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