Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2009 FBO #2620
SOLICITATION NOTICE

F -- Notice of Intent: Waste Isolation Pilot Plant M&O ContractExtension

Notice Date
1/26/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of Energy, Federal Locations, All DOE Federal Contracting Offices, P.O. Box 5400 Albuquerque, NM
 
ZIP Code
00000
 
Solicitation Number
DE-AC04-01AL66444_M0146
 
Response Due
2/9/2009
 
Archive Date
8/9/2009
 
Point of Contact
Tamara L Miles, Contracting Officer, 513-246-1367,tamara.miles@emcbc.doe.gov;Tamara L Miles, Contract Specialist,<br />
 
Small Business Set-Aside
N/A
 
Description
The United States Department of Energy (DOE) intends to extend thecurrent management and operating (M&O) contract with Washington TRU Solutions (WTS), LLC, at the Waste Isolation Pilot Plant (WIPP) to safely and economically maintain, operate and monitor the site and engage in the regulatory required permitting process for the renewal of the sites complex, one-of-a-kind Hazardous Waste Facility (HWF) permit. The proposed contract extension will cover a two-year period from Sep 30, 2010 through Sep 30, 2012. WIPP operates pursuant to the terms and conditions of its HWF operating permit issued and enforced by the State of New Mexico Environment Department (NMED). WTS and DOE are the Permittees under the permit. Operations at WIPP are critical to the DOE mission as numerous sites across the DOE Complex ship defense transuranic (TRU) wastes to this facility. The proposed extension is required to allow the regulatory-mandated permitting process to continue uninterrupted between the Permittees and NMED and to complete a competitive acquisition based upon the terms and conditions of the new permit. The proposed extension is necessary to ensure the successful and timely issuance of the new HWF permit, allowing the continuation of operations at WIPP. Consistent with the services required by the contract, the services required for the proposed extension period are the same with the addition of the negotiation of a new HWF permit. These services include, but are not limited to, the following: Work associated with receipt and licensed disposal of TRU wastes o Waste Characterization and certification of TRU waste at various EM sites o Transportation Support (handling transporting vehicles/railcars) o Disposal of TRU wastes (soil and debris) in accordance with unique HWF Permit o Release of Vehicles (cleaning/decontamination of vehicles/railcars) o Reporting Requirements Waste acceptance/disposal documents (receiving and acceptance) Reports (summary of volumes disposed of, audits, and license) o Interaction with Stakeholders HWF Permit Requirements (participate in the permitting process for the uniquely complex HWF permit) o Capabilities include: Extensive knowledge and experience with deep geologic repositories under the Resource Conservation and Recovery Act (RCRA) as well as the unique permitting requirements applicable to WIPP; Extensive knowledge, experience and history of WIPP operations or similar operations to disposal in deep geologic repositories; Extensive experience with and knowledge of the regulatory environment in New Mexico; Ability to effectively implement and actively engage in the permitting process successfully, including, but not limited to, the following actions: reviewing NMED Completeness Determination or Hearing Determination regarding permit application, reviewing and resolving/responding to potential Notice(s) of Deficiency throughout the 360 day technical review period, reviewing/responding to draft permit terms and conditions, entering into negotiations with NMED during 360 day review period, reviewing/responding to public comments as appropriate, attending and testifying at public hearing(s) as expert witnesses, preparing the proposed findings of fact and conclusions of law, and present closing arguments, and continuing to effectively and efficiently partner with DOE to establish an effective working relationship with NMED, including frequent communications, to ensure timely identification and resolution of technical and regulatory issues, and the establishment of permitting schedule(s). Ability to accomplish the foregoing without disruption or cessation to the program as the above permitting process actions must occur while simultaneously and immediately performing operational activities at WIPP. A copy of the current contract Statement of Work is attached for information. Please note it does not include the negotiation of a new HWF permit which is a requirement of the extension period and described above. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. The statutory authority permitting other than full and open competition is Section 303(c) of the Federal Property and Administrative Services Act of 1949, as amended by the Competition in Contracting Act (41 U.S.C. 253(c)(1)), implemented under Federal Acquisition Regulation (FAR) 6.302-1(a) which authorizes other than full and open competition when the supplies or services required by the agency are available from only one responsible source, and no other type of supplies or services will satisfy agency requirements. The present contract with WTS is due to expire on September 30, 2010. The proposed contract extension will only include the services needed to: (1) safely and economically maintain, operate and monitor the WIPP site in a state that assures the protection of the workers, the public, and the environment while simultaneously; (2) ensure the permitting process for the renewal of the sites complex, unique HWF permit is handled effectively and expeditiously and results in the issuance of a new HWF permit; and (3) comply with all applicable laws, regulations and DOE policy. DOE believes the proposed two-year contract extension will provide the current Permittees sufficient time to complete, at a minimum, the most critical portions (negotiation of the permit terms and conditions and participation in the public hearings) of the permitting process. During the proposed extension period, DOE will also engage in activities necessary to complete a competitive acquisition for the operation of WIPP. This includes the definition of DOEs requirements as affected by the permitting process, the issuance of a solicitation accurately reflecting the requirements, and the award of a follow-on WIPP operating contract. THIS IS NOT A FORMAL REQUEST FOR PROPOSALS UNDER FAR PART 12, 15, OR AN INVITATION FOR BIDS UNDER FAR PART 14. IF PARTIES CHOOSE TO RESPOND, ANY COST ASSOCIATED WITH THE PREPARATION AND SUBMISSION OF DATA OR ANY OTHER COSTS INCURRED IN RESPONSE TO THIS ANNOUNCEMENT ARE THE SOLE RESPONSIBILITY OF THE RESPONDENT AND WILL NOT BE REIMBURSED BY THE GOVERNMENT. Interested parties believing they have all of the capabilities may submit capability statements to provide all of the services, including a demonstration of the ability to meet all of the needs identified above within the required timeframes. The capabilities statement describing and demonstrating the above shall be submitted within 15 days of publication of this notice to the following address: U.S. Department of Energy, Environmental Management Consolidated Business Center, 250 E. 5th Street, Suite 500, Cincinnati, Ohio 45202; attention Tamara L. Miles. Points of Contact: Tamara L. Miles, Contracting Officer, (513) 246-1367; FAX (513) 246-0529 Email: tamara.miles@emcbc.doe.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=146bee9ad33c8babdd46e45f1d47cc20&tab=core&_cview=1)
 
Record
SN01737812-W 20090128/090126214815-146bee9ad33c8babdd46e45f1d47cc20 (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.