|
COMMERCE BUSINESS DAILY ISSUE OF MAY 24,1996 PSA#1602REQUEST FOR EXPRESSION OF INTEREST AND COMMENTS REGARDING OFFICE OF
CIVILIAN RADIOACTIVE WASTE MANAGEMENT TRANSPORTATION PLAN POC Ms.
Michelle Miskinis (202) 634-4413 or Ms. Beth Tomasoni (202) 634-4408.
The Office of Civilian Radioactive Waste Management (OCRWM) is
responsible under the Nuclear Waste Policy Act for transporting spent
nuclear fuel (spent fuel) from commercial nuclear reactor sites to a
Federal facility for storage or disposal. The Standard Contract for
Disposal of Spent Fuel and/or High Level Waste (10CFR961) details the
arrangements between the Department and the owners and generators of
spent fuel (Purchasers) for the Department to accept the spent fuel at
the Purchasers' sites for transport to the receiving Federal facility.
Section 137(a)2 of the Nuclear Waste Policy Act requires the
utilization of private industry to the ``fullest extent possible'' in
the transportation of spent fuel. OCRWM is developing a plan for the
performance of its waste acceptance, storage and transportation
responsibilities which are set forth in the NWPA and Standard Contract
and is soliciting input from interested parties as to its proposed
approach. Submissions of interest and comments in response to this
Notice should be received by the Department no later than three weeks
from the date of this announcement. A presolicitation conference may be
held this summer, if so, a separate Notice will be issued identifying
the date. Respondents to this Notice will be placed on a list to
receive additional information which may include draft solicitation
documents in preparation for the presolicitation conference.
Submissions of interest including any comments should be sent to
Michelle Miskinis, Contracting Officer, U.S. Dept. of Energy, 1000
Independence Ave. SW, Attn: HR-561.21, Washington, DC 20585. For
further information contact: Michelle Miskinis (202) 634-4413 or Beth
Tomasoni (202) 634-4408. Scope of Services. DOE anticipates contracting
for supplies and services which would include: accepting spent-fuel
from Purchasers' facilities (as identified in the OCRWM published
Acceptance Priority Ranking (APR) and the Annual Capacity Report (ACR),
supplying compatible storage and transportation casks and equipment and
transporting spent-fuel to a designated Federal facility. Contractors
would also be responsible for any intermodal transport required,
including heavy haul. Contractors may be permitted to alter the order
of spent-fuel acceptance to achieve efficiency of operation or to lower
costs. Contractors will work with Purchasers to determine the best way
to service a site and will recommend preferred transportation routes
to the Federal facility. Contractors will also be required to interface
with those State, Local and Tribal governments along the selected
routes. The Federal facility (either a repository or an interim storage
facility (ISF) is to be designated by Congress. Initially, spent fuel
delivered to the Federal site would be canistered before arrival at the
facility but at some point in the service period the Contractor may be
required to handle uncanistered spent fuel. Transportation and storage
equipment to be supplied will be required to comply with applicable
Nuclear Regulatory Commission (NRC) and Department of Transportation
(DOT) regulations, OCRWM acceptance criteria and standard commercial
practices. Contract Type. Competitive, fixed-price type contracts are
being considered with a phased implementation that includes sequential
development of business/servicing plans describing contractor's
individual approaches, fabrication/acquisition of hardware, and
transportation services operations. More than one award is anticipated.
One approach under consideration is to divide the country into regions,
for example, the four NRC regions. No contractor would be awarded more
than two regional service contracts. It is envisioned that there will
be several Requests For Proposals (RFPs) issued over several decades
for these services with more than one award made under each RFP.
Contract Term. A contract term of five to ten years is envisioned for
the first contract. This would allow a contractor two to three years to
procure transportation and storage equipment and achieve operational
readiness. Performance of waste acceptance and transportation services
would take place over the remaining period of any contract. A service
period spanning several years also would allow contractors the
flexibility to improve the efficiency of operations and reduce costs.
Schedule. Schedule specifics will be addressed in any solicitation. For
planning purposes, it is expected that a Federal facility could be in
operation to receive spent fuel within four years of statutory
direction, and contractors could be expected to begin developing
service arrangements with Purchasers two to three years before spent
fuel shipment. Submissions of Interest. OCRWM is interested in
receiving expressions of interest and comments relating to on this
proposed approach for carrying out its waste acceptance, transportation
and storage functions especially with regard to the following issues:
1. The ability of transportation service contractors and individual
Purchasers to reach agreement on methods and schedule for servicing
specific utility sites, including ways to foster Purchaser cooperation.
2. The willingness of Purchasers to construct temporary or permanent
physical plant modifications and to obtain license amendments or
technical specification changes that would improve the efficiency and
reduce the costs of loading and removal of spent fuel from individual
plants. 3. The reasonableness of dividing the country into a number of
regions to preserve competition and industrial capability in the
marketplace, while still ensuring low cost services to OCRWM. 4. The
capability of the nuclear industry to acquire sufficient spent fuel
canister, transportation cask, and storage module production capacity
to meet near-term service contractor requirements. 5. Potential
business arrangements/pricing structures which might increase
contractor freedom and flexibility to develop and implement innovative
approaches to improve system efficiency and lower costs, reduce or
eliminate the need for front-end financing by OCRWM of contractor
activities and procurements, or mitigate risks associated with
programmatic uncertainties. 6. Alternative methods of structuring this
procurement to ensure competition on future procurement. OCRWM will
consider and may utilize all information, recommendations, and
suggestions provided in response to this notice. Respondents should not
provide any information that they consider to be privileged or
confidential or which the respondent does not want disclosed to the
public. OCRWM does not intend to respond to comments, either to
individual commentors or by publication of a formal notice. Each
submittal should consist of one original and three copies. This notice
should not be construed as a commitment by the Department to enter
into any agreement with any entity submitting an expression of interest
or comments or as a commitment to issue any RFP. For information
contact Ms. Michelle Miskinis (202) 634-4413. Loren Data Corp. http://www.ld.com (SYN# 0622 19960523\SP-0003.MSC)
SP - Special Notices Index Page
|
|