Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2005 FBO #1287
SOURCES SOUGHT

A -- Advanced Remediation Technologies (ART)

Notice Date
6/3/2005
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box A Aiken, SC 29802
 
ZIP Code
29802
 
Solicitation Number
DE-RP09-05SR22467
 
Response Due
6/17/2005
 
Description
Document Type: Presolicitation Notice Solicitation Number: DE-RP09-05SR22467 Posted Date: June 3, 2005 Response Date: June 17, 2005 Classification Code: A ??? Research & Development Set Aside: N/A Contracting Office Address: SRS Road 1A, P. O. Box A, Aiken, SC 29802 Description: The Department of Energy???s (DOE) Savannah River Operations Office (SR) announces the availability of Request for Proposal (RFP) No. DE-RP09-05SR22467 entitled ???Advanced Remediation Technologies (ART) expected to be published in draft on or about (June 17, 2005) and in final on or about (July 17, 2005). DOE has identified priority needs in providing technologies for the Hanford and Savannah River sites high level waste streams for enhanced sludge washing (pretreatment) and for improved methods to physically remove residual sludge (tank heel removal), while minimizing the adverse impacts on the remainder of the tank farms due to large volumes of added water or chemical treatments. Advanced technologies to meet these and other high-level waste priority needs will be solicited under this acquisition. The scope of work requires the contractor(s) to conduct the evaluation and development of innovative technologies to support remediation activities for pre-treatment, tank heel removal of radioactive high-level waste streams, and subsurface/groundwater needs at various EM sites. Pretreatment technologies will focus on methods that could reduce high-level waste program costs; associated with sludge washing sludge heel removal technologies will focus on methods to remove sludge to levels that support final closure and performance assessment criteria; typically to levels of 100-1000 gallons remaining. The subsurface and groundwater cleanup will focus on innovative technologies for characterization, treatment, and monitoring of radionuclides, organics, and metal contamination in the surrounding areas, including in soil, groundwater, and surface water. Sludge Washing Technology for enhanced sludge washing and the leaching process addresses the removal of aluminum from the Hanford HLW sludge using existing and planned tank farm facilities. Slower reaction rates for some aluminum phases and filtration times for the larger amounts of caustic create a bottleneck in the Waste Treatment Plant (WTP) Pretreatment facility. The planned baseline includes construction of waste retrieval facilities (WRF) near the T/TX/TY and B/BX/BY tank farms at Hanford, but does not specify the size or ancillary equipment for those facilities. The proposals should optimize the use of existing waste storage tanks and identify WRF tanks and infrastructure to provide caustic leaching capability within the tank farms with the objective to eliminate the bottleneck at the WTP Pretreatment facility and accelerate closure. The project is structured into Phase I and Phase II. In the first phase, the selected vendor(s) will be expected to develop a technical approach, schedule, detailed system design, and a detailed cost estimate for the full-scale sludge washing system at the Hanford site. Phase I will be performed at the offeror???s site. The demonstration of the selected system in Phase II is planned to be performed at the DOE Hanford Site Richland, WA. Additionally, the vendor is to provide a detailed cost estimate for the option of additional demonstration testing of the system. While the contractor will perform Phase I at its site, field visits may be necessary to complement the work at the vendor???s site. The demonstration of sludge washing technical approach is expected to conform to the Hanford???s site??? s requirements. The selected vendor will demonstrate knowledge of the Hanford site management and operating contractor???s Environmental Safety and Health (ES&H) requirements. Tank Heel Removal Another priority need is to sufficiently clean storage tanks to allow tank closure. Following bulk sludge retrieval, tank closure at Hanford and SRS cannot occur until residual quantities of sludge are less than the radionuclide source terms for that tank???s performance assessment. This effort targets improved methods to physically remove residual sludge (tank heels), while minimizing the adverse impacts on the remainder of the tank farms because of large volumes of added water or chemical treatments. An additional challenge for SRS storage tanks is the highly obstructed tank interior due to cooling coils. Sludge retrieval generally consists of mixing to suspend the sludge solids, while simultaneously pumping the suspended sludge slurry from the tank. When the slurry is pumped below the intake of the mixing pumps, mixing stops and the sludge resettles to the tank bottom. Subsequent steps may include adding thousands of gallons of additional water to increase the liquid level (3,500 gal/inch), re-starting the mixing pumps, and repeating. Thousands of gallons of water are required, which subsequently require evaporation or storage in the tank farm. For example at SRS, processing also assumes use of oxalic acid. An open technical issue or risk exists on the fate of oxalate in the overall material balance. In theory, improved mechanical means will allow lower oxalic acid use and, therefore, avoid downstream processing constraints. The project is structured into Phase I and Phase II. In the first phase, the selected vendor(s) will be expected to develop a technical approach, schedule, detailed system design, and a detailed cost estimate for the tank heel removal system at the Hanford or SRS site. Phase I will be performed at the offeror???s site. The demonstration of the selected system in Phase II is planned to be performed at the DOE site. Additionally, the vendor is to provide a detailed cost estimate for the option of additional demonstration testing of the system. While the contractor will perform Phase I at its site, field visits may be necessary to complement the work at the vendor???s site. The demonstration of tank heel removal technical approach is expected to conform to the Hanford or SRS site???s requirements. The selected vendor will demonstrate knowledge of the Hanford site management and operating contractor???s Environmental Safety and Health (ES&H) requirements. Subsurface/Groundwater Remediation Various DOE EM sites seeks to demonstrate and evaluate innovative technologies for characterization and monitoring of radionuclides, metal ions, and other inorganic and organic contaminants for applications at EM closure sites currently under remediation and for post-closure monitoring. Furthermore, innovative soil and groundwater remediation/treatment technologies are needed to be demonstrated and evaluated for deployment to address the contaminated subsurface HLW tank sites. The project is structured into Phase I and Phase II. In the first phase, the selected vendor(s) will be expected to develop a technical approach, schedule, detailed system design, and a detailed cost estimate for the characterization and monitoring technologies at a selected DOE site. Phase I will be performed at the offeror???s site. The demonstration of the selected system in Phase II is planned to be performed at various DOE sites. Additionally, the vendor is to provide a detailed cost estimate for the option of additional demonstration testing of the system. While the contractor will perform Phase I at its site, field visits may be necessary to complement the work at the vendor???s site. The demonstration of characterization and monitoring technical approach is expected to conform to the site???s requirements. The selected vendor will demonstrate knowledge of the site???s management and operating contractor???s Environmental Safety and Health (ES&H) requirements. Once released the solicitation will be available for downloading from the DOE Industry Interactive Procurement System (IIPS) internet page. At this internet site you will also be able to register with IIPS, enabling you to submit a proposal. If you need technical assistance in registering for any other IIPS function, call the IIPS Help Desk at (800) 683-0751 or E-mail the Help Desk personnel at IIPS HelpDesk@e-center.doe.gov. The solicitation will only be available in IIPS; no hard (paper) copies of the solicitation and related documents will be made available. Small businesses are encouraged to participate. Point of Contact: Angela Sistrunk-Morton, Contracting Officer, (803) 952-9236, a.sistrunk-morton@srs.gov. All questions are to be submitted through IIPS using the ???Submit Question??? feature.
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/38702375FF4FB49E85257015006B71A6?OpenDocument)
 
Record
SN00822262-W 20050605/050603212827 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.