Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 31, 2015 FBO #5151
SOURCES SOUGHT

F -- West Valley Demonstration Project Supplemental Environmental Impact Statement

Notice Date
12/29/2015
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
EMCBCU.S. Department of EnergyEM Consolidated Business Center250 E. 5th Street, Suite 500CincinnatiOH45202US
 
ZIP Code
00000
 
Solicitation Number
DE-SOL-0009226
 
Response Due
1/14/2016
 
Archive Date
2/13/2016
 
Point of Contact
Jodi L. Gordon
 
E-Mail Address
jodi.gordon@emcbc.doe.gov
(jodi.gordon@emcbc.doe.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT / REQUEST FOR INFORMATION (RFI) Solicitation Number: DE-SOL-0009226 Title:West Valley Demonstration Project ? Development of a Supplemental Environmental Impact Statement? Acquisition Planning Sources Sought/Request for Information THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL. 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, and is issued for the purpose of conducting market research. The U.S. Department of Energy (DOE) is currently in the acquisition planning stage for the potential award of a contract to provide technical services to the West Valley Demonstration Project (WVDP) for the Development of a Supplemental Environmental Impact Statement to support the DOE?s WVDP located near West Valley, New York. Work under the potential contract may include, but will not be limited to, literature searches, research efforts, and modeling (erosion, groundwater, surface water, slope stability, dose assessment, contaminant release, contaminant transport) to support the development of reasonable Phase 2 alternatives, conceptual engineering design reports, the Decommissioning Plan(s), and other necessary regulatory submittals. General scope for this acquisition includes: 1.Development of a project management schedule that integrates the completion of all work scope activities identified in the performance work statement (PWS) by the required Phase 2 decision completion date of May 12, 2020. 2.Development of the public scoping process for the Supplemental Environmental Impact Statement (SEIS) for the WVDP, Western New York Nuclear Service Center (WNYNSC), and the State-licensed Disposal Area (SDA). 3.Development of reasonable [as defined in both the National Environmental Policy Act (NEPA) and the New York State Environmental Quality Review Act (SEQRA)] Phase 2 alternatives, including (but not limited to) modifications to existing alternatives, for the WVDP, WNYNSC, and the SDA to be evaluated in a SEIS. 4.Preparation of conceptual engineering design reports that will provide input data for the evaluation of the Phase 2 alternatives to be evaluated in the SEIS. 5.Preparation of a SEIS that incorporates an existing long-term Probabilistic Performance Assessment (PPA) currently being prepared by a separate contractor and evaluates the potential short-term and long-term environmental impacts associated with the reasonable Phase 2 alternatives, including potential impacts due to erosion and climate change. 6.Preparation of Decommissioning Plan(s) to be submitted to the U.S. Nuclear Regulatory Commission (NRC) to: fulfill DOE requirements under the West Valley Demonstration Project Act of 1980 (Public Law 96-368), for the New York State Energy Research and Development Authority?s (NYSERDA?s) potential termination of its NRC 10 CFR Part 50 operating license (CSF-1) should NYSERDA pursue termination of the license. 7.Preparation of a decommissioning plan or other regulatory documents such as permits or license modifications for the SDA needed to implement NYSERDA?s Phase 2 decision for the SDA. DOE and NYSERDA intend to conduct this work jointly, using a tripartite contract structure and sharing in the oversight and cost of the work. The contractor may have access to proprietary information of other firms performing work at the WNYNSC and WVDP. Therefore, the Organizational Conflict of Interest restrictions delineated in FAR Subpart 9.5 will apply. DOE is seeking interested parties with specialized capabilities to meet all, or part of, the general scope requirements noted above. The North American Industry Classification System (NAICS) code for this requirement is anticipated to be 541620, Environmental Consulting Services, with a small business size standard of $15.0 Million. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSALS (RFP) AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO AWARD A CONTRACT. The purpose of this announcement is to identify small business concerns with the capability to perform the services with the intent of assessing set-aside possibilities. In order for DOE to assess set-aside possibilities under the above referenced NAICS code and size standard, interested parties shall identify their company (and specific, associated NAICS code(s) they fall under) as one or more of the following: 1) small business; 2) 8(a) business; 3) HUB Zone small business; 4) small disadvantaged business; 5) woman-owned small business; 6) economically-disadvantaged women-owned small business; or 7) service-disabled, veteran-owned small business. Interested firms shall: 1.Submit a capability statement of no more than five (5) pages, and no smaller than 12 point Times New Roman font. The capability statement should demonstrate the interested firm?s understanding, capability, qualifications, and experience in meeting the requirements in the attached draft PWS. In addition, the capability shall include: a.Describe the company?s relevant experience in the last five (5) years for work described in the attached draft PWS. Please include: Contract number(s), role in the effort (i.e. prime contractor or subcontractor), performance period, brief scope description(s), a technical point of contact, contracting agency, and contact information for the Contracting Officer of the contracting agency. b.Identify challenges and risks associated with meeting the requirements in the attached PWS. Identify how your organization would mitigate those identified challenges and risks. c.Discuss the roles and responsibilities of your company and any contemplated teaming partners specific to the requirements in the attached draft PWS. If a teaming arrangement is contemplated, then the response to this sources sought must clearly discuss the areas of the requirement that the small business firm(s) intends to perform and the specific areas that the large business teaming partner(s) intends to perform in accordance with the FAR clause at 52.219-14 entitled ?Limitations on Subcontracting (NOV 2011)?. d.Identify and describe any areas in the attached draft PWS believed to be missing or in need of clarification. e.Describe potential contracting alternatives (inclusive of a fixed price contract structure) to include the rationale, challenges, and risks. 2.Submit (Not counting toward the 5 page limit): a.The name of the firm, or firms if a teaming arrangement is being contemplated, point of contact, phone number, email address, address of firm(s), and the DUNS number and CAGE code for the prime and each contemplated teaming partner/subcontractor. b.Identify as one or more of the following under the NAICS code 541620: 1) small business; 2) 8(a) business (including graduation date); 3) HUB Zone small business; 4) small disadvantaged business; 5) woman-owned small business; 6) service-disabled, veteran-owned small business; or 7) large business. The Government will review the capability statement to determine if the interested firm is capable of satisfying the requirements based on its demonstrated understanding, capability, qualifications, and experience in each area of the requirements in the attached draft PWS. DOE reserves the right to use any and all information submitted by, or obtained from, an interested firm in any manner DOE determines is appropriate, including, but not limited to, the creation of a competitive solicitation. An interested party shall not submit any classified information and should avoid submitting business confidential and/or proprietary information in its response. However, if an interested firm must submit business confidential and/or proprietary information, the information must be clearly marked. In addition, the interested firm must provide sufficient justification as to why such information is business confidential and/or proprietary. DOE will review the information and safeguard it appropriately. 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 Jodi Gordon, Contracting Officer, at jodi.gordon@emcbc.doe.gov no later than 4:00 p.m. Eastern Time on January 14, 2016. All questions pertaining to this announcement should be directed to Jodi Gordon, Contracting Officer, at jodi.gordon@emcbc.doe.gov and/or telephone (513) 744-0977. 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-0009226/listing.html)
 
Record
SN03979521-W 20151231/151229234209-892c8dc41004ab53c27bcee9ac78d309 (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.