Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 29,1996 PSA#1562

FERMCO, P.O. Box 538704, Cincinnati, Ohio 45253-8704

F -- NATURAL RESOURCES AND CONSERVATION SERVICES - POTENTIAL SOURCES SOUGHT Contact: David Ansara, (513) 648-4013. Fernald Environmental Restoration Management Corporation (FERMCO), Contractor for the DOE's Fernald Environmental Management Project (FEMP), seeks QUALIFIED SOURCE(s) to provide waste remediation services for Operable Unit 1, the Waste Pits, located on the northwest quadrant of the FEMP site which covers approximately 37 acres. This will be a fixed unit price contract, the award of which is anticipated in the third quarter of Fiscal Year 1997, with waste shipment to initiate in the fourth quarter of Fiscal Year 1998. It is anticipated that the contract will have a base period of approximately 3.5 years, ending on November 30, 2000 with an option period of four (4) years. BACKGROUND: The operation is known as the Waste Pit Remedial Action Project (WPRAP), also known as Operable Unit 1 (OU1). Operable Unit 1 consists of Waste Pits 1, 2, 3, 4, 5, and 6; the Burn Pit (used for disposal and burning of waste); the Clearwell (a settling basin for surface water runoff); miscellaneous structures and facilities such as berms, liners, concrete pads, underground piping, utilities, railroad tracks, fencing; and soil within the OU1 boundary. Paddy's Run, an intermittent tributary of the Great Miami River, runs along the west side of Fernald property between OU1 and the site boundary. On March 1, 1995, the U.S. Environmental Protection Agency signed the Record of Decision (ROD) for Remedial Actions at Operable Unit 1. The selected remedy consists of the following activities: 1) Excavation of wastes from the pits (including soils from beneath the pits), 2) Pretreatment (e.g., sorting, crushing, shredding), 3) Treatment by thermal drying (as necessary to remove free water and meet other specified criteria), 4) Blending to achieve a uniform product, and load out into rail cars (or containers), 5) Rail-originated transportation from the FEMP, and 6) Off-site disposal at a permitted commercial disposal facility (PCDF), or DOE's Nevada Test Site. The contractor will be responsible for performing the activities identified in items 1-4, with FERMCO being responsible for Items 5 and 6. FERMCO has existing labor agreements with the Greater Cincinnati Building and Construction Trades Council (GCBCTC), AFL-CIO, and the Fernald Atomic Trades and Labor Council (FAT&LC), AFL-CIO Metal Trades Affiliated. The waste materials will be off loaded into either gondola rail cars or industry standard containers (to be loaded onto flat rail cars) for shipment to a PCDF. If Gondola rail cars are used, the contractor may also be responsible for providing plastic liners and lids to secure the waste during transport. WASTE CHARACTERIZATION: In developing the Record of Decision (ROD) for Operable Unit 1, a comprehensive characterization effort has been undertaken under the Comprehensive Environmental Response, Compensation and Liability Act of 1980 (CERCLA) process to identify the remedial requirements for Operable Unit 1. Interested parties are invited to review this information at the Public Environmental Information Center (PEIC), mail address: 10845 Hamilton-Cleves Highway, Harrision OH 45030, telephone: 513-738-0164/0165. Alternatively, a brief capsule summary of the characteristics of the target waste materials can be obtained by contacting David Ansara, Principal Procurement Specialist, at telephone number 513-648-4013 or facsimile number 513-648-4764. Finally, the following brief overview of waste and facility characteristics is provided: Total (in place waste and contaminated soil volume), approximately 700,000 cubic yards; depth range for pits, 12-30 feet below grade; Pits 5, 6, and Clearwell are water covered, Pits 1-3 and Burn Pit are soil covered, Pit 4 has a Resource Conservation and Recovery Act (RCRA) Cap; All pits are lined except the Burn Pit, Pits 5 and 6 have EPDM (plastic) liners, the others are clay lined; testing of the wastes present in the pits have not shown the presence of RCRA characteristic hazardous waste although it is possible that localized volumes could be characteristically hazardous; there are no RCRA listed wastes in the pits; uranium (primarily depleted) and thorium are the principal radioactive constituents; fission products such as Technium-99 are present in trace amounts. Polynuclear aromatic hydrocarbons (PAHs), are present in Waste Pit 2. Aroclors (polychlorinated biphenyls (PCBs)) are generally distributed at concentrations less than 50 ppm throughout the waste pits, but are present only in small amounts in Waste Pit 6 and the Clearwell. Polychlorinated dibenzo-p-dioxins (PCDDs) and dibenzofurans (PCDFs) have reported in very low concentrations in Waste (PCDFs) have been reported in very low concentrations in Waste Pits 2, 3, and 4. Chlorinated solvents and volatile aromatic compounds were widespread at relatively low concentration in the waste pits. Average moisture content of the waste material in the pits ranges from 80% (Pit 5) to 15% (Clearwell), percentage wet basis. Debris, including dust collector bags, graphite crucibles, molds, rocks, bricks, ceramics, drums, wood pallets, etcetera, is estimated to comprise 7-10% of the waste pit material. INTERESTED QUALIFIED SOURCES SHOULD RESPOND TO THIS ANNOUNCEMENT WITH THE FOLLOWING INFORMATION: 1) Completed Standard Form 254, Architect-Engineer and Related Services Questionnaire, and Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project, 2) Responses in Section 10 of the SF 255 to the following information requests limited to 30 pages of text or less: A) Company experience in operating indirectly heated thermal dryers or other thermal treatment devices on sites under CERCLA. 1) Summary of relevant experience in the design, permitting, construction, operation, maintenance, demolition, and closure of thermal drying facilities. 2) Summary of relevant experience in the planning and execution of hazardous/radioactive materials excavation, materials handling and feed preparation for thermal drying. 3) Summary of relevant experience in design optimization, trouble-shooting, debugging and de-bottle-necking, startup, and maintenance of thermal drying facilities. 4) Experience with the design and fabrication of thermal drying units and off-gas treating facilities. B) Company experience in performing remediation at DOE and commercial facilities, where low level radioactive waste or mixed waste were the remedial target waste materials. C) Company experience in performing on fixed unit price remediation contracts where incremental and/or annual funding was provided by the government or private customer. D) Company experience on projects involving multiple shift remediation work performed over extended durations. E) Provide company safety statistics on radioactive remediation projects to include experience modification rate (EMR) and OSHA recordable incident rate for the past three years. F) Identify the inventory of equipment presently owned by company or available to the company which could be utilized on this project. G) Identification of key personnel and their qualifications who could be available to conduct this work. Responders should identify a candidate Project Manager, chief (resident) Health and Safety Officer, Resident Radiological Control Officer, Construction Manager, Resident Project Engineer, Resident Project Chemist, Resident Project Quality Assurance Officer, Operations Supervisor, and Maintenance Supervisor. Provide name, resumes (1 page), address and telephone numbers for references. Responders should indicate roles of above individuals on projects identified in Section H below. H) Identify five (5) projects considered most similar to the OU1 project above. Identify: Project duration, location, target waste (type and volume or weight treated), customer, total planned cost and schedule, total actual cost and schedule or estimated cost. Provide name, address, and telephone numbers for references. I) Discuss company's ability to fund, from private sources, on site capital investments of up to $10M installed value. Provide a copy of the latest 10-K and annual report. J) Labor background, i.e., signatory, non-signatory, and experience in labor leasing arrangements with an in-house union workforce. EVALUATION. FERMCO will evaluate responses and select qualified offerors who will receive the request for proposal (RFP). This is a negotiated procurement with vendor selection based upon the best interests of the government. Expressions of interest with required information must be submitted in writing to FERMCO, Attn: Mr. David Ansara, Trailer 76, Cubicle 38, MS 52-1, P.O. Box 538704, Cincinnati, Ohio 45253-8704 by APRIL 26, 1996. This CBD notice does not commit the United States Government and/or FERMCO to pay for any costs incurred in the preparation and submission of data or for any other costs incurred prior to the execution of a subcontract. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. THIS IS NOT A REQUEST FOR PROPOSAL. (087)

Loren Data Corp. http://www.ld.com (SYN# 0040 19960328\F-0006.SOL)


F - Natural Resources and Conservation Services Index Page