Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2009 FBO #2904
SOLICITATION NOTICE

35 -- BUSINESSES TO PROVIDE RESPONSES TO THIS SOURCES SOUGHT IN SUPPORT OF THE IDAHO CLEANUP PROJECT’S STEAM TREATMENT OF RESIDUAL SODIUM

Notice Date
11/4/2009
 
Notice Type
Presolicitation
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of Energy, Idaho National Laboratory (ICP-Idaho Cleanup Contractor), ICP-Idaho Cleanup Contractor, 1955 Freemont Drive, Idaho Falls, Idaho, 83415
 
ZIP Code
83415
 
Solicitation Number
CWI004
 
Archive Date
12/8/2009
 
Point of Contact
Mike Stone, Phone: 208-533-0560
 
E-Mail Address
Michael.Stone@icp.doe.gov
(Michael.Stone@icp.doe.gov)
 
Small Business Set-Aside
N/A
 
Description
CH2M-WG Idaho, LLC (CWI), is a FAR Based Contractor under contract with the Department of Energy (DOE) to perform cleanup at the Idaho National Laboratory (INL) Site near Idaho Falls, Idaho. CWI is seeking qualified businesses that have thorough knowledge, experience and resources to perform the following work for a future solicitation. The sodium-cooled Experimental Breeder Reactor II (EBR‑II) at the Idaho National Laboratory (INL) was in service from 1964 through 1994, after which it was shut down and drained. Of the hundreds of gallons of sodium residue that remains in the primary and secondary systems, most has been reacted ("passivated") with moist carbon dioxide into sodium bicarbonate. However, there still exists non-passivated sodium; it resides mostly in the sodium storage tank and associated piping. EBR-II was placed under a RCRA permit in 2002 by the Idaho Department of Environmental Quality (DEQ) that requires treatment and removal of the residual sodium using water. This is to be completed by 2022. The recent American Recovery and Reinvestment Act of 2009 provided funding for Decontamination and Decommissioning (D&D) of EBR-II along with its associated residual sodium, with a stipulated completion by the end of December 2011. Bench-scale testing efforts are currently being pursued to simulate the use of steam treatment on partially passivated sodium as well. The Subcontractor shall provide and operate a steam treatment system as requested by CWI for the reaction of residual sodium metal. The Work includes treatment and removal of non-passivated residual sodium metal safely and effectively using steam and to remove the treatment process residue using water. Also to evaluate the bench-scale test data to assess the effectiveness and safety of steam treatment of passivated sodium, and as deemed appropriate, to treat and remove some or all of the partially passivated sodium as well. The estimated period of performance for these services will be six months with an estimated value range of $150,000 to $250,000. (1)Requests for pre-qualification shall include listed projects must be similar in scope and involve work of similar complexity as the work covered by this notice. The respondent must have performed these projects either as the prime contractor or as a teaming partner, and in either case respondent's own employees must have performed a significant portion of the work; b) For each project listed provide i) name, title, email and telephone number of the client point of contact, ii) dollar value, iii) description of overall scope and respondent's particular scope of responsibility, iv) contract type, dates of performance and for whom the work was performed. The client point of contact must be able to address respondent's safety record, cost control performance and schedule performance. 2) Environmental Safety & Health (ES&H) Program. Provide the Table of Contents for respondent's ES&H Program Manual which demonstrates evidence of policies and procedures that address: a) Elimination of accidents, injuries/illnesses, and damage to property and equipment; b) Records maintenance; c) Hazard identification and mitigation; d) Employees rights and encouragement to report unsafe conditions and to stop work without fear of reprisal; e) Audits performed to assess the effectiveness of the Program; f) Hazard Communication Program which includes maintenance of Material Safety Data Sheets (MSDS). 3) Safety and Compliance. Respondent shall have a proven, effective and comprehensive written accident prevention / occupational safety and health program and shall provide the following information for the last three calendar years: a) Proof that it has an average Workers' Experience Modification Rate (EMR) that is less than or equal to 1.0; b) Copy of its Bureau of Labor Statistics (BLS) Log and Summary of Occupational Injuries and Illnesses (OSHA No. 300); c) Original certification that the Number of Recordable Cases (Sum of OSHA 300 Column A x 200,000 / hours worked) is equal to or less than 3.2 and Number Day Away From Work Cases (Sum of OSHA 300 Columns 3 and 10 x 200,000 / hours worked) is less than 0.64; d) Copy of each OSHA violation received to include type of citation, fines levied, fines paid, and negotiated settlements and description of actions taken to avoid or eliminate said citation when performing future tasks of a similar nature; e) Original certification that respondent has not received any OSHA citations during the last three years, if OSHA has not cited respondent during the last three years; f) Copy of any fines and findings issued regarding respondent's compliance with the Price-Anderson Amendments Act (PAAA); g) Copy of any fines and findings issued by the Nuclear Regulatory Commission regarding respondent's performance. 4) Quality Program. a) Copy of the table of contents for the respondent's Quality Assurance Program (QAP) and b) Evidence that respondent's QAP has been certified under previous projects to meet the requirements of DOE Order 414.1, 10 CFR 830.120, and NQA-1 2000, as applicable. 5) Subtiers. If respondent will have subtier subcontractors, the scope that each subtier is proposed to perform must be identified and the applicable backup documentation identified in Items 1 through 6 above must be provided for each subtier. As solely determined by CWI, the omission or failure to correctly and satisfactorily respond or certify to any pre-qualification criterion as required above may result in the respondent's elimination from further consideration. No other information, except as specified herein (i.e. cover letter addressing pre-qualification responses/certifications, e-mail address, and attachments) shall be included in Respondents pre-qualification submission. This advertisement is NOT A SOLICITATION for services. If sufficient qualified responses are received, then the companies will be maintained on a list as sources for a possible future solicitation. Submission of this information is limited to 25 pages. Telephone calls will not be accepted. Questions may be sent by email to michael.stone@icp.doe.gov. Interested Subcontractors shall submit two (2) hard copies to: Interested companies shall submit their pre-qualification statements to: Michael Stone, CH2M-WG Idaho, LLC, Idaho Cleanup Project, P.O. Box 1625, Idaho Falls, ID 83415-2503; if via overnight delivery, send to street address: Michael Stone, CWI, CFA 606, Scoville, ID 83415. Respond no later than 4:00 p.m. Mountain Standard Time on November 23, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/INLICP/id/CWI004/listing.html)
 
Place of Performance
Address: Michael Stone, CH2M-WG Idaho, LLC, Idaho Cleanup Project, P.O. Box 1625, Idaho Falls, ID 83415-2503; if via overnight delivery, send to street address: Michael Stone, CWI, CFA 606, Scoville, ID 83415., Idaho Falls, Idaho, 83415, United States
Zip Code: 83415
 
Record
SN01998031-W 20091106/091104235334-6b86c7f14a1d052f4988f8614b25f406 (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.