrangements available to support performance under a contract with an anticipated annual value of approximately $40 million. Standard company brochures will not be considered a sufficient response to this Sources Sought Synopsis. 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. Businesses responding to this market survey must submit their responses via the DOE IIPS at http://e-center.doe.gov no later than 4:00 p.m., eastern daylight savings time, on March 9, 2007. Interested parties must register via the IIPS web site prior to responding to this market survey. Instructions on how to submit your response can be found in the help document located on the IIPS web site listed above. For technical assistance, firms should call 1-800-683-0751 or e-mail the IIPS administrator at helpdesk@pr.doe.gov. THIS SOURCES SOUGHT NOTICE DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL OR A PRESOLICITATION NOTICE. 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. While a future Request For Proposals is anticipated, it is not guaranteed. Please post all questions using the option to ask questions on the main menu in the DOE Industry Interactive Procurement System (IIPS). Individual questions will be answered using this function to ensure that all prospective contractors are given the same information. Future information regarding this procurement will be posted on IIPS at http://e-center.doe.gov and/or the FedBizOpps website at http://www.fedbizopps.gov. It is the responsibility of the responders to monitor these sites for future information regarding this procurement.
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/E1F776953B3D216D8525728E007AA3B5?OpenDocument)
 
Record
SN01238879-W 20070228/070226220225 (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.