Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2019 SAM #6582
SOURCES SOUGHT

P -- Request for Information(RFI) for Decontamination and Deactivation of Nuclear Facilities and Equipment

Notice Date
12/5/2019 10:43:13 AM
 
Notice Type
Sources Sought
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
NORFOLK NAVAL SHIPYARD GF PORTSMOUTH VA 23709-5000 USA
 
ZIP Code
23709-5000
 
Solicitation Number
N4215820RE001
 
Response Due
1/16/2020 9:00:00 AM
 
Archive Date
01/31/2020
 
Point of Contact
Curtis Price, Phone: 757-396-8413, Fax: 757-396-8368, Damita Boney-Nichols, Phone: 757-396-8345, Fax: 757-396-8368
 
E-Mail Address
curtis.c.price@navy.mil, damita.boney-nichols@navy.mil
(curtis.c.price@navy.mil, damita.boney-nichols@navy.mil)
 
Description
Request for Information (RFI)for Decontamination and Deactivation of Nuclear Facilities and Equipment1.0 Description1.1 The Norfolk Naval Shipyard Nuclear Production Department is seeking information on how many interested and qualified companies could provide services required to for Decontamination and Deactivation of Nuclear Facilities and Equipment to include an Radiological Release. 1.2 Request for Information (RFI) Only. This RFI is issued solely for information and planning purposes - it does not constitute as a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. The RFI respondees are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Beta. Sam website: https://www.beta.sam.gov. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.2.0 Background2.1 Purpose. The purpose for this RFI is to obtain information for the purposes of market research which may inform future requirement and contract efforts for the Decontamination and Deactivation of Nuclear Facilities and Equipment.2.2 Summary. Norfolk Naval Shipyard (NNSY) is requesting white papers providing possible technical solutions for all or part of the requirement discussed below.The shipyard is planning a major revitalization of the waterfront area. In order to move forward with this plan several older facilities and large pieces of equipment would have to be released from radiological controls in the proper manner. Facilities include buildings of various size and construction. Equipment includes large enclosures mainly composed of stainless steel. 2.3 Planned Production. Contractor would be required to perform the characterization, decontamination, and decommissioning, of radiologically contaminated facilities and equipment. This may involve removal of structural components, equipment and furnishings; asbestos remediation (Class I, II, and Ill); asbestos cleanup (Class IV); paint removal;scabbling of concrete floors; removal of walls, floor tiles, buried piping, machinery, piping and ventilation systems.Industrial remediation of various non-hazardous and hazardous materials, such asPCBs, mercury, beryllium, and lead, which may or may not be incidental to the radiological decontamination and/or asbestos abatement of the facility.Environmental investigation and remediation activities conducted pursuant to local and federal regulatory programs, as required.The minimization, segregation, chemical and radiological characterization, and packaging of waste for disposal. Lifting and handling of large contaminated equipment or structures may be required.Perform all sampling of material to be removed for hazardous/radiological constituents prior to removal and disposal.Provide all temporary services to support work (i.e. lighting, ventilation, vacuum, welding, etc.). Shipyard will provide water and power.Provide crane and rigging services for removal of items.Removal and proper disposition of all lead.Remove all non-asbestos/asbestos insulation. Insulation may contain asbestos, sample and test as required for proper removal and disposal of insulation.Perform radiological release of identified locations as specified and generate a release report to be provided to NNSY for approval.All material removed will need the classification of waste determined, the waste shall be packaged (including packing, and blocking/bracing) in accordance with DOT regulations and turned over to NNSY for disposal.Project management activities and associated cost/performance reporting.The contractor shall provide the necessary means required to accomplish the work in a safe, timely, and professional manner. Additionally, the contractor shall provide the necessary technical management, supervision, engineering, procedure preparation, labor, compliance oversight, quality control, work controls, reporting, cost accounting, waste characterization, and radiological and environmental controls required to perform each assigned task.Personnel requirements:The trades listed below are not all inclusive; the actual trades required will be identified in the Statement of Work: Nuclear Engineer Radiological Engineer Lifting and handling Engineer Radiological Control Technicians Lifting and Handling Personnel Temporary Services Support Radiological Certified Health PhysicistAll radiological training shall be reviewed and approved by NNSY. Required personnel will be required to have the trade/technical/engineering skills to perform the work. All personnel will be required to receive site specific radiological training and be entered into NNSY Radiological Monitoring program. This may require physical examination by a doctor.2.4 Estimated Period of Performance. Work shall be performed during FY21 through FY26 (October 2021 through September 2026).2.5 Performance Location. Location of work will at Norfolk Naval Shipyard within the Controlled Industrial Area (CIA).2.6 Limitations. The majority of work will involve radiological controls to perform. Contractor will not require a nuclear license. NNSY will approve all training and/or provide necessary gap training as well as high level oversight required for the contractors to perform nuclear work under NNSY’s license. Employee retention may be required. The following hazardous material can be encounter during this work; Asbestos insulation and gaskets, Polychlorinated Biphenyls (PCBs), Lead, Paint with heavy metals.Mixed Radioactive waste and Radioactive waste will be generated and required to be dispositioned as a regulated substance.Work shall be performed within a controlled industrial area. Personal Protective Equipment (PPE) will be required.Follow the safety guidelines of the Occupational Safety and Health Administration (OSHA).2.7 Security Requirements. The engineering and planning personnel will be required to hold CONFIDENTIAL clearance and obtain a red NAVSEA contractor personnel badge in order to accomplish the planning and technical work documents for performing work. All other Contractor personnel would need a green or yellow NAVSEA contractor badge and be a United States citizen.3.0 Requested InformationThe requested information is to confirm government planning and cost estimates, to outline possible technical solutions, capabilities, and critical cost/schedule drivers related to the above mentioned tasks, and to determine available service providers.4.0 ResponsesInterested parties are requested to respond to this RFI with a whitepaper. 4.1 RFI Whitepaper. The RFI whitepaper should be in Microsoft Word (all versions compatible with Office 2016) and is due not later than 1200pm Eastern Standard Time (EST) on 16 January 2020. There is no specified format for the whitepaper; however, the whitepaper response is limited to 10 single-sided pages and is to be submitted via email only to the Government Point of Contact (POC). The RFI whitepaper should address the tasks required to perform required services.Proprietary information, if any, should be kept to a minimum and MUST BE CLEARLY MARKED. To aid the Government, segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. 4.2 Company Information. The RFI whitepaper should provide the following information:1. Company Information: Company name, Commercial and Government Entity (CAGE) Code, business size, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and email of designated point of contact.2. Proprietary Information: Identification and handling of responding company’s proprietary information should include either: 1) Copies of executed Non-Disclosure Agreements (NDAs) with the Government or 2) A statement indicating that the respondent will not allow the Government to release its proprietary data for the RFI whitepaper evaluation. 5.0 Meetings and DiscussionsThe Government representatives will not physically meet with potential RFI service providers. Discussions, intended only to get further clarification of potential capability, especially any development and certification/licensing risks, may be held upon agreement of all parties. 6.0 QuestionsQuestions and the whitepaper regarding this RFI should be submitted in writing by e-mail to the NNSY Contracting Representative , Curtis Price , curtis.c.price@navy.mil. The deadline for the submission of questions regarding any section of this RFI is Tuesday, 8 January 2020 @ 12pm EST. Answers to questions will be posted no later than Thursday, 10 January 2020 @ 12pm EST. 7.0 SummaryThis RFI is only intended for the U.S. Government (Government) to identify sources that can provide services required to conduct Decontamination and Deactivation of Nuclear Facilities and Equipment as outlined. The information provided in this RFI is subject to change and is not binding to the Government. The Government has not made a commitment to procure any of the RFI requirements discussed, and release of this RFI shall not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. The Government will use the information received to forge its acquisition strategy. All submissions become Government property and will not be returned.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9af35d2822264607b4bdc27455652922/view)
 
Place of Performance
Address: 64000, VA 23709, USA
Zip Code: 23709
Country: USA
 
Record
SN05510473-F 20191207/191205230249 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.