Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 11,1998 PSA#2156

U.S. Nuclear Regulatory Commission, Division of Contracts, Attn: Linda Wise MS-T-7I2, Washington, D.C. 20555

B -- TECHNICAL ASSISTANCE FOR RADIATION SAFETY INSPECTIONS AND EVALUATIONS POC Contact: Mary H. Mace, Contracting Officer, 301-415-7314, Amy Siller, Contract Specialist, 301-415-6747 17. This synopsis is not a request for proposals. The U.S. Nuclear Regulatory Commission (NRC) is seeking a contractor to provide an ongoing, readily-available capability for assisting Headquarters and Regional Offices in conducting radiological safety inspections and evaluations (under normal operations or emergency/accident conditions) of nuclear fuel facilities; radioactive materials licensees; sites undergoing decommissioning, including sites on the Site Decommissioning Management Plan (SDMP); and research reactors and power reactors undergoing decommissioning to determine if they have been properly decontaminated prior to license termination or release for unrestricted or other use (licensed, unlicensed, or formerly licensed sites/facilities). The technical assistance tasks, which involve nonroutine and noncontinuing activities relative to radiological safety at licensed and unlicensed facilities, are originated by Headquarters or Regional Offices, discussed with the contractor, and approved by the NRC Project Officer in accordance with NRC Inspection Manual Chapter 0312, Technical Assistance for Radiation Safety Inspections of Fuel Facilities and Materials Licensees. The contractor shall develop radiological survey plans (and perform radiological surveys and scoping surveys) for sites specified by the Project Officer in Request for Technical Assistance (RFTA) task orders and submit the plan to the NRC for approval. Because of the wide variety of past operational activities, as well as radioactive materials present at each site, it is not possible to conduct formal surveys in accordance with a uniform survey plan. The contractor must have in place, approved quality assurance (QA) procedures for performing radiological surveys at the various types of facilities mentioned earlier. The contractor must have (a) demonstrated experience in performing radiological surveys for all of the types of facilities and sites mentioned earlier; (b) extensive knowledge of NRC requirements and guidelines related to decommissioning of facilities (e.g., NUREG-CR/5849; Inspection Procedures 87104 and 88104; the Multi-Agency Radiation Survey and Site Investigation Manual; Subpart E of 10 CFR Part 20, Radiological Criteria for License Termination; and guidance to implement Subpart E); (c) demonstrated ability to analyze data and perform comparisons with NRC guidelines; (d) equipment needed to perform the surveys (e.g., surface scan, exposure rates, sampling, surface activity measurements, etc.); (e) appropriate staff on board to perform the required radiological surveys (health physicists, technicians, laboratory specialists, management, etc.); and (f) ready access to recognized technical experts in specialty areas of the nuclear industry. Subcontracting/consultants should not exceed 5% of the total award. Avoidance of conflict of interest is of paramount concern for performance of this project (with respect to current NRC conflict of interest requirements). The contractor should clearly demonstrate that there is no potential conflict of interest (potential work includes all of the types of facilities mentioned earlier including NRC licensees, former NRC licensees, and other radiologically contaminated facilities/sites within NRC's jurisdiction).The following is a list of activities included in a typical formal radiological survey which are considered in the development of a radiological survey plan (specific tasks for informal surveys will be addressed and authorized in RFTA task orders). This list is not intended to be either all-inclusive or restrictive: (A) Gamma-ray exposure rates at 1 m above the ground outside buildings (utilizing grids); (B) Beta-gamma dose rates at the ground surface; (C) Measurements of radio nuclide concentrations in water; (D) Investigation of underground drains and surface drainage ways; (E) Investigation of surface deposits of radioactivity; (F) Investigation of subsurface deposits of radioactivity; (G) Radio nuclide concentrations in air; (H) Vegetation samples; (I) Determination of background gamma radiation levels, concentration of radio nuclides in soil and water, and concentrations of radon in air; and (J) Documentation of radiological surveys. The contractor must have the capability to perform several surveys simultaneously. In addition, the capability to perform surveys/sample analysis with little lead time (24 hours) will need to be accommodated for technical assistance in accident/emergency situations. It is expected that a contractor will need to be able to perform 30-40 surveys in a calendar year. A demonstrated management structure must be in place to show how the required surveys can be performed in a timely and cost-effective fashion. The contractor must have an established QA/QC (quality control) program that assures the quality and accuracy of the field radiological survey data and provide auditable documentation of these activities. The QA/QC program for the field radiological survey procedures must include: (a) Procedure Review and Approval; (b) Personnel Training and Qualification; (c) Instrument Calibration and Performance Criteria; (d) Sample Chain-of-Custody; (e) Records Review and Management; and (f) Internal and External Audit Program. The contractor must have a proven record of acceptable performance in internal QA audits and external QA audits of the radiological survey procedures by the U.S. Department of Energy (DOE) or the U.S. Environmental Protection Agency (EPA). The contractor must have the capability to perform the following radiological/radiochemical sample analysis in-house (a subcontracted laboratory is not acceptable) for facility (i.e., contaminated equipment and structural materials), liquid and airborne effluents, and environmental samples (water, air, soil/sediment, and biota). The types of samples analysis capability must include the following: (A) Gross alpha/beta radioactivity in water; (B) Environmental samples for tritium; (C) Iodine-131 in milk and water; (D) Iodine-125 in environmental samples; (E) Radium-226 and radium-228 in water; (F) Strontium-89 and -90 in milk, water, and soil/sediment, and in solids other than soil/sediments; (G) Technetium-99 in soil and water; (H) Isotopic determination of americium, plutonium, uranium, and thorium in soil/sediments, solids other than soil/sediments, water, air filters, and biotic material; (I) Iron-55, nickel-63, chlorine-36, phosphorus-32, and sodium-22 in facility, effluent, and environmental samples; (J) Gamma spectroscopy; (K) Alpha spectroscopy; (L) Liquid scintillation counting; (M) Carbon-14 and tritium using biological material oxidizer; and (N) Assay of radioisotopes used in space technology, nuclear medicine, and agricultural and industrial applications in various types of samples. The laboratory must have an acceptable documented QA program (i.e., National Institute of Standards and Technology (NIST) accreditation, participation and proven record of acceptable performance in QA cross check programs with EPA and DOE Environmental Measurement Laboratory (EML), and in internal QA audits and external QA audits by DOE or EPA). Interested firms should submit written capability statements. Respondents should send two (2) copies of the requested information to the attention of Ms. Amy Siller at the address shown above. Closing date for capability statements is twenty-one (21) days after the CBDNet issue date. This synopsis is not a request for proposal. Sources deemed capable will be considered if procurement ensues. mmmm Posted 08/07/98 (W-SN234373). (0219)

Loren Data Corp. http://www.ld.com (SYN# 0016 19980811\B-0009.SOL)


B - Special Studies and Analyses - Not R&D Index Page