|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 29,1996 PSA#1519U.S. Department of Energy, Albuquerque Operations Office, Contracts and
Procurement Division, P.O. Box 5400, Albuquerque, NM 87185-5400 R -- A--PRIVITIZATION EFFORT FOR MOBILE TREATMENT (MTU) FABRICATION
AND TREATMENT OF MIXED WASTE POC Contracting Officer/Melanie J. Thomas
(505) 845-6960 or Diane Kirby (505) 845-6248. This is a Sources Sought
Synopsis which requests an expression of interest in and a description
of capabilities from those sources interested in a contemplated
competitive procurement for privatization of an MTU program. This
effort consists of a basic program to fabricate two MTUs ( thermal
desorption and macroencapsulation) to treat mixed waste on-site at DOE
facilities located at Los Alamos National Laboratories and Sandia
National Laboratories in New Mexico, and Pantex in Texas. Additionally,
contract options are being considered to fabricate evaporative
oxidation, chemical plating waste, and packed bed reactor units.
Optional waste streams include each of the 3 sites listed above, as
well as the Savannah River Plant, South Carolina. Types of mixed waste
included in this effort are organic and inorganic debris contaminated
with metals and/or liquid organics, water-reactive waste including
lithium hydride and sodium and calcium metals. Optional waste streams
include halogenated and nonhalogenated liquid organics, and aqueous
solutions containing corrosives, metals, and/or organics. A performance
based Statement of Work is contemplated. Fabricated units must meet
Resource Conservation and Recovery Act (RCRA) Land Disposal
Requirements (LDR). Work must be accomplished according to established
compliance schedules. A five year effort is anticipated. During the
first year (Phase I) treatment unit fabrication, testing, and
demonstration shall be completed. In the following 4 years (Phase II)
mixed waste treatment operations shall be completed. MTUs will be moved
from one site to the next to process mixed waste. MTU design
information will be provided by the Government for all units,
contractor will be responsible for providing working units (except for
macroencapsulation unit which is GFP) at its own expense. Alternate
technologies to treat this mixed waste will be considered.
Privatization effort will require 100% of costs associated with
fabrication, design changes or redesign, demonstration, and test (with
exception of trial burn for packed bed reactor) to be privately funded
under Phase I, units must be demonstrated and proven ready to operate.
Contractor will have to furnish all equipment, office space, building,
etc. necessary to perform this work. A utilities stub in and a site to
perform work will be provided. Phase II of this effort requires
treatment of mixed waste. Phase II pricing on a fixed unit price for
estimated quantities of mixed waste and on a lump sum basis for items
such as mobilization, demobilization, home office expense, and trial
burn for packed bed reactor is contemplated. Under privatization,
recoupment of direct investment costs through processing of treated
waste is acceptable. Contractor must obtain Interface Support
Agreements with each DOE facility (Los Alamos, Sandia, etc.) and DOE
approval prior to start of work on-site. Quantities of mixed waste to
be treated will vary by waste stream and DOE facility. The majority of
waste is contained in drums, mixed waste to be treated will be
characterized by the DOE or its M&O contractors prior to treatment.
Required items include: (1) a thermal desorption unit, or an
alternative technology, to treat approximately 80 cubic meters of
currently existing and 280 cubic meters projected waste volume
consisting of debris including RCRA ignitable and reactive
characteristics, or contaminated with and wastes including metals, and
D- and F-listed materials, (2) a macroencapsulation unit, or
alternative equipment, to treat approximately 80 cubic meters of
currently existing and 710 cubic meters projected waste volume
consisting predominantly of solid noncombustible debris, including
elemental lead and scrap metal, and contaminated mainly by RCRA- listed
metals, but also including small amounts of RCRA characteristic waste
and D- and F-listed organics. Optional items include: (1) treating
approximately 40 cubic meters of currently existing and 10 cubic meters
projected volume of liquid organic waste, and minor volumes of
compressed gases, including numerous D-, F-, U-, and P-listed RCRA
organic wastes, contaminated with metals and characteristic wastes, (2)
treating approximately 4 cubic meters of currently existing and 5 cubic
meters projected volume of varied aqueous liquid mixed wastes from
chemical and plating processes, exhibiting RCRA corrosive
characteristics, multiple D-listed metals, and small volumes of F- and
P-listed wastes, aqueous cyanides, nitrates, and chromates, and (3)
treating approximately 2 cubic meters of currently existing and 23
cubic meters projected volume of varied aqueous liquid mixed waste
containing ignitable and corrosive characteristic wastes, metals, and
multiple D-, F-, and U-listed wastes. This is an unclassified effort.
The objective of this effort is to obtain cost-effective and efficient
treatment of mixed waste on schedule. Another objective is to minimize
the amount of residual waste output. An expression of interest and
Statement of Capabilities is requested by February 9, 1996. It is
highly desirable that all potential sources have: 1) demonstrated
knowledge and previous experience in treating mixed waste, 2)
engineering design, development, fabrication, and testing knowledge and
experience, 3) sufficient resources to privately fund Phase I effort,
4) knowledge and experience in preparing and obtaining environmental
permits, 5) knowledge and experience in working or interfacing with DOE
facilities, and 6) demonstrated management skills in organizing,
coordinating, problem-solving, cooperating, and being responsive to
customer needs. Sources meeting these requirements are requested to
submit a written Statement of Capabilities describing their experience
and capabilities in each of the above areas. The SOC must include the
contract number, name, address, and telephone number of the
contracting officer for contracts in which similar work has been
performed. Please advise if the privatization approach is of interest.
If you have alternate technologies (including but not limited to
commercial items which have are items which have been offered or sold,
leased, or licensed to the general public) which may meet the intent
of this proposed procurement, please provide a brief description. The
SOC is limited to 20 pages. Please identify your complete mailing
address and a point of contact (name and telephone number). All SOCs
must include a reference to this Synopsis No. 96-08. SOCs received
later than February 9, 1996 may not be reviewed. Please send an
original SOC and one copy to U.S. Department of Energy, Albuquerque
Operations Office, Attn: CPD/Melanie Thomas, P.O. Box 5400,
Albuquerque, NM 87185-5400. Fax number is (505) 845-4210. The DOE
reserves the right to set-aside this procurement. Interested sources
must identify if they qualify as a small business under SIC 8711. Also
firms are to indicate if they are or are not an 8(a) certified firm,
a socially and economically disadvantaged business, a woman-owned
business. Release of a draft Request for Proposal and Pre-Proposal
Conference are expected to occur prior to May 1996. A contract award is
contemplated in early 1997. Reference: AL Control No. 96-08 (0025) Loren Data Corp. http://www.ld.com (SYN# 0080 19960126\R-0016.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|