SOURCES SOUGHT
F -- Low Level Waste / Mixed Low Level Waste Treatment
- Notice Date
- 3/21/2008
- Notice Type
- Sources Sought
- Contracting Office
- EM Consolidated Business Center, Office of Contracting, 250 E. 5th Street, Suite 500, Cincinnati, OH
- ZIP Code
- 00000
- Solicitation Number
- DE-EI30-08CC00046
- Response Due
- 4/11/2008
- Archive Date
- 10/11/2008
- Point of Contact
- David P Hills, Contracting Officer, 513-246-0565, david.hills@emcbc.doe.gov;David P Hills, Contract Specialist, 513-246-0565, david.hills@emcbc.doe.gov
- E-Mail Address
-
Email your questions to David P Hills, Contract Specialist
(david.hills@emcbc.doe.gov)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Department of Energy (DOE), Office of Environmental Management (EM) is seeking qualified businesses (including teams or joint ventures) to perform cost-effective commercial treatment of liquid and solid polychlorinated biphenyl (PCB), Toxic Substances Control Act (TSCA), mixed low-level waste (MLLW) and other low-level wastes. This announcement is part of market research and anticipated responses are sought to identify sources that have the comprehensive knowledge, skills, and capacity to perform these requirements. DOE requests qualified, interested parties to demonstrate that they have, or will have, the capability and required authorizations, licenses, permits, facilities, personnel, and equipment to accomplish the acceptance, transportation, storage, repackaging and treatment of DOE wastes. This includes development and maintenance of treatment plans, coordination and notification of regulators, and disposition of all residual, byproduct and secondary wastes. The tentative period of performance is FY 2009-2018. Attachment 1 includes current estimates of volumes, by assumed general treatment technology that may be generated through DOE mission activities, including environmental cleanup. This data is based on the waste forecasts contained in the Department???s baseline disposition data (2007) and provides a bounding case for planning purposes. The estimates reflect preliminary processes and plans, informed by past experience. Attachment 2, Table 1 provides waste estimates that are currently planned to be treated by the Oak Ridge Toxic Substances Control Act Incinerator (TSCAI). This data is excerpted from the Department???s current TSCAI Burn Plan and forecasts of potential wastes. The Department is especially interested in obtaining industry input on the feasibility of commercial treatment of these types of wastes, as TSCAI may cease operations in the near future. Attachment 2, Table 2 provides other future wastes which currently have no final disposition path. Parties are encouraged to provide alternative disposition strategies for any wastes that may not require licensed treatment and disposal. The volumes in the attachments are DOE volumes only. In accordance with the Economy Act, DOE is authorized to allow other federal agencies to utilize DOE contract vehicles" as provided for in FAR 17.5, but DOE will not seek waste volumes from other Federal Agencies for solicitation purposes. The Department desires to better understand the capability of the private sector to handle these challenges. The Department solicits your organization???s ideas, opinions, and interest in participating in all or part of the Department??? s treatment of the PCB, TSCA and MLLW. Information provided in response to this Expressions of Interest (EOI) will assist the Department in determining the best acquisition approach. DOE reserves the right to use any and all information submitted by, or obtained from, an interested party in any manner DOE determines is appropriate, including, but not limited to, the creation of a competitive solicitation. An interested party should avoid including any classified, business confidential, and/or proprietary information in its response to the EOI. However, if an interested party must submit such information, the information must be clearly marked accordingly, and the interested party must provide sufficient justification as to why such information is business confidential and/or proprietary. DOE will review such information and safeguard it appropriately. The Department is seeking interested companies, including small business and small business teams (i.e., small disadvantaged, 8( a), women owned, Hubzone, service-disabled veteran-owned, and participants in a Mentor-Prot??g????? program, etc.) with specialized capabilities to meet all, or part of, the above requirements. Interested firms with the experience, expertise and licensed or permitted capability to perform this work shall provide a summary of their capabilities, experience and/or expertise in this type of work. To the extent that businesses do not currently have the technical and regulatory capability, planned future capabilities may be identified, but must be clearly labeled as planned, and a forecast schedule must be provided. The capability information should be structured in accordance with Attachment 3. Responses shall include a statement of whether they are a large business or a Small Business Concern. Responses should also include a point of contact. Responses shall be provided No Later Than April 11, 2008. Interested offerors shall provide name, phone and address of firm, NAICS Code, CAGE Code, and/or a DUNS Number, and detailed information demonstrating their understanding of the work requirements identified above as well as their qualifications, capabilities, experience and past performance history for such work. All submissions shall be electronic, limited to 20 pages, with font no smaller than 12 pitch. The Department is considering firm fixed unit pricing for established treatment types and is seeking market interest. Respondents are encouraged to submit with their response a listing of the treatment types that are strong candidates for this type of pricing. Respondents are also encouraged to provide comments on the following provisions that may be included in future solicitations involving radioactive waste: Article 1. 52.217-9 Option to Extend the Term of the Contract. (Mar 2000) (Tailored) (a) The Government may extend the term of this contract by written notice to the Contractor within 120 days of the end of the current period of performance; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 10 years. Article 2. Price Schedule - Treatment Services The fixed unit prices for each CLIN are listed in the contract schedule. The ???Quantity Breakpoints/Discounts??? listed in the Schedule are based on estimated cumulative volumes to be treated under this contract from all DOE and other Federal Waste Generators. When the contract Breakpoint/Discount quantity is attained (without regard to base period or option period), the price decreases in accordance with the Schedule and becomes immediately effective to existing and future orders under this contract. Article 3. Most Favorable Rate The contractor shall always provide the parties covered under this contract (Federal Government, DOE, DOE Prime contractors, and DOE sub-contractors) the lowest priced unit rates (by CLIN) afforded to any of its customers. If at anytime the contractor provides a lower rate to a customer outside of this contract the contractor shall notify the Administrative Contracting Officer within 3 workdays. The lower rate shall be applied to this contract by way of a bi-lateral contract modification within 30 days of the utilization of the lower rate. The new lower rate shall be made retroactive to the date that the contractor afforded the lower rate to customer(s) outside of this contract. Any Order in effect at the time of the price change shall be modified or adjusted as required to reflect the new lower rate. The contractor shall make every attempt to invoice at the lower rate. If an invoice goes out prior to making the proper downward adjustment the contract shall make an appropriate refund. Article 4. 52.212-2 Evaluation - Commercial Items. (Jan 1999) (Tailored) The Government will award a contract resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technically Acceptable (all factors are pass/fail and required) - Current License for treatment of waste type proposed (by CLIN) - Previous experience treating waste type proposed (includes predecessor companies) - Acceptable Past Performance Lowest price(s) - Determined by individual CLIN - May include the lowest or lowest 2 ??? 4 prices per CLIN Article 5. Ordering by non-DOE activities under the Economy Act In accordance with FAR 17.5, use of this contract by agencies outside of the DOE is subject to mutual agreement. The act of placing an order against this contract by a non-DOE agency shall be considered an acceptance of the terms, conditions, and pricing provided for in this contract and shall constitute a mutually binding agreement between the agencies. Each order shall be placed directly between the requesting agency and the contractor. The DOE (Servicing agency) will not provide individual contract actions for non-DOE activities. For information purposes only, contractors operating under NAICS Code 562211 ???Hazardous Waste Treatment and Disposal ??? may be eligible for liability protections under the Department of Homeland Security???s ???Support Anti-terrorism by Fostering Effective Technologies Act of 2002 (the Safety Act). More information can be found at: https://www.safetyact.gov/ This is NOT a Request for Proposals. DOE personnel may contact firms responding to this announcement to clarify a responder???s capabilities and other matters as part of this market research process. Responses must be submitted via e-mail to: mllwtreatment@emcbc.doe.gov The following website provides additional information concerning this Sources Sought/ Expression of Interest: http://www.emcbc.doe.gov/mllw_treatment/ For administrative questions regarding this announcement, please contact David Hills via e-mail at david.hills@emcbc.doe.gov or telephone at (513) 246-0565. Attachments 1-3 can be found as an attachment to this RFI as well as at the LLW/MLLW Treatment web-site.
- Web Link
-
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/6BC1DAC47596C95585257413006B4F30?OpenDocument)
- Record
- SN01538409-W 20080323/080321223429 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |