|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 4,1998 PSA#2044U.S. Department Of Energy, Chicago Operations Office, 9800 South Cass
Avenue, Argonne, Illinois 60439 C -- DESIGN OF A PIT DISASSEMBLY AND CONVERSION FACILITY SOL
DE-AC02-98CH10903 DUE 041798 POC Terry Vlasich, 630-252-0954 WEB: DOE's
Chicago Operations Office Acquisition Page,
http://www.ch.doe.gov/business/ACQ.htm. E-MAIL: Click here to contact
the A&E Selection Board Executive Secretary., Terry.Vlasich@ch.doe.gov.
C -- Design of a PIT Disassembly and Conversion Facility -- The
Department of Energy ( DOE) has decided to implement a strategy for the
disposition of surplus weapons-usable plutonium. DOE will pursue both
immobilizing plutonium in ceramic form surrounded by vitrified high
level waste and burning some of the surplus plutonium as mixed oxide
(MOX) fuel in existing, domestic, commercial reactors. DOE intends to
build a Pit Disassembly and Conversion Facility (PDCF) to provide the
feed material for both the MOX Fuel Fabrication Facility and the
Immobilization Facility. The mission of the PDCF is to disassemble
surplus nuclear weapons pits and remove and convert the weapons-usable
plutonium to a form suitable for final disposition. The PDCF also will
accept surplus weapons-usable plutonium metal from sources other than
intact pits for this conversion process. The mission includes
converting the plutonium to a form that contains no weapons design
geometry or other classified information, allowing the plutonium to be
placed under bilateral and/or international safeguards and
inspections. The PDCF is envisioned to be a complex consisting of a
hardened building in which the plutonium will be processed in a safe
and secure manner, and conventional buildings and structures housing
support personnel, systems, and equipment. The plutonium processing
building will be a material access area that will include the following
systems: pit receiving, assay and storage; pit plutonium metal
extraction and conversion to oxide; and plutonium oxide packaging,
assay, storage, and shipment. Systems for recovery, decontamination,
and declassification of other Special Nuclear Material (SNM) and
non-Special Nuclear Material resulting from pit disassembly will be
included. In addition, accommodations for International Atomic Energy
Agency safeguards for specific portions of the process and facility
will be provided. The conventional buildings and structures will house:
offices; change rooms; an analytical chemistry laboratory; a central
control station; and waste packaging, storage and shipment systems. The
facility is planned to be operated for ten years with a throughput
averaging 3.5 metric tons of plutonium per year, and then be
decontaminated and decommissioned. The following documents are
important technical and programmatic information related to the PDCF
which are available to prospective offerors: 1. Storage and Disposition
of Weapons-Usable Fissile Materials Final Programmatic Environmental
Impact Statement, December 1996; 2. Record of Decision for the Storage
and Disposition of Weapons-Usable Fissile Materials Final Programmatic
Environmental Impact Statement, January 14, 1997; 3. Technical Summary
Report for Surplus Weapons-Usable Plutonium Disposition, October 31,
1996; and 4. Design-Only Conceptual Design Report for Pit Disassembly
and Conversion Facility, Revision 0, December 12, 1997. These documents
will be available for review in established reading rooms at the
following locations: 1. U.S. Department of Energy FOIAReading Room Room
1E -- 190, Forrestal Building 1000 Independence Avenue, Southwest
Washington, D.C. 20585 ATTN: Carolyn Lawson Phone: (202) 586-3142 FAX:
(202) 586-0575 email: carolyn.lawson@hq.doe.gov 2. U.S. Department of
Energy Chicago Operations Office Public Reading Room Document
Department University Library The University of Illinois at Chicago 801
South Morgan Street, 3rd Floor Center Chicago, Illinois 60607 DOE
Contact: Gary Pitchford Phone: (630) 252-2013 FAX: (630) 252-2527
email: gary.pitchford@ch.doe.gov 3. U.S. Department of Energy Idaho
Operations Office Public Reading Room 1776 Science Center Drive Idaho
Falls, Idaho 83415-2300 Contact: Gail Willmore Phone: (208) 526-9162
email: gsl@inel.gov 4. U.S. Department of Energy Oakland Operations
Office Public Reading Room Energy Information Center, First Floor 1301
Clay Street, Suite 700N Oakland, California 94612 ATTN: Annette Ross
Phone: (510) 637-1762 FAX: (510) 637-2011 email:
annette.ross@oak.doe.gov 5. U.S. Department of Energy Richland
Operations Office DOE Public Reading Room Consolidated Information
Center Room 101L 2770 University Drive Richland, Washington 99352 ATTN:
Terri Traub Phone: (509) 372-7443 FAX: (509) 372-7444 email:
terri.traub@pnl.gov 6. U.S. Department of Energy Public Reading Room
171 University Parkway Aiken, South Carolina 29801 Phone: (803)
641-3320 Contact: Paul Lewis Phone: (803) 641-3320 FAX: (803) 641-3302
email: paull@aiken.sc.edu 7. Pantex Reading Room U.S. Department of
Energy Reading Room Amarillo College Lynn Library/Learning Center 2201
South Washington Amarillo,TX 79109 Contact: Tom Walton Phone: (806)
477-3120 Offerors are strongly advised to review the documents provided
in the reading rooms prior to responding to this announcement.
(Whenever the term "offeror" is used, it is intended to mean the prime
contractor or, in the case of a joint venture, the firms comprising
the joint venture, and any subcontractors. The term "subcontractors"
includes consultants.) The DOE is in the process of selecting a site
forthe construction of a PDCF. The site will be chosen upon completion
of the National Environmental Policy Act Record of Decision which for
the purposes of this announcement will be in February, 1999. Currently
four sites are under consideration: the Savannah River Site near Aiken,
South Carolina; the Hanford Site near Richland, Washington; the Idaho
National Environmental Engineering Laboratory near Idaho Falls, Idaho;
and the Pantex Plant near Amarillo, Texas. DOE anticipates awarding
one cost-plus-fixed-fee contract to one offeror. The contract will be
for Preliminary and Detailed Design with an option for supervision and
inspection of construction. The total contract period, including the
option period, is planned to be approximately five and a half years
with the preliminary and detailed design taking no more than 30 months.
Selection of the successful offeror will be based on an assessment by
the DOE of the offerors' responses to the six evaluation criteria
listed below. Criteria (1) and (2) are of equalimportance and slightly
more important than criteria (3) and (4), which are also of equal
importance. Criterion (5) is of significantly less importance than (3)
and (4) and more important than (6). Evaluation criteria pertain to
the subcontractors and consultants, as well as the prime contractor.
Subcriteria are listed in descending order of importance. (1) Offeror's
Experience In Nuclear Work. (a) Demonstrated experience in design of
nuclear facilities with specific reference to plutonium handling
facilities, including nuclear criticality expertise and design of
Category I special nuclear material security buildings, including
deterrent and intrusion detection systems. (b) Experience in designing
nuclear facilities within the last eight (8) years prior to the
issuance of this CBD notice that demonstrates knowledge of DOE or
Nuclear Regulatory Commission (NRC) requirements concerning: 1. nuclear
safety; 2. safeguards and security; 3. quality assurance; 4.
reliability; 5. maintainability; 6. operability; 7. radiation
protection; 8. regulatory guides; and 9. planning for decontamination
and decommissioning of the facility. Information to be provided for
this criterion shall include: (A) A description of the offeror's
relevant experience. (B) A list of nuclear facility projects performed
within the last 8 years, including a listing and description of the
activities relating to the knowledge areas in (b) above which were
performed on each of the projects. (2) Experience and Performance Of
Key And Lead Personnel For This Project. (a) Management experience in
project planning, organizing, executing, coordinating, and controlling
design projects for nuclear facilities. (b) Technical experience and
education relating to and required by the specific job assignment.
Information to be provided for this criterion shall include: (A)
Resumes of the project manager(s), managers of individual technical
disciplines, technical leads, and other key or lead people, to include
their educational backgrounds, present and previous positions, size of
staff supervised at each position, length of time in those positions
and references, including current telephone numbers. (B) For each
project manager and manager of individual technical disciplines, a list
of the design projects managed and the design dollar value of each
project managed. Include a discussion of key and lead personnel's
experience in overall project coordination and management. (C) For each
person, highlight the specific technical experience applicable to the
position proposed and this project's needs and the length of experience
in each technical area. ( All personnel listed must be current
employees of the offeror .) (3) Past Performance. Past record of the
offeror in performing design work relevant to the project for
Government agencies (with specific reference to DOE) and private
industry. Evaluation will consider technical, cost, and schedule
performance. Information to be provided for this criterion shall
include: (A) A list and description of relevant past performance on
government and commercial design projects within the last 8 years that
demonstrates the offeror's ability to perform the work described in
this announcement. Experience in nuclear work is preferable. Include
for each project: (i) contracting agency or name of company for which
work was performed; (ii) name, address and telephone number of
technical and contractual contact; (iii) contract number; and (iv)
sufficient detail to illustrate comparability to the proposed work. (B)
A description of performance under listed projects including: (i)
technical performance as originally specified and as completed,
including explanation for any rework needed to meet technical
requirements; (ii)final cost of project compared to the original
baseline, including explanation for any change in the cost of the
project from the original baseline; (iii) final A&E design contract
costs including explanation for any change in the cost from the
original baseline; and (iv) duration of the project as originally
scheduled and as performed, including explanation for any delays or
early completions. (C) A copy of the government past performance
evaluation, if one was issued, for any of the projects referenced. (4)
Approach to Project Management Systems. Proposed project management
organization, including delegation of responsibilities; authority of
all key/lead personnel and the systems to be used to integrate all
management and technical requirements across all participating
organizations. Information to be provided for this criterion shall
include: (A) Narrative describing in detail how the project will be
organized. (B) Narrative describing proposed project tracking and
reporting systems and change control processes. (C) Narrative
describing in detail the approach for factoring identified areas of
technical risk into cost and schedule baselines and associated
performance indicators. (D) Proposed organization chart for
accomplishing the project. Identify key and lead personnel, company
affiliation, present location, and planned location for project
assignment. Include a discussion of their respective roles. (E)
Narrative describing experience working with proposed subcontractor or
joint venturer(s). (5) Availability Of Employees For Support Of The
Project And The Depth And Size Of The Offeror's Organization and
Ability to Accommodate Expansion Or Acceleration. Information to be
provided for this criterion shall include: (A) A description of how the
offeror will adequately staff this project in addition to it's current
and projected workload. (B) Adescription of how the offeror will
adequately staff this project to handle any expansion or acceleration.
(C) Include with the list of personnel in block 8 of the SF254 and
block 4 of the SF255, the number of personnel employed by the offeror
in the following disciplines: radioactive material process design;
nuclear safety; nuclear criticality; radiation protection; and
safeguards and security. (6) Interest Of The Company Management In The
Project And Expected Participation And Commitment Of Top Officials.
Information to be provided for this criterion shall include a statement
of the corporate commitment to the successful execution of this
project. (END OF CRITERIA) This project requires handling classified
information. Security clearances and secure work areas will be required
for such work. The successful offeror will be required to ensure that
materials and information are protected as required by DOE Orders and
other regulations and requirements. The successful offeror involved
with activities requiring security and classification will be subject
to review and will require approval in accordance with Sections
904.7003 and 904.7004 of the DOE Acquisition Regulation published as 48
CFR Part 9 in regard to any foreign ownership, control, or influence of
the firm that may pose an undue risk to national security. The
successful offeror will be required to demonstrate a Quality Assurance
Program that complies with the requirements of the DOE Office of
Fissile Materials Disposition Quality Assurance Program including, but
not limited to, compliance with the American Society of Mechanical
Engineers (ASME)/NQA-1, Quality Assurance Program Requirements for
Nuclear Facilities; and ASME/NQA-2, Quality Assurance Requirements for
Nuclear Facility Applications. The successful offeror, if a large
business, will be required to submit a subcontracting plan in
accordance with Federal Acquisition Regulation, SUBPART 19.7 --
SUBCONTRACTING WITH SMALL BUSINESS, SMALL DISADVANTAGED BUSINESS AND
WOMEN-OWNED SMALL BUSINESS CONCERNS). Offerors are required to submit
ten (10) paper copies of Standard Forms 254 and 255 and appropriate
supplemental information to the attention of the DOE A&E Selection
Board Executive Secretary, Mr. Terry Vlasich, at the following address:
Department of Energy, Chicago Operations Office, Acquisition and
Assistance Group, Building 201, Room 3F-02, 9800 South Cass Avenue,
Argonne, Illinois60439. Length of offers shall be no more than 200
single-sided, 8-1/2" X 11", typed pages in a minimum12pt font with all
margins not less than 1". Charts, tables and graphs may be in 8pt
font. All pages in the submission must be consecutively numbered.
Submissions not complying with this format will not be evaluated.
Unnumbered pages and pages in excess of the 200 page limitation will
not be evaluated. To be considered, responses must be received no later
than April 17, 1998, 3 P.M. local time. The DOE identification number
for this selection process is DE-AC02-98CH10903. Telephone inquiries
and personal visits are discouraged. All questions must be submitted in
writing and addressed to the board Executive Secretary or by e-mail to
Terry.Vlasich@ch.doe.gov. All responses will be posted on the Chicago
Operations Office Website at http://www.ch.doe.gov/business/ACQ.htm.
DOE will attempt to answer all questions prior to the time set for
submission of offers. However, the time set for submission of responses
will not be extended merely to allow for posting of a response to a
question. This is a Brooks Act selection process. No solicitation
document will be issued. This is not an RFP. This is the last CBD
announcement that will be made. Any amendments will be posted on the
internet at the website address provided above. ****** (0061) Loren Data Corp. http://www.ld.com (SYN# 0031 19980304\C-0012.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|