Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2012 FBO #3731
SOURCES SOUGHT

Z -- Market Research and Sources Sought for Shallow Land Disposal Area (SLDA) Remediation Activities - Sources Sought Form

Notice Date
2/9/2012
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Buffalo, 1776 Niagara St., Buffalo, New York, 14207-3199, United States
 
ZIP Code
14207-3199
 
Solicitation Number
W912P4-12-S-0004
 
Archive Date
3/24/2012
 
Point of Contact
Tyrone B. Palaganas, Phone: 7168794126
 
E-Mail Address
tyrone.b.palaganas@usace.army.mil
(tyrone.b.palaganas@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
PDF Version of Synopsis Mandatory Sources Sought form to be completed by interested vendors This is a SOURCES SOUGHT NOTICE for Market Research ONLY to determine the availability of firms to perform remediation activities and all required support (i.e. construction and site maintenance) at the Formerly Utilized Sites Remedial Action Program (FUSRAP) Shallow Land Disposal Area (SLDA) in Parks Township, PA. NO AWARD will be made from this Sources Sought. NO SOLICITATION OR SCOPE OF WORK IS AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the skills and capabilities necessary to perform the described project are invited to provide feedback via email to Tyrone.B.Palaganas@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. We encourage all firms to respond, including but not limited to, HUB Zone, 8a, SDVOSB, Small and Large Business. The NAICS Code is 562910. The small business size is 500 employees. The USACE anticipates issuing an Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC). Task Orders will vary from Firm-Fixed Price to Cost-Type. The anticipated IDIQ ordering period is 10-years. Total project magnitude is estimated at $300-million. 1. SITE DESCRIPTION The site is currently owned by BWX Technologies, Inc. (BWXT) and is maintained under Nuclear Regulatory Commission (NRC) license SNM-2001, which is in suspension during remediation activities. The SLDA site is located in Armstrong County, Pennsylvania, about 23 miles (38 km) east-northeast of Pittsburgh, Pennsylvania. The SLDA site is adjacent to the community of Kiskimere in Parks Township, Armstrong County, Pennsylvania. The SLDA site is bordered by Kiskimere Road to the southwest and State Route 66 and the Kiskiminetas River to the northwest. A seasonal stream called Dry Run meanders along the northeast side of the site. The SLDA site occupies approximately 44 acres (17.8 hectares) and is bounded by the community of Kiskimere to the southwest and vacant undeveloped land to the southeast and northeast. The decommissioned Parks Nuclear Fabrication facility site is located adjacent to and northwest of the SLDA site. Infrastructure currently on the site includes a paved road, a 60,000 square foot material processing building, and a paved, two-acre final status survey pad. Land use within the vicinity of the SLDA site is mixed, consisting of small residential communities, individual rural residences, small farms with croplands and pastures, idle farmland, forested areas, and light industrial properties The radiological contamination at SLDA is primarily the result of disposal of radiologically contaminated waste from the nearby Apollo Nuclear Fuel Fabrication Facility. This facility was operated by the Nuclear Materials and Equipment Company (NUMEC) and used to convert enriched uranium to naval reactor fuel. Waste from other facilities potentially may have also been disposed of at SLDA. Radionuclides of concern include U-234, U-235, U-238, Pu-239, Pu-241, Ra-228, Th-232, and Am-241. 2. PROJECT DESCRIPTION The work and services shall consist of construction and environmental services to support the U.S. Army Corps of Engineers (USACE), Buffalo, NY District in remediation of special nuclear material disbursed in environmental media, ranging from loose soil to debris such as pipes, drums and other man-made items. Project focus consists of the excavation, transport and disposal of radiological contaminated soil at a properly licensed facility outside of the state of Pennsylvania. Additional activities may include, but are not limited to: environmental investigation, design, construction of a permanent Material Processing Building, preparation of appropriate documents and work plans, interaction with State and Federal agencies including USACE, Department of Energy (DOE), Nuclear Regulatory Commission (NRC) and Pennsylvania Department of Environmental Protection (PADEP); overall site maintenance, monitoring and restoration. Waste characterization, handling and management shall include strict material control and accounting, development and implementation of procedures to ensure criticality safety, and safe transportation off-site. 3. ANTICIPATED CONTRACTOR REQUIREMENTS Offeror personnel shall have knowledge and experience in: • Environmental response actions associated with investigation, design, removal, and construction activities mandated by FUSRAP. Construction remediation expertise with knowledge of handling radiological contaminated material; • Analysis of radiological and non-radiological data in soil and groundwater; • Site closure protocols using the Multi-Agency Radiation Survey & Site Investigation Manual (MARSSIM); • Consultation/coordination with other federal, state and local agencies and stakeholders, including commercial and individual property owners; Environmental laws, regulations, programs, policies and civil works funding procedures related to the annual Energy and Water Development Appropriations Bill; Offerors shall have specialized experience and technical competence in: • Special nuclear material control and accountability • Criticality safety • NRC regulations pertaining to the management and control of special nuclear material • In-situ measurement and characterization of radiologically contaminated soil and debris • Large scale construction remediation to include shoring, dewatering, excavation and handling of radiologically-impacted soils • Preparation of environmental work plans and reports; • Groundwater monitoring and field data collection; • Environmental investigation, design, remediation and transportation and disposal of radiological and non-radiological material; • Collection, management and treatment of water during excavation activities; • Health physics, radiation safety and radiation training; • Extensive community relations; • Management and technical staffing of the on-site laboratory; • Knowledge of the locality such as project history, geological features, climate conditions, federal (EPA Region 3) and state (PADEP) oversight agencies • Coordinating work plans with various stakeholders such as the EPA, PADEP, and especially NRC. This is expected to be a significant effort. 4. CAPABILITY STATEMENT (The submission is limited to 10 pages including Sources Sought Information Request Form). • Interested offerors shall fill out the attached Sources Sought Information Request Form • Offerors interest in submitting a proposal on the solicitation when it is issued • Offerors capability to perform a contract of this magnitude (Approximately $25 million annually) and complexity and comparable work performed within the past 5 years - brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project - provide at least 3 examples • Offerors office locations and staffing Note: Payment and Performance Bonds will be required at the Task Order level. Contractors shall demonstrate an ability to obtain bonds no less than $100-million. 5. BUSINESS SIZE As the size and complexity of this project is significant, the Government is soliciting interest from all business size standards. All interested contractors should notify this office by email or mail by 10:00AM Eastern Time on 09 March 2012. Submit response and information to: Tyrone Palaganas, Tyrone.B.Palaganas@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACW49/W912P4-12-S-0004/listing.html)
 
Place of Performance
Address: Armstrong County, Pennsylvania, United States
 
Record
SN02671463-W 20120211/120210114226-0a8c143e547ea3d2f53fe7351b61563f (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.