|
COMMERCE BUSINESS DAILY ISSUE OF MAY 19,1995 PSA#1350MEETING HANFORD TANK WASTE REMEDIATION SYSTEM (TWRS) PRIVATIZATION
Contact U.S. Department of Energy, Richland Operations Office, P.O. Box
550, MS A7-80, Richland, Washington 99352. P. E. Rasmussen, Contracting
Officer, 509/376-7437. The Department of Energy (DOE) has established
the Tank Waste Remediation System (TWRS) Program to manage and cleanup
the high-level radioactive waste currently held in 177 tanks and
approximately 2000 sealed capsules located on the Hanford Site. The
cleanup is being conducted under the Hanford Federal Facility Agreement
and Consent Order (Tri-Party Agreement). The remediation system
functions include: 1) retrieval of liquid/solid radioactive hazardous
waste (240,000 MT of process chemical contaminated with 250 MCi of
radioactive elements) from 177 (149 single-shell and 28 double-shell)
steel tanks; 2) preprocessing of the waste into two streams -
high-level (HLW) and low-activity (LAW) waste; 3) vitrification of the
LAW and storage of the LAW in a repository on site; and 4)
vitrification of the HLW and transport of HLW in casks to an off-site
repository. It is expected that more than 400,000 MT of vitrified LAW
and 20,000 to 40,000 MT of vitrified HLW would be produced through the
full remediation of the tanks. Historically, the Department has relied
on its Management and Operating (M&O) contractors to design, implement,
and operate waste treatment systems. The current M&O contractor
estimate to design, implement, operate and empty the tanks is about $40
billion. Under the President's Reinventing Government reforms and the
related Department's Contract Reform Initiative, a competitive
privatization approach in the context of two phases is being evaluated.
The first privatization phase (proof of concept phase) would be to
build a pilot scale facility(ies) that would process a variety of tank
waste over a two-and-a-half to three-year period. Two separate vendors
would be given the opportunity to finance, design, permit, build and
operate pilot facilities delivering products that would meet the
Department's specifications. The total mass of vitrified waste to be
produced by both facilities would be about three percent of the total
expected to be produced with the full remediation of the tanks. A
variety of waste feeds of known character would be provided to allow
for a demonstration that the bulk of the LAW to be generated by
pretreatment could be effectively vitrified. The Department would
provide each vendor a double-shell tank to serve as a receiver tank for
the waste that would be supplied by the Department. Each vendor would
have to use existing protocols as well as develop new protocols for
working in a tank farm and retrieving liquid waste from tanks to feed
their plants. High-level waste separated in the pretreatment process
would be stored on an interim basis until sufficient quantities are
collected to make it cost effective to process. The objective of the
Proof-of-Concept phase would be to facilitate learning as many of the
parameters as possible considered necessary to afford the second phase
the greatest chance of being successful in processing the remaining 97
percent of the waste in the tanks. (While the Proof-of-Concept phase is
expected to be less that three years in duration, the Department may
decide to encourage continued use of these facilities to process waste
for another five to ten years. This would be critical in the creation
of double-shell tank space for interim storage of the waste to be
retrieved from the single-shell tanks.) The second privatization phase
would be to provide the full-scale facilities necessary to process and
treat the waste. At this point, about 170 tanks of waste would remain
to be retrieved and separated into high-level and low-level fractions
and converted to a vitrified product. Two vendors would be selected
under a new competitive process to build the processing plants. Because
of the uncertainty of the waste characteristics and their variability,
the Department would consider processing the remaining tanks on a
campaign basis which would be competitively bid on a periodic basis
between the selected vendors. This would be considered a prudent
approach for both the Department and the vendors since the character of
the product and the complexity of the processing would be dependent on
the character of the feed. Through this approach, it would be possible
to minimize the uncertainty associated with the character of the waste.
In the second phase, the vendor would also be required to retrieve the
waste from the single-shell tanks and deliver it to the on-site
transfer system for movement to the double-shell tanks for blending and
holding or directly to the plant for processing. The sequencing of
tanks in the retrieval process would be critical in assuring the
quantity and quality of both the HLW and LAW produced. Selection and
sequencing of the tanks may be negotiated between the contractors and
the Department. The Department is considering that the Proof-of-Concept
phase would be divided into two parts as follows: 1) design/safety
review/permitting and 2) construction, operations and possibly
decontamination and decommissioning (D&D). Contractors would be
required to bid a fixed price to be paid by the Department in the event
of termination by the Department for those activities completed by the
contractor prior to construction of the pilot facility(ies). In
addition, the contractors would provide a fixed unit price for the
treated waste products to be delivered, including the design/safety
reviews/permitting, construction, operations and possibly D&D. For the
Proof-of-Concept phase, the contractor would secure private financing
to design, permit, purchase/construct, operate and possibly D&D the
process equipment and facility(ies). The Department would solicit
proposals against a detailed Request for Proposal and select two
contractors. A predetermined one-time capital payment would be made to
each of the two contractors when satisfactory design/permitting is
completed and provided to the Department. Beyond this point, the
Department would then only pay for the treated waste product delivered
in a form that meets contract specifications once facilities begin
operations. Contractors would be responsible for meeting the waste
product specification and would own/operate plants. The Department is
interested in receiving comments from interested vendors on the
following topics: 1) In the Proof-of-Concept phase, the Department
would provide two selected vendors a predetermined capital payment as
an incentive following the completion of the design and permitting of
facilities for the pretreatment and low-level vitrification. 2)
Recognizing the scope and structure of the Proof-of-Concept phase
proposed by the Department, vendors are requested to provide their
estimate of the schedule to provide fixed price proposals and schedule
thereafter to active operation. 3) Given the wide variation of tank
contents, which type or types of waste (both physical and chemical)
would the vendor propose to treat in the Proof-of-Concept phase and
why? What processing issues are considered the most important to
demonstrate during the proof-of-concept phase? 4) What are the vendors
views on the extent of the Department's management interfaces with the
vendors that would be selected for the Proof-of-Concept? 5) The
Department would propose that characterization data from past site
analyses and studies be provided to vendors for the Proof-of-Concept
phase. The contract specifications would define the upper and lower
limits of the characteristics of the waste based upon analytical data
which has been determined in the past. Vendors would be responsible for
providing confirmatory measurements on the waste data. 6) What would be
the general requirements of the vendors for their long-term review flow
and return on their invested capital for the Proof-of-Concept Phase? 7)
The Department would consider using processes other than vitrification
for immobilization of the LAW that would result from processing the
tank waste. What waste form materials would the vendor consider
proposing? 8) The Department would consider proposing that the nuclear
safety framework be constructed using a necessary and sufficient set
of standards. These standards would be identified by subject matter
experts based upon definition by stakeholders, the vendors, the
responsible DOE organization, and resource authorities. Responses to
this survey request, should include vendor views and specific responses
to the questions set forth herein and should be submitted by June 7,
1995, to the U.S. Department of Energy, Richland Operations Office,
Attn: Mr. Peter Rasmussen, Procurement Services Division, A7-80, Room
709, P.O. Box 550, Richland, WA 99352. The Department has also prepared
an information package. For those vendors not attending the September
1994 TWRS Privatization Vendor Meeting, please submit a written request
for an information package to the address listed above. The Department
is interested in having an open and frank exchange with vendors
regarding these concepts and their views on Wednesday, May 31, 1995, at
the Federal Building Auditorium located at 825 Jadwin Avenue in
Richland, Washington, from 9:00 a.m. to 12:00 noon. If appropriate,
discussions may resume at 1:00 pm. The purpose of this meeting will be
to provide additional information on this potential business
opportunity. You are requested to provide a list of the attendees
(three individuals per company) to the address listed above by May 25,
1995. A transcript from this meeting will be available upon request.
The Department has not made a final commitment to procure the stated
requirements. This request for an expression of interest should not be
construed as a commitment or authorization to incur any cost in
anticipation of a requirement. This determination will be made
subsequently based in part on the response of potential vendors. Loren Data Corp. http://www.ld.com (SYN# 0620 19950518\SP-0001.MSC)
SP - Special Notices Index Page
|
|