Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 12,1998 PSA#2009

Lockheed Idaho Technologies Company, P.O. Box 1625, Idaho Falls, ID 83415-3521

99 -- HANDLING, PACKAGING, AND STORAGE OF SPENT NUCLEAR FUEL (SNF) SOL cbd097 DUE 020698 POC Barbara Clezie (208)526-3751 WEB: Idaho National Engineering & Environmental Laboratory Procurement Homepage, http://www.inel.gov/procurement/litco/index.html. E-MAIL: Barbara Clezie, blc1@inel.gov. Barbara L. Clezie, Subcontract Administrator, (208) 526-3751, fax -(208) 526-4876, e-mail -BLC1@inel.gov . Lockheed Martin Idaho Technologies Company (LMITCO), a Management and Operating (M&O) contractor for the United States Department of Energy (DOE) at the Idaho National Engineering and Environmental Laboratory (INEEL) is in the process of defining a Request For Proposal (RFP) for the purpose of handling, packaging, and storage of Spent Nuclear Fuel (SNF) at the INEEL. LMITCO will subcontract with one corporate entity. This corporate entity may be a single entity or may serve as the lead in a consortium, joint venture, or other teaming arrangement that has the technical and financial capability to accomplish the work and is willing to invest its technical and financial resources in this venture. PROJECT DESCRIPTION: Procurement of goods and services to place and maintain selected DOE owned Spent Nuclear Fuel at the INEEL in modular dry storage units ready for interim storage and suitable for off-site transportation to the national repository when available, in accordance with the requirements of the General Specifications for the INEEL Spent Nuclear Fuel Dry Storage Project. The project will be funded by the Subcontractor's private financing, reimbursable over a multiyear period commencing upon delivery of the first fuel storage unit at the INEEL. Reimbursement will be on a fixed-unit-price basis, except for Phase I licensing, which will be a one-time payment upon issuance of the license. The storage units must meet NRC regulations for storage and transportation. The Subcontractor shall design, license, construct, and operate a spent fuel dry transfer facility to receive and transfer spent fuel into the dry storage units. Fuel Characteristics and Condition. The fuel characteristics and conditions described in the General Specifications are the best available at this time. This fuel information may, or may not be, adequate for NRC licensing. There may be a need to supplement the fuel information withconservative assumptions for NRC licensing. RISKS: (1) NRC Licensing. Title of the fuel will remain with DOE. However, the Subcontractor shall license the facilities with the NRC and shall be named as licensee on the application. Most of the fuels included in the scope of this project have never been licensed with the NRC for interim storage or transportation. Many of the fuel characteristics are unique and may not be specially addressed in the regulations. This may require extensive analysis and/or calculation to convince the NRC of the adequacy of the safety systems. (2) Interfaces at the INEEL. The Dry Transfer Facility (DTF) and Independent Spent Fuel Storage Installation (ISFSI) will be located at the INEEL within the security fence of the Idaho Chemical Processing Plant (ICPP). Because of the location, the Subcontractor will be required to interface with the M&O contractor in areas such as ES&H, emergency preparedness, security, utility tie-ins, radiation control, training, and general operating procedures. Many of these programs are currently operating under DOE Orders and therefore, the Subcontractor must comply with these Orders, even though the new facilities will be designed and operated to NRC regulations. (3) Fines and penalties. The INEEL is subject to intensive state and federal oversight. LMITCO shall not be liable for any violations or alleged violations of safety (nuclear-safety related or otherwise), failure to comply with all federal, state, county, and municipal laws, ordinances, and regulations applicable to the work to be done. LMITCO will be fully compensated by Subcontractor for any fines and/or penalties incurred due to Subcontractor's failure to conform to laws referred to in this statement. A DRAFT RFP will be issued to solicit constructive comments from private industry using existing leading edge applied technology and services in the spent nuclear fuel industry prior to issuing a formal Request For Proposal. Prospective Offerors are encouraged to submit questions and/or comments on the Draft RFP, Draft Subcontract, and General Specifications/Design criteria. Questions, comments, and/or suggestions should be presented to the cognizant Procurement Agent in writing by mail, fax, or e-mail. Comments and suggestions received may or may not be included in the Final RFP. To receive the FINAL RFP, Offerors must submit and satisfy the Go/No-Go pre-qualification criteria. Prospective Offerors shall submit evidence of the following criteria: 1. Offerors must have, or the ability to obtain, the necessary resources to successfully complete the project. Progress Payments will not be made. 2. Offerors must provide evidence of technical experience and demonstrate a prior record of successfully handling dry storage of spent nuclear fuel. 3. Offeror must own the design or possess the right to utilize the design of a dry storage system that has a previous history of successful operation and has been previously licensed with the NRC or equivalent regulatory agency. Equivalency will be determined by LMITCO. 4. The Offerors must currently possess, or have possessed in the recent past, a NRC, or equivalent-approved Quality Assurance Program. In addition, as a minimum, Offerors must have a current implemented NQA-1 Quality Assurance Program, or equivalent. 5. Offerors must have an ES&H and Industrial Hygiene program that is fully compliant with all legal ES&H protection requirements. 6. Offerors must have a proven record of successful experience in construction management of multimillion-dollar projects. The project consists of three phases: Phase I, Preliminary Design and NRC Licensing (Fixed Unit Priced with ceiling). Phase II, Final Design, Fabrication, and Construction ( Fixed Unit Price). Phase III, Fuel Handling, Packaging, and Storage Operations ( Fixed Unit Price). Cost Estimates for Phases I & II combined, range from $70-90 million; Phase III range is $10-20 million. If your company is interested in obtaining more information concerning this project or receiving a copy of the DRAFT RFP, please contact Barbara L. Clezie at (208)526-3751, fax -(208) 526-4876, or e-mail -BLC1@inel.gov . (0008)

Loren Data Corp. http://www.ld.com (SYN# 0300 19980112\99-0005.SOL)


99 - Miscellaneous Index Page