SOLICITATION NOTICE
Z -- Pre-Solicitation, Site Tour, and One-on-One Notice-NRC Licensed Facilities
- Notice Date
- 9/15/2014
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- 45211
- ZIP Code
- 45211
- Solicitation Number
- DE-SOL-0007515
- Point of Contact
- LeAnn M. Brock
- E-Mail Address
-
leann.brock@emcbc.doe.gov
(leann.brock@emcbc.doe.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- United States Department of Energy Synopsis / Pre-Solicitation, Site Tour, and One-on-One Notice - NRC Licensed Facilities Within 15 to 45 days from the date that this notice is published, the U.S. Department of Energy (DOE) anticipates the issuance of a Draft Request for Proposal (RFP), DE-SOL-0007515, to provide management, operation and oversight of the Nuclear Regulatory Commission (NRC) licensed facilities in support of the Idaho Cleanup Project. The DOE is preparing an acquisition for the management and operation of the Fort Saint Vrain (FSV) Independent Spent Fuel Storage Installation (ISFSI) facility in Colorado (including security); the management, operation and oversight of the Three Mile Island-2 (TMI-2) ISFSI facility at the Idaho Nuclear Technology and Engineering Center (INTEC) in Idaho; and management of the Idaho Spent Fuel Facility (ISFF) license. DOE requires a Contractor to provide all resources necessary to comply with each of the NRC licenses listed below: (a) Management and operation of the FSV ISFSI facility (license number Special Nuclear Material (SNM)-2504) in Colorado (herein referred to as FSV); (b) Management, operation, and oversight of the TMI-2 ISFSI facility (license number SNM-2508) at INTEC in Idaho (herein referred to as TMI-2); and (c) Management of the ISFF license (license number SNM-2512) Requirements include, but are not limited to, services for operations, physical security, general infrastructure (including utilities and communication services), maintenance and execution of the key programs (Worker Safety and Health, Occupational Medical Program, Integrated Safety Management System (ISMS), emergency management, quality assurance, radiation protection, waste management, safeguards and security, information management, records management, property management, training, radiological environmental monitoring, aging management, natural gas and oil monitoring and radioactive effluent control), preparation of technical evidence to support license renewal for TMI-2, support of NRC or DOE inspections, and support for information requests. The Contractor shall maintain all records as specified by the NRC regulations and DOE requirements. DOE intends to conduct a pre-solicitation conference, site tour(s) and industry one-on-one sessions for this procurement. Interested parties are encouraged to review the Draft RFP prior to the pre-solicitation conference, site tour and industry one-on-one sessions. At this time, DOE has tentatively scheduled these activities to be held the week of October 13th, 2014. Interested parties should continue to monitor the NRC Licensed Facilities Procurement website for specific details at: https://www.emcbc.doe.gov/SEB/NRC/index.php Interested parties are encouraged to review the Draft RFP and provide suggestions, comments, questions, and changes in writing to: leann.brock@emcbc.doe.gov. DOE will not respond to or post on the procurement website any oral or written questions or comments pertaining to the Draft RFP; however, DOE will respond to and post questions and answers on the Final RFP after its release. DOE personnel may contact responding firms to clarify comments, proposed changes, questions, and other matters as necessary. This Draft RFP is NOT a formal request for proposal. Proposals are NOT being requested in response to the Draft RFP and will NOT be evaluated. In developing the Final RFP, DOE will consider all comments, proposed changes, and questions received. DOE tentatively anticipates issuance of the Final RFP, for which proposals will be requested and accepted, in the 1st quarter of Government fiscal year 2015. No additional synopsis will be released prior to issuing the Final RFP. The contract resulting from the Final RFP is expected to be awarded in or about the 4th quarter of Government fiscal year 2015. A dedicated webpage has been established for this procurement. All news/announcements, documents (including the Draft and Final RFP), questions/answers, pre-solicitation conference information, and related links will be posted to the following webpage: https://www.emcbc.doe.gov/SEB/NRC/index.php. The Draft and Final RFP will also be posted to the Fedconnect website at: www.fedconnect.net. The government anticipates awarding a Firm-Fixed-Price contract that includes a Cost Reimbursable contract line item (CLIN). The expected base period of performance is four years with one one-year option period. This procurement is 100% set-aside for small business competition. The North American Industrial Classification System (NAICS) code for this effort is 561210 - Facilities Support Services with a size standard of $38.5M. The Government does not intend to acquire a commercial item or service using FAR Part 12. Contracting Office Address: U.S. Department of Energy Environmental Management Consolidated Business Center (EMCBC) 250 E. 5th Street, Suite 500 Cincinnati, OH 45202 Place of Performance: Functions under this contract will be performed at the Fort Saint Vrain facility in Weld County, Colorado and at the Idaho National Laboratory (INL) near Idaho Falls, Idaho. Primary Point of Contact: LeAnn Brock Contracting Officer leann.brock@emcbc.doe.gov Phone: (513) 246-0563
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0007515/listing.html)
- Record
- SN03511465-W 20140917/140915235733-0e942871ad7e72b6a13ccb8a4a455b81 (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 |