Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2010 FBO #3144
SPECIAL NOTICE

99 -- COLD STANDBY AT PORTSMOUTH OHIO PLANT

Notice Date
7/2/2010
 
Notice Type
Special Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
EMCBC - Portsmouth-PaducahU.S. Department of EnergyPortsmouth-Paducah Project Office1017 Majestic Drive, Suite 200LexingtonKY40513
 
ZIP Code
40513
 
E-Mail Address
Senderling, David R
(david.senderling@lex.doe.gov)
 
Small Business Set-Aside
N/A
 
Description
Contract Extension: NOTICE OF INTENT Solicitation/Contract Number: DE-AC05-01OR22877 Description: The United States Department of Energy (DOE) intends to extend the current Cold Shutdown (CSD) contract with the United States Enrichment Corporation (USEC) at the Portsmouth site to continue Surveillance and Maintenance (S&M) and deactivation activities of returned facilities and any other Gaseous Diffusion Plant (GDP) facilities returned by USEC to DOE, and deactivation activities in USEC-leased facilities in accordance with all the applicable laws, regulations, DOE Directives, permits, and agreements and Orders. The proposed contract extension is for 6 months (3 months with a 3 month option) from October 1, 2010 through March 31, 2011. The S&M activities may include safety and maintenance activities that are similar in nature to those of CSD, particularly the performance of S&M of equipment required to ensure protection of the general public, facility and worker safety, regulatory compliance functions, and shutdown of non-essential systems to lower infrastructure costs and to reduce overall facility hazards. The essential services required to meet the Department?s needs under the S&M task include but are not limited to: ?Continued S&M activities essential for nuclear criticality safety/radiological safety and documented facility safety requirements for the PORTS facilities returned by USEC to DOE;?Continued site infrastructure, utilities, and security services essential to multiple user site operations and national security for the PORTS facilities returned by USEC to DOE;?Implement and provide documentation of the transition from the current NRC regulatory environment to Atomic Energy Act and DOE orders for the PORTS facilities returned by USEC to DOE; ?Develop and provide a transition plan for the transfer of S&M responsibilities to the new D&D contractor for the PORTS facilities returned by USEC to DOE; and ?Conduct winterization and excess material accountability to ensure protection of the general public, provide facility and worker safety, and to perform regulatory compliance functions for the PORTS facilities returned by USEC to DOE. The essential services required to meet the Department?s needs under the deactivation task may include but are not limited to: ?Ongoing removal of unsafe material deposits including LEU and HEU deposits, flammable liquids, and environmentally sensitive materials (e.g., PCB liquids) needed to support reduction of facility hazards and accelerate the transition to D&D;?Utility shutdown and cell debuffering for non-essential facilities and systems for the PORTS facilities returned by USEC to DOE;?Ongoing removal/recycle and separation of excess DOE materials from USEC-owned materials, continuation of processing LEU cylinders as a part of the site clean-up, continuation of processing DOE-owned oxides in the X-705 Facility; and?Demobilization of the X-326 DR and X-705 Uranium Recovery activities The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. The statutory authority permitting other than full and open competition is the Competition in Contracting Act (41 U.S.C. 253(c)(1), implemented under Federal Acquisition Regulation (FAR) 6.302-1(a) which authorizes other than full and open competition when the supplies or services required by the agency are available from only one responsible source, and no other type of supplies or services will satisfy agency requirements. The present contract with USEC is due to expire on September 30, 2010. The proposed contract extension will allow environmental S&M and deactivation activities to continue at the Portsmouth site until transition to a new D&D contractor. USEC is the only contractor who has the unique qualifications to ensure the continuation of the necessary S&M and deactivation activities at the Portsmouth site which will ensure the safety of the general public, facilities, and workers during the months before the transition to the new D&D contractor. In addition, it is the only contractor which can maintain facilities and site regulatory compliance while lowering infrastructure costs and reducing overall facility hazards. The DOE anticipates award of the new competitive D&D contract in the 1st quarter of Fiscal Year 2011 as published on the DOE EM Acquisition Forecast website (last updated 10/13/2009). THIS IS NOT A FORMAL REQUEST FOR PROPOSALS UNDER FAR PART 12, 15, OR AN INVITATION FOR BIDS UNDER FAR PART 14. IF PARTIES CHOOSE TO RESPOND, ANY COST ASSOCIATED WITH THE PREPARATION AND SUBMISSION OF DATA OR ANY OTHER COSTS INCURRED IN RESPONSE TO THIS ANNOUNCEMENT ARE THE SOLE RESPONSIBILITY OF THE RESPONDENT AND WILL NOT BE REIMBURSED BY THE GOVERNMENT. Interested parties believing they have all of the capabilities may submit capability statements to provide all of the services, including a demonstration of the ability to meet all of the needs identified above within the required timeframes. The capabilities statement describing and demonstrating the above shall be submitted within 15 days of publication of this notice to the following address: U.S. Department of Energy, Portsmouth/Paducah Project Office, 1017 Majestic Drive, Suite 200, Lexington, KY 40513, ATTN: David R. Senderling Points of Contract: David R. Senderling, Contract Specialist, (v)859/219-4054, (f)859/219-4097 E-mail your questions to David R. Senderling, Contract Specialist at david.senderling@lex.doe.gov Simplified Acquisition:No Type of Action:Other Than Full and Open Competition ?Only One Responsible Source Contracting Officer Name:Pamela ThompsonContracting Officer Phone:(859) 219-4056 Contracting Officer E-mail:Pam.thompson@lex.doe.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/63908d5190b38a6edf90b63668b2ab1b)
 
Record
SN02195986-W 20100704/100702234820-63908d5190b38a6edf90b63668b2ab1b (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.