Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2024 SAM #8425
SOLICITATION NOTICE

H -- Reactor Recovery Services

Notice Date
12/19/2024 12:48:15 PM
 
Notice Type
Presolicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
 
ZIP Code
20899
 
Solicitation Number
1333ND25RNB610012
 
Response Due
1/3/2025 1:00:00 PM
 
Archive Date
01/18/2025
 
Point of Contact
Cielo Ibarra
 
E-Mail Address
cielo.ibarra@nist.gov
(cielo.ibarra@nist.gov)
 
Description
The National Institute of Standards and Technology (NIST) Center for Neutron Research (NCNR) owns and operates a Test Reactor, the NBSR (National Bureau of Standards Reactor), which is located on the NIST campus in Gaithersburg, Maryland, USA. The NBSR is a heavy water (D2O) moderated and cooled, enriched fuel, tank-type reactor designed to operate at a thermal power level of 20 MW. On February 3, 2021, The NIST notified the Nuclear Regulatory Commission (NRC) of an alert concerning elevated radiation levels at the NIST Reactor. NIST issued a news item that same day.https://www.nist.gov/news-events/news/2021/02/nist-statement-february-3-2021-alert-nist-center-neutron-research On February 5, 2021, NIST issued an update that contained further details about the event underlying the alert. https://www.nist.gov/news-events/news/2021/02/update-status-nist-center-neutron-research-ncnr On March 2, 2021, NIST again published an update. This update reported that a portion of a reactor fuel element had likely exceeded a temperature safety limit and that this finding had been reported to the NRC.https://www.nist.gov/news-events/news/2021/03/update-nist-center-neutron-research-alert-feb-3-2021 Because of this event and its aftermath, the primary cooling system of the NIST Reactor has become contaminated with radioactive particulate matter. This makes working in the vicinity of this system complicated. To assist in the inspection and cleanup of the reactor, the Government awarded a single award Indefinite Delivery/Indefinite Quantity contract for Technical Consulting (Nuclear) services. The period of performance is from August 11, 2021, through February 10, 2025. Much progress has been made towards cleaning the reactor, but more work is still to be done to continue and complete the reactor recovery process. The Government has a requirement for Reactor Recovery Services under NAICS Code 541690. This requirement will be pursued as a Single Award ID/IQ, that includes services as defined in the scope below, with an anticipated maximum amount of $9,000,000.00. It is not guaranteed that all identified services will result in actual awarded tasks. The purpose of the task list is to provide a general scope of the services that may be sought. This list is intended to define � at a high level � activities under which the Government intends to issue Task Orders. This list is not intended to be inclusive of all potential activities. Replacement of fuel transfer dropout chute Replace pipe sections, fuel transfer valves, pneumatic actuators, wiring, etc. Quality control (metallurgical processes, certifications, testing methodologies) Planning Radioactive waste management Packaging Shipping Disposal Reporting Discussion 2. Removal of hot spots from primary system piping Actual removal of hot spots Radioactive waste management Quality control (�is the hot spot removed�) Reporting Discussion 3. Reactor Vessel and Moderator Storage Vessel Inspection Camera inspection with emphasis on radioactive source identification Removal of radioactive sources (hot spots) Camera inspection with emphasis on structure and components integrity Reporting Discussion 4. Radiological waste disposal of items used during reactor recovery Characterization Planning Design cask for single (damaged) fuel element Design cask(s) for filters and other contaminated items Licensing Packaging Shipping Disposal 5. Strategic plumbing and process component (e.g., pumps) replacement Identify hot spots that are fixated Identify plumbing spools, components (e.g., pumps) and structure that contain fixated hotspots Replace affected plumbing spools, components, and structures Radioactive waste management Reporting Discussion 6. Evaluation of Heat Exchangers Identify hot spots that are fixated Replace equipment and plumbing as necessary Repair Decontamination Reporting Discussion 7. Modification to Ventilation System Mitigate leakage of fission gas byproducts Replace equipment and ductwork as necessary 8. Correct operation of reactor systems Evaluate systems for damage due to inactivity Inspect Test Repair or replace components Reporting Discussion Contractor Qualifications and Expertise The contractor shall be responsible for employing technically qualified personnel to perform the work specified under this requirement. Individual task order requirements will include specific information on the tasks to be performed. General Requirements The contractor shall coordinate with NCNR and NCNR Health Physics to achieve the following: Minimize and contain the spread of radiological contamination. Minimize radiation exposure to workers by using As Low As Reasonably Achievable (ALARA) techniques as defined in Title 10, Section 20.1003 of the Code of Federal Regulations (10 CFR 20.1003) All contractor equipment (including hoses, electrical lines/cable, etc.) must be surveyed for radiological contamination prior to the equipment being moved or carried into the Radiological Controlled Area (RCA) and prior to the equipment being removed from the RCA. Contaminated equipment must be cleaned and re-surveyed until a release level is reached. If a release level cannot be reached, the equipment may be forfeited as radiological waste. Quality Assurance Requirements Some of the basic elements of a Quality Assurance (QA) plan call for certified material and processes, including comprehensive tests to ensure reliability and rigorous standards for acceptance. Codes and Standards Equipment specified at the task order level must be in compliance with all applicable US standards regulating safety aspects. The contractor is responsible for determining the applicability of appropriate standards. The requirements applicable to non-destructive tests (NDTs) of welds performed during fabrication and installation phases, must comply with ASME/ANSI B31.3 paragraphs 343-345. Materials All materials must conform to all applicable material requirements and must have material certifications. Acceptance test certificates are required for all metallic materials, semi-finished and finished metallic products obtained or used by the contractor or their sub-contractors. Testing and Inspections The contractor is responsible for the completeness of the tests that are required to achieve the QA in line with the requirements of this specification. The contractor must prepare a QA plan and submit it to the NCNR for approval. The contractor must ensure that sufficient qualified staff, equipment, and arrangements for the performance of all tests both at the Contractor�s premises and at NCNR are provided. All necessary documents such as preliminary test materials, drawings, records, calibration lists, specifications and instructions for NDTs, test bodies, work patterns etc. must be provided as part of the fabrication plan by the contractor. The contractor must verify all dimensions prior to fabricating of new components. NCNR will review and approve the installation drawings as part of the fabrication plan. Inspectors appointed for testing and inspections must have the qualifications and thorough technical knowledge to manage the tests in full compliance with the requirements. The contractor must submit to the NCNR test records and protocols of all tests performed at their premises and at NCNR not later than 2 weeks after the respective test is completed. If, during such a test, any defect is found, the respective test must be repeated partly or completely after elimination of the deficiencies. Full achievement of all required tests proven by consistent test protocols is a binding prerequisite for acceptance. NCNR staff must have the option to witness any tests at the contractor�s or their subcontractor�s facilities. The contractor must notify NCNR at least 10 days prior to any planned test to allow time to arrange travel. Component and subassembly examination and testing must be performed at the contractor�s shop. Additional testing and examination will be required during installation at NCNR. Any failures discovered must be repaired and the assembly retested. The North American Industrial Classification System (NAICS) code applicable to this project is NAICS code 541690. The Small Business Size Standard is $19,000,000.00. This requirement will be solicited for Full and Open Competition, using Contracting by Negotiation procedures under the authority of FAR Part 15. The competitive Request for Proposals (RFP), amendments, and all questions and answers related to this procurement shall be made available through the Internet at www.SAM.gov under RFP number 1333ND25RNB610012. Potential offerors shall be responsible for obtaining this solicitation and related amendments, if any, from www.sam.gov after the solicitation has been posted. It is, and will continue to be, the responsibility of each potential offeror to monitor www.sam.gov for any amendments or other information related to the solicitation. Any communications regarding this acquisition must be made in writing and forwarded via email to Cielo.Ibarra@nist.gov, and shall identify the solicitation number, company name, company address, as well as point of contact email address and phone number. NIST anticipates posting the solicitation no earlier than fifteen (15) days after the date of publication of this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/12b9d08c0d78446dadbc875cbc59e0e5/view)
 
Place of Performance
Address: Gaithersburg, MD 20899, USA
Zip Code: 20899
Country: USA
 
Record
SN07297279-F 20241221/241219230111 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.