Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2009 FBO #2756
SPECIAL NOTICE

P -- Contract Extension: NOTICE OF INTENT

Notice Date
6/11/2009
 
Notice Type
Special Notice
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Energy, Federal Locations, All DOE Federal Contracting Offices, Various, Various locations, 20585
 
ZIP Code
20585
 
Solicitation Number
DE-AC24-05OH20192
 
Point of Contact
Robert J. Bell, Phone: (859) 219-4055
 
E-Mail Address
rj.bell@lex.doe.gov
(rj.bell@lex.doe.gov)
 
Small Business Set-Aside
N/A
 
Description
The United States Department of Energy (DOE) intends to extend the current environmental remediation services contract with LATA/Parallax Portsmouth, LLC (LPP) at the Portsmouth site to continue remediation and disposition of specific areas by removing legacy waste, initiating facility decontamination and decommissioning (D&D), disposition of highly enriched uranium, and operating the site waste storage facilities in accordance with all the applicable laws, regulations, DOE Directives, permits, and agreements and Orders. Disposition is defined in the specific applicable Orders and Agreements. Included in the scope for the contract extension is scope that supports the American Recovery and Reinvestment Act (ARRA). The demolition of the X-533, X-633, and X-760 inactive facilities, removal of the source contaminant at the X-701B groundwater plume, repackaging and disposition of approximately 13 lots of uranium material, and treatment and disposition of approximately 1,300 large low enriched uranium (LEU) cylinders will be accomplished under this contract extension with ARRA funding. The proposed contract extension is for 9 months from October 1, 2009 through June 30, 2010. Environmental remediation services at the Portsmouth site as listed are contemplated as part of the contract extension. These services include, but are not limited to the following: • Demolition, characterization, and remediation of the contaminated soils at X-533, X-633, and X-760 inactive facilities • Post remediation surveillance and maintenance of groundwater treatment facilities • Environmental monitoring and reporting of on-site and off-site air, soils and water • National Environmental Policy Act (NEPA) compliance, cultural resource surveys • Disposition of highly enriched uranium • Depleted uranium hexafluoride (DUF6) cylinder management Maintenance and disposition of existing uranium materials • Repackaging and disposition of uranium materials • Treatment and disposition of LEU cylinders • Cleanup and disposal of polychlorinated biphenyls (PCBs) activities • Project Support 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 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 contact with LPP is due to expire on September 30, 2009. The proposed contract extension will allow environmental remediation activities to continue at the Portsmouth site until completion of the on-going D&D procurement and transition to a new contractor. The contract extension (which includes ARRA funded scope) supports ARRA objectives by creating additional jobs and reducing life cycle costs associated with environmental remediation efforts at Portsmouth. LPP as the incumbent site environmental remediation contractor is the only contractor who has unique qualifications to continue the necessary environmental remediation activities at the Portsmouth site without a break in service until award is made of the on-going competitive. DOE anticipates award will be made in the 2rd quarter of Fiscal Year 2010 as published on the DOE EM Acquisition Forecast website. 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 AR THE SOLE RESPONSIBILITY OF THE RESPONDENT AND WILL NOT BE REIMBURSED BY THE GOVENRMENT. 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, Portsmouth/Paducah Project Office, 1017 Majestic Drive, Suite 200, Lexington, KY 40513, ATTENTION: Robert J. Bell
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-AC24-05OH20192/listing.html)
 
Record
SN01842475-W 20090613/090611235615-955cd2ea2a98efdf93aa1f5e354574c5 (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.