Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 07, 2015 FBO #5005
SPECIAL NOTICE

99 -- Operation of Depleted Uranium Hexafluoride (DUF6) Conversion Facilities in Ports

Notice Date
8/5/2015
 
Notice Type
Special Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
EMCBCU.S. Department of EnergyEM Consolidated Business Center250 E. 5th Street, Suite 500CincinnatiOH45202
 
ZIP Code
45202
 
E-Mail Address
Hicks, Tyler C
(Tyler.Hicks@lex.doe.gov)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT The Department of Energy (DOE) Office of Portsmouth/Portsmouth Project Office (PPPO), intends to issue a noncompetitive modification to Contract Number DE-AC30-11CC40015 to extend the period of performance for up to nine (9) months from January 2, 2016 to October 2, 2016 with BWXT Conversion Services, LLC (BWCS) to operate depleted uranium hexafluoride (DUF6) conversion facilities at Paducah, Kentucky and Portsmouth, Ohio. The activities include (but not limited to): cylinder surveillance and maintenance, surveillance and maintenance for the DUF6 conversion facilities and associated equipment, operate the conversion facilities to convert DUF6 to uranium oxide, reuse and/or transport and dispose of the DUF6 conversion process end-products and wastes, sell the aqueous hydrofluoric acid (AqHF) product, and other activities necessary for the success of the DUF6 conversion at each site. In accordance with Competition in Contracting Act, 41 U.S.C. ?3304 (a)(1), as implemented by FAR 6.302-1(a)(2), other than full and open competition is authorized when there is only one responsible source and no other services will satisfy agency requirements. An attempt to contract with another entity to perform DUF6 conversion, on a temporary, short term basis while the on-going procurement is being completed is impracticable and would likely adversely affect the Department of Energy's mission. Transitioning to a new contractor for the nine (9) month period of performance needed to complete the on-going procurement would be unnecessarily disruptive because a second transition would be required upon the award of the new competitive contract. During the transition period between contracts, critical operational and security operations are required in developing and implementing security procedures, plans, and directives in support of mission requirements are conducted. Two transitions within a 90 to 270 day period could have a negative effect on ongoing activities and the potential changes to contractor management and staff, which could result in the loss of expertise and historical/institutional knowledge and result in significant poten tial for poor decision-making, adverse security impacts, and could potentially jeopardize national security. Awarding the proposed contract to another source would result in unacceptable delays and substantial additional costs to the Government, as the new source would require time to implement the immediate requirements. An interruption to the services currently being provided by BWCS would compromise the mission of the DOE. Based on the time constraint and expected increase in cost inherent in awarding to another contractor, it is not in the best interest of the Government to award to any vendor other than BWCS. It has been determined to be in the best interest of the government to extend the current contract beyond the present period of performance. SUBMISSION INSTRUCTIONS: All responsible sources may identify their interest by submitting a capability statement in response to this requirement, which shall be considered by the agency. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. This notice of intent is not a request for competitive quotes or proposals. THIS IS NOT A SOLICITATION OR A REQUEST FOR PROPOSAL. The Government does not intend to pay for information provided in response to this publication. Written responses to this notice must be submitted by August 21, 2015 and shall contain sufficient documentation to establish a bona fide capability to fulfill this requirement. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Tyler Hicks by email at tyler.hicks@lex.doe.gov. The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these immediate requirements. THIS NOTICE OF INTENT DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL OR A PRESOLICITATION NOTICE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/776c028b8326a497349722e31170f0c4)
 
Record
SN03824734-W 20150807/150805235051-776c028b8326a497349722e31170f0c4 (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.