|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 1,1995 PSA#1423U.S. Department of Energy, Idaho Operations Office, MS-1221, 850 Energy
Drive, Idaho Falls, ID 83401-1563 L -- ADVANCED MIXED WASTE TREATMENT PROJECT SOL DE-RP07-96ID13381 DUE
090896 POC Michael K. Barrett, Contract Specialist, (208) 526-5743,
Joseph O. Lee. Contracting Officer, (208) 526-1912, Janet K. Surrusco,
(208) 526-5477 The Department of Energy (DOE) intends to issue a
Request for Proposal to award a fixed-price contract for services that
will result in accelerated, cost-effective processing of waste
materials into a final form that can be shipped to DOEs Waste Isolation
Pilot Plant (WIPP). Our overall vision for the Idaho National
Engineering Laboratory (INEL) Advanced Mixed Waste Treatment Project
(AMWTP) is to treat waste for final disposal by a process which reduces
the life-cycle cost. This shall be accomplished through a private
sector treatment facility that has the capability to treat INEL waste
streams, with flexibility to treat regional and national waste streams.
The services shall: (1) treat waste to meet Resource Conservation and
Recovery Act (RCRA), Land Disposal Restrictions (LDR), and WIPP Waste
Acceptance Criteria (WAC), Rev. 5 requirements; (2) reduce waste volume
and life-cycle cost; and (3) be performed in a safe and environmentally
compliant manner. The offeror shall process waste in an accelerated and
cost-effective manner. The life-cycle cost, of which the offerors price
is a key component, will be of paramount importance in determining the
best value to the Government. Two cases are under consideration for
this solicitation. Case 1 is for retrieval, characterization,
treatment, and storage of waste. Case 2 is for waste characterization
and treatment only. Only one of these two cases will appear in the
final solicitation. Public comments are sought to assist DOE in
determining which case will be pursued for the final solicitation. For
each case, services under this acquisition shall be provided in three
phases: Phase I consists of permitting and support to a Federal
National Environmental Policy Act (NEPA) analysis; preliminary design
or proposed facility modification; technology demonstration, as
required; and gaining tribal, state, local, and general public
acceptance for waste treatment. Phase II consists of the final design
and construction of a new facility and/or modification of an existing
facility, systems operational testin, and RCRA trial burn in accordance
with applicable Federal and State laws, regulations, and permits. Phase
III consists of retrieval of the waste from Radioactive Waste
Management Complex (RWMC), transportation of waste to and from the RWMC
and the contractors facility, characterization of waste, treatment,
storage, preparation of the final waste form for shipment, loading of
TRUPACT II containers, and loading of containers on approved transport
carriers. Waste shall be treated to produce a waste form that meets,
at a minimum, RCRA LDR and WIPP WAC, Rev. 5, requirements. Management,
final disposal of the process-generated waste, and closure shall be
the responsibility of the contractor. Closure means RCRA closure and
Decontamination and Decommission (D&D) of the facility consistent with
future land-use requirements. (If the facility is located on the INEL,
industrial-use scenario shall apply.) Phase III shall be conducted in
accordance with applicable Federal and State laws, regulations, and
permits. The performance period for this acquisition is as follows:
Phase I shall be completed no later than three years from the date of
contract award. Phase II shall be completed and Phase III begun not
later than December 31, 2002. Phase III shall be completed in
accordance with the Federal Facility Compliance Act Consent Order, a
copy of which will be available in the INEL Reading Room at the Idaho
Falls Public Library. DOE is obligated under Section 3161 of the
Defense Authorization Act for Fiscal Year 1993 (P.L. 102-484) to
prepare work force restructuring plans which meet the objectives of
Section 3161 and the concerns of affected stakeholders. Offerors shall
be required to comply with all final work force restructuring plans
issued by the DOE Idaho Operations Office and other commitments made by
DOE regarding restructuring of the INEL work force. The schedule for
this acquisition (subject to revision) is: Public comments due
09/22/95; Issue Request for Proposals on 10/03/95; Written Questions
for Preproposal Conference due 10/20/95; Preproposal Conference held on
10/31/95 and Site Visit on 11/01/95; Offer and Other Documents due
12/13/95; Technical Proposals due 01/03/96; Price Proposals due
01/17/96; Best and Final Offers due 05/04/96; and, Contract Award on
06/30/96. The drafts of Section C - Statement of Work; Section L -
Instructions, Conditions, and Notices to Offerors; Section M -
Evauation Factors for Award; and the Organizational Conflict of
Interest (OCI) Mitigation Plan will be available on or about September
5, 1995, for public comment. Copies can be obtained by contacting the
Contract Specialist shown above. Only written requests will be
accepted. Requests may be mailed to the above address or faxed to
Michael K. Barrett, Contract Specialist, (208) 526-5693. These
documents are available in hard copy or electronic copy form. The
electronic copy is available in 3.5-inch diskette WordPerfect Version
6.1 format. Requestors shall state their preference as to either hard
copy or diskette medium. If no preference is stated on the request, a
diskette copy will be sent. Copies of these materials will NOT be sent
by facsimile. Offeror and other public comments are solicited on the
above listed documents. Comments should be submitted in writing to the
above address or faxed to Michael K. Barrett, Contract Specialist,
(208) 526-5693. Comments are due by September 22, 1995. It is
anticipated that the final solicitation will be available on or about
October 3, 1995. Parties requesting copies of the draft Sections C, L,
and M, and the OCI Mitigation Plan under this announcement will
automatically be placed on the mailing list for the final solicitation
and need not submit another mailing request. No further Commerce of
Business Daily announcements will be made for this solicitation.
(0242) Loren Data Corp. http://www.ld.com (SYN# 0035 19950831\L-0002.SOL)
L - Technical Representative Services Index Page
|
|