Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2008 FBO #2418
SOURCES SOUGHT

99 -- Transportation, Treatment, & Disposal of Non-Rad INL Waste

Notice Date
7/8/2008
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Energy, CH2M-WG Idaho, LLC (DOE Contractor), CH2M-WG- Idaho, 1580 Sawtelle, P.O. Box 1625, Idaho Falls, Idaho, 83415
 
ZIP Code
83415
 
Solicitation Number
SS-070708-NonRadWaste
 
Archive Date
8/7/2008
 
Point of Contact
James (Jim) A Alberico,, Phone: 208-526-0733
 
E-Mail Address
james.alberico@icp.doe.gov
 
Small Business Set-Aside
N/A
 
Description
CH2M-WG Idaho, LLC (CWI), is under contract with the Department of Energy (DOE) to perform cleanup at the Idaho National Laboratory (INL) Site near Idaho Falls, Idaho. CWI is seeking qualified vendors that have the capability to provide transportation, treatment, and disposal of non-radioactive Resource Conservation and Recovery Act (RCRA), Toxic Substances Control Act (TSCA), Federal Insecticide, Fungicide, and Rodenticide Act (FIFRA), Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), and industrial waste generated at the INL. Vendor facilities for treatment and disposal must be privately owned and operated outside of areas managed by DOE and must have a mechanism for disposal of the final waste forms. Appropriate permits and authorizations obtained at vendor expense must be in place prior to treatment under the contract. The estimated amount of waste for which treatment is sought under this announcement is approximately 1180 cubic meters per year (average of last two calendar years) for an estimated 4 years. The wastes to be treated include bulk and non-bulk liquids, solids, sludge, debris, and particulate material. The wastes may also include asbestos, used oil, universal waste, aerosols, and cylinders of toxics, poisons, corrosives and freons. Many EPA waste codes and/or polychlorinated biphenyls (PCBs) may be associated with the waste. No radioactive components are associated with the waste. The wastes have been grouped based on EPA waste code, PCBs, physical and chemical properties, and/or potential known treatment process(es) to meet disposal standards. The treatment groups and estimated yearly waste volumes include universal waste (23 cubic meters); stabilization bulk and non-bulk (960 cubic meters) used oil - bulk and non-bulk (50 cubic meters); direct disposal - non-bulk (16 cubic meters); macroencapsulation - non-bulk (8 cubic meters), bulk (33 cubic meters); wastewater treatment - non-bulk (11 cubic meters); thermal treatment - non-bulk (35 cubic meters); PCB treatment - incineration, bulk and non-bulk (30 cubic meters); mercury treatment - retort, non-bulk (5 cubic meters); batteries - non-bulk (6 cubic meters); and specialty waste - non-bulk - dioxin wastes (1 cubic meters); reactive wastes - elemental sodium (2 cubic meters). Services to be contracted include transportation of the INL waste to an appropriate treatment/storage/disposal facility, performing any necessary sorting, processing the waste to meet applicable regulatory standards and requirements, any interim storage at the treatment facility, and transport and disposal of the treated product and any residuals in a permitted and authorized facility. The treated waste must meet all regulatory and other applicable requirements for disposal. This is a sources sought announcement designed to identify and qualify potential sources interested in this project. This announcement is not a solicitation. Vendors who submit a qualified response will be maintained on a list as sources for a possible future solicitation. It is anticipated that a request for proposal will be issued approximately August 2008, however, development of the request for proposal (RFP) and treatment of waste under the contract(s) will be contingent on availability of necessary funding. Respondents pre-qualification submittal package shall include the following: 1. PERMITS and AUTHORIZATIONS: Provide a copy of permits and authorizations held including RCRA permits, authority to accept CERCLA remediation wastes, and authority to accept TSCA wastes. 2. PROJECT EXPERIENCE: a) List at least two similar projects that respondent has performed during the last five years. The listed projects must be similar in scope and involve work of similar complexity as the work covered by this notice. b) For each project listed provide i) client name, and name, title, email and telephone number of the client point of contact, ii) dollar value, iii) description of respondent's scope, and iv) contract type and dates of performance. The client point of contact must be able to address respondent's performance. 3. FINANCIAL CAPABILITY: Provide respondent's Annual Report or current audited financial statement and current quarterly financial statement. (Only one copy of the financial documents is required and may be placed in a separate sealed package.) 4. QUALITY PROGRAM: Provide a copy of the table of contents of the respondent's Quality Assurance Program (QAP). The respondent must have an established NQA-1-2000 or newer quality assurance program. 5. SUBTIERS: If respondent will have subtier subcontractors, the scope that each subtier is proposed to perform must be identified and the applicable backup documentation identified in Items 1 through 4 above must be provided for each subtier. Submittal packages must be limited to 50 pages, however, financial documents are not required to be included in the page count. For the sake of consistency, structure your submittal to match the order of the submittal requirements as listed above and use standard 3 ring binders. Telephone calls will not be accepted. Questions may be sent by email to james.alberico@icp.doe.gov. As solely determined by CWI, the omission or failure to correctly and satisfactorily respond to any pre-qualification criterion as required above may result in the respondent's elimination from further consideration. Interested vendors shall submit four (4) hard copy submittal packages to: Jim Alberico, CH2M-WG Idaho, LLC, Idaho Cleanup Project, P.O. Box 1625, Idaho Falls, ID 83415-2503; if via overnight delivery, send to: Jim Alberico, CH2M-WG Idaho, LLC, Idaho Cleanup Project, INTEC 1606, REC 604A-TSA 1EC110, Scoville, ID 83415-2503. Submittals must be received no later than 4:00 p.m. Mountain Standard Time on July 23, 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d6fe5b5865443b7824aba574db860300&tab=core&_cview=1)
 
Place of Performance
Address: Idaho Cleanup Project/Idaho National Laboratory (approx 50 miles west of Idaho Falls, ID), Scoville, Idaho, 83415, United States
Zip Code: 83415
 
Record
SN01608695-W 20080710/080708220732-d6fe5b5865443b7824aba574db860300 (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 |
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.