Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2020 SAM #6791
SPECIAL NOTICE

R -- Hanford 222-S Laboratory Analysis and Testing Services Contract

Notice Date
7/1/2020 12:53:06 PM
 
Notice Type
Special Notice
 
NAICS
562910 — Remediation Services
 
Contracting Office
OFFICE OF RIVER PROTECTION RICHLAND WA 99352 USA
 
ZIP Code
99352
 
Solicitation Number
DE-EM0003722
 
Archive Date
07/17/2020
 
Description
The United States Department of Energy (DOE) intends to extend the Hanford 222-S Laboratory Analysis and Testing Services contract with Wastren Advantage, Inc. (WAI) at the Department of Energy (DOE) Hanford Site to provide analytical laboratory services to the Department of Energy, Office of River Protection (ORP) to support the Hanford Site tank cleanup program and other site clean-up projects.� The proposed contract extension is for up to 12 months from September 21, 2020 through September 20, 2021. Services at the DOE Hanford Site as listed below are contemplated as part of the contract extension. These services include, but are not limited to, the following: Base Operation Provide all services required to operate, manage and maintain the Hanford 222-S Laboratory. � Perform the Analytical Services production functions of receiving, handling, analyzing, storing samples, and reporting the results of analyses to the contractors. Sources of Samples to be Analyzed The samples analyzed at 222-S come from sampling activities at Tank Farms and across the Hanford site. Such activities include, but are not limited to: Tank waste sampling events. These samples may be liquid, solid (sludge), salt cake, or a mixture. Vadose zone sampling. Samples consist of a soil matrix potentially contaminated with tank waste or separations process waste. � Evaporator campaigns to reduce the volume of tank waste. Samples are composed of evaporator feed (tank supernate) or evaporator boildown. � Emergent work in a variety of matrices. For example soil, building materials, air and aqueous or organic liquids. Samples may be contaminated with tank waste, separations process waste or other hazardous chemical and/or radiological materials. � Beryllium testing.� Samples are primarily 100 cm2 swipes but may be other matrices, such as soil or building materials, contaminated with beryllium.� Some beryllium samples may be radiologically contaminated. � Support for demolition of Hanford�s Plutonium Finishing Plant. Samples may contain high alpha contamination. � Industrial hygiene monitoring.� Samples typically consist of vapor tubes which are tested for ammonia and mercury but may include air grab samples. � Support for groundwater monitoring.� Samples may contain water soluble radionuclide species, such as cesium or pertechnetate. � Laboratory Operations The Contractor shall provide analytical chemistry support for all restoration, tank waste processing and closure operations on the Hanford site.� An estimated range of 40,000 to 60,000 analyses will be performed annually on individual samples, field blanks and calibration standards. Responsibilities will include but will not be limited to sample receipt at the 222-S facility, sample handling and preparation, customer consultation, sample analysis, data management, issue of data reports, and site standards laboratory services. The Contractor shall produce analytical reagents and standards for use in the 222-S facility and serve as standards custodian. The Contractor shall perform routine standards inventory maintenance, chemical stabilization and document traceability to National Institute of Standards and Technology (NIST) standards, if available. The Contractor shall work with the Tank Operations Contractor (TOC) to determine needs for new and replacement instruments, and shall be responsible for developing methods and procedures for new equipment and instruments delivered to the Laboratory for which the Contractor is the primary user. � The Contractor shall be responsible for sample archiving, sample reconstitution, documentation and tracking of archive samples and annual archive maintenance. The Contractor shall work with its customers to develop Service Level Agreements (SLAs) for each fiscal year or more often if mutually agreeable.� The Contractor shall obtain and maintain American Industrial Hygiene Association accreditation, develop the required methods, train staff, and perform all the required activities to perform; laboratory analysis of Furans using TDU tubes by Gas Chromatography/Mass Spectrometry (GC/MS). 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 contract with WAI is due to expire on September 20, 2020. The proposed contract extension will allow activities to continue at the DOE Hanford site until completion of the on-going follow-on procurement. WAI as the incumbent contractor is the only contractor who has unique qualifications to continue the necessary activities at the DOE Hanford site without a break in service until award is made of the on-going competitive procurement. �DOE anticipates that contract transition will start no later than the 1st quarter of Fiscal Year 2021. 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 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, Office of River Protection, P.O. Box 450, MSIN H6-60, Richland, WA.� 99352.� ATTENTION: Katie Mair.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d4319d55cbe3430589e1fd5f3cb72775/view)
 
Place of Performance
Address: Richland, WA 99354, USA
Zip Code: 99354
Country: USA
 
Record
SN05709274-F 20200703/200701230141 (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.