SOURCES SOUGHT
99 -- Idaho Site Post Fiscal Year 2015 Acquisition Planning
- Notice Date
- 11/26/2013
- Notice Type
- Sources Sought
- Contracting Office
- EMCBCU.S. Department of EnergyEM Consolidated Business Center250 E. 5th Street, Suite 500CincinnatiOH45202US
- ZIP Code
- 00000
- Solicitation Number
- DE-SOL-0006382
- Point of Contact
- LeAnn M. Brock
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT / REQUEST FOR INFORMATION (RFI) Solicitation Number: DE-SOL-0006382 Title: Idaho Site Post Fiscal Year 2015 Acquisition Planning THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. No solicitation is available. This RFI is released pursuant to FAR Part 15.201(e), Exchanges with Industry. The U.S. Department of Energy (DOE) Office of Environmental Management (EM) is currently in the acquisition planning phase for potential upcoming EM procurement(s) at the Idaho Site post Fiscal Year (FY) 2015. Since its inception in 1949, the Idaho Site has fulfilled numerous DOE missions including designing and testing nuclear reactors; reprocessing spent nuclear fuel to recover fissile materials; managing spent nuclear fuel; and storing, treating and disposing of various waste streams. Currently, the Office of EM acts in the role of tenant on the site, while the Office of Nuclear Energy, Science and Technology (NE) serves as the landlord. The mission of the Office of EM is to complete the safe cleanup of the environmental legacy brought about from five decades of nuclear weapons development and government-sponsored nuclear energy research. In May 2002, the DOE, the Idaho Department of Environmental Quality and the Environmental Protection Agency signed a letter of intent formalizing an agreement to pursue accelerated risk reduction and cleanup at DOE's Idaho Site to achieve the following vision: "By 2012, the Idaho Site will have achieved significant risk reduction and will have placed materials in safe storage ready for disposal." While this goal has been achieved, there are still risk reduction and mission critical environmental management activities that need to be completed. As previously announced, the DOE plans to conduct an Industry Day on Wednesday, December 4, 2013, in support of the upcoming EM procurement(s) at the Idaho Site post FY 2015. Details of this previous announcement were posted on November 15, 2013 as a Special Notice to the Federal Business Opportunities (FBO) website at: https://www.fbo.gov/index?s=opportunity&mode=form&id=feb19fc17e2864d408e8f4a9a34f38f3&tab=core&_cview=0 The DOE EM Consolidated Business Center (CBC) also created a procurement website where additional information will be provided which may be viewed here (as referenced on FBO): http://www.emcbc.doe.gov/IDAHO%20SITE%20POST%20FY%202015/index.php The purpose of this RFI is to solicit interested parties? input with the specialized capabilities necessary to meet all or part of the requirements of the Elements of Scope for efforts at the Idaho Site post FY 2015. Information provided at the Industry Day and on the EMCBC website is provided for industry?s assistance in preparation of Contractors? capability statements. The information on the EMCBC website will be updated as it becomes available; therefore, Contractors should monitor the EMCBC website for additional information. Within these capability statements, DOE is seeking feedback from contractors and other interested parties regarding options for innovative approaches for the performance of scope elements as well as insight into potential contracting alternatives to achieve the EM goals at the Idaho site post FY 2015. Due to the preliminary stage of this planning activity, there is no Performance Work Statement available at this time. The anticipated number of procurement(s), types of contract(s), periods of performance, amount of funding, or set aside possibilities are to be determined. The contemplated procurement(s) will incorporate remaining EM work scope following completion of the current Idaho Cleanup Project (ICP) and the Advanced Mixed Waste Treatment Project (AMWTP) contracts. The major Elements of Scope include, but are not limited to: ?Spent Nuclear Fuel ?Solid Waste Management ?Decontamination and Decommissioning (D&D) ?Environmental Activities ?Site Infrastructure (EM Areas only) ?Calcine Disposition Project DOE is also seeking interested parties with specialized capabilities necessary to successfully perform all or a portion of the Elements of Scope defined above to further determine whether or not all or a portion of the work can be set-aside for small businesses, 8(a), Economically Disadvantaged Women-owned Small Businesses (EDWOSB), women-owned small businesses, HUBZone small businesses, veteran-owned small businesses, or service-disabled veteran-owned small businesses. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSALS (RFP) AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO AWARD A CONTRACT. Capability Statements should include the following information as appropriate and applicable: 1.)Describe your ability and approach to meeting all or a portion of the requirements for the specific Elements of Scope, including innovative approaches for the division or aggregation of scope elements as well as insight into contracting alternatives (number of procurement(s), types of contract(s), periods of performance, set aside possibilities, etc.) to achieve the EM goals at the Idaho site post FY 2015. 2.)Identify any performance challenges and risks in meeting the requirements discussed in the Elements of Scope. Identify how your organization would minimize any risks such that there is reasonable assurance of successful performance. Also identify how a specific division and/or aggregation of scope element(s) or potential contracting alternatives could be utilized to minimize such risks. 3.)Identify potential areas within any Element of Scope that may be appropriate for a fixed price contract structure along with any associated pricing challenges and risks. Provide specific feedback for type of information required from DOE to support development of a fixed price proposal for any Elements of Scope. 4.)Describe your experience in a complex regulatory environment in respect to problem-solving, working with various stakeholders, tribal governments, Citizens Advisory Boards, and regulatory agencies at the state and federal level. 5.) Discuss your experience as a DOE Prime contractor. Include a description of the work scope, contract value, contract type, period of performance and lessons learned. 6.) This work will be conducted throughout multiple complexes and facilities within the Idaho site and will require interface with the Management and Operating (M&O) contractor. Discuss your experience regarding such interfaces. Providing examples of previous experience, describe your company or teaming arrangement?s experience in managing and integrating all of the work similar to specific Elements of Scope included in your Capability Statement, including the continuing infrastructure activities (e.g. janitorial and grounds keeping services; operations, utilities, and maintenance of facilities) under a single contract. Also describe your experience in managing and integrating the work of subcontractors who would perform specialty functions or subcontractor employees working within the site?s organizational matrix. 7.) Discuss your experience in implementation of environmental, safety and health plans related to your (and any teaming partners) work on DOE sites with large industrial and nuclear facilities. This discussion should address your approach to addressing requirements under 10 CFR 830 and 10 CFR 835 related to Nuclear Safety, Quality, and Occupational Radiological Protection; 10 CFR 851 Worker Safety and Health; Work Control Program, NQA-1 and ISMS. 8.) Discuss your project management/project control system you would utilize for any resultant procurement supporting the Idaho Site post FY 2015, including information on the project control system you currently utilize for your company and how it will be tailored for any resultant procurement. 9.) The contractor may be required to participate in the multi- employer pension and welfare benefits plans for the existing workforce covered by such plans while performing the requirements of any resultant procurement supporting the Idaho Site post FY 2015. Discuss your experience (or that of any teaming partners) in sponsoring employer pension and benefit plans at DOE sites. 10.) Brief Experience and Performance Record (past five years). Identify all DOE, other Government, or other commercial experience relevant to this RFI (include contract number, date, scope, duration, client, and contracting agency contact). Small business teams or joint ventures shall identify the socio-economic status of each member and shall provide a description of the work that each member would perform under a contract. All interested parties are hereby invited to submit a capability statement of no more than fifteen pages, and no smaller than 12 point font. The Government will evaluate each capability statement based on the interested party?s demonstrated qualifications, capabilities, expertise, experience and past performance in each of the scope areas specified to their area of expertise. All Interested parties are requested to provide their name of firm, point of contact, phone number, address of firm, CAGE Code, and/or a DUNS Number. DOE reserves the right to use any and all information submitted by, or obtained from, an interested party in any manner DOE determines is appropriate, including, but not limited to, the creation of a competitive solicitation. An interested party should avoid including any classified, business confidential, and/or proprietary information in its response. However, if an interested party must submit such information, the information must be clearly marked, and sufficient justification provided as to why such information is business confidential and/or proprietary. DOE will review said information and safeguard it appropriately. DOE will not respond to or post on the EMCBC website, any verbal or written questions or comments pertaining to this RFI package. The Government will not reimburse preparation costs nor otherwise provide compensation for any information that is provided in response to this announcement. All capability statements shall be submitted electronically to the following e-mail address: jodi.gordon@emcbc.doe.gov no later than 5:00 p.m. Eastern Standard Time on Friday, December 20, 2013. All questions pertaining to the announcement should be directed to Ms. LeAnn Brock at leann.brock@emcbc.doe.gov and/or telephone (513) 246-0563. DOE personnel may contact firms responding to this announcement to clarify a responder?s capabilities and other matters as part of this market research process.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0006382/listing.html)
- Record
- SN03241438-W 20131128/131126234149-0bfd00b140caf76994c99ffd02cac7c0 (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 |