EM Nevada Environmental Program Services (EPS)

expired opportunity(Expired)
From: Federal Government(Federal)
89303318REM000014

Basic Details

started - 09 Jan, 2018 (about 6 years ago)

Start Date

09 Jan, 2018 (about 6 years ago)
due - 23 Jan, 2018 (about 6 years ago)

Due Date

23 Jan, 2018 (about 6 years ago)
Bid Notification

Type

Bid Notification
89303318REM000014

Identifier

89303318REM000014
Department of Energy

Customer / Agency

Department of Energy
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Solicitation Number: 89303318REM000014 Title: EM Nevada Environmental Program Services Date: January 9, 2018 THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. No solicitation is available. This RFI is released pursuant to FAR 15.201(e), Exchanges with Industry, and is issued for the purpose of conducting market research. The U.S. Department of Energy (DOE) Office of Environmental Management Consolidated Business Center (EMCBC) EM Nevada (EM NV) Program is currently in the acquisition planning phase for a potential upcoming Environmental Program Services (EPS) procurement at the Nevada National Security Site (NNSS) located 65 miles northwest of Las Vegas, NV. The services to be acquired will be performed at the Nevada Support Facility, the NNSS and the Nevada Test and Training Range (NTTR), including the Tonopah Test Range (TTR). The current contractor is Navarro Research and Engineering, Inc.; the contract expires on January 31, 2020 and the
link to the contract is https://www.emcbc.doe.gov/About/PrimeContract. The purpose of this RFI is to solicit input via capability statements from interested parties with the specialized capabilities necessary to meet all or part of the Major Elements of Scope for the upcoming competitive procurement(s) for the EM NV EPS requirement. Within these capability statements, DOE is seeking feedback from contractors and other interested parties regarding options for innovative approaches for the performance of the Major Elements of Scope as well as insight into potential contracting alternatives. This market research will assist DOE with identifying interested and capable sources and developing its acquisition strategy. Key market research goals include identifying and minimizing barriers to competition, evaluating small business capabilities, identifying risks, identifying potential requirements definition and contract alternatives, and identifying appropriate terms and conditions. Due to the preliminary stage of this planning activity, there is no Performance Work Statement available at this time. The anticipated number of procurements, types of contracts, periods of performance, amount of funding, and set aside possibilities are to be determined. The Major Elements of Scope are identified in Attachment 1- “Major Elements of Scopeâ€�. The DOE EMCBC created a procurement website where additional information is provided which may be viewed at https://www.emcbc.doe.gov/SEB/EMNevadaEPS/. Information posted on the EMCBC website will be updated as it becomes available; therefore, contractors should monitor the EMCBC website for additional information. DOE may not respond to or post on the EMCBC website any verbal or written questions or comments pertaining to this RFI package. DOE is also seeking to determine whether or not the full requirement or part of the requirement can be set-aside for small businesses, 8(a) small businesses, small disadvantaged businesses, economically disadvantaged women-owned small businesses, women-owned small businesses, HUBZone small businesses, veteran-owned small businesses, or service-disabled veteran-owned small businesses. Small businesses, believing that they have the capability to perform all or a portion of work in the respective Major Elements of Scope, are welcome to demonstrate their capabilities by submitting a capability statement in accordance with the instructions below. The North American Industry Classification System (NAICS) code for this requirement is 562910, Environmental Remediation Services, and the small business size standard is 750 employees. All interested parties are hereby invited to submit a capability statement of no more than 15 pages, and no smaller than 12 point font. Also, electronic file submissions must be less than 20 Megabytes. The Government will evaluate each capability statement based on the interested parties (and that of teaming partners when applicable) demonstrated qualifications, capabilities, expertise, experience and past performance in each of the Major Elements of Scope and areas of interest and expertise. More specifically, capability statements should include the following information as appropriate and as applicable: 1) Describe your ability and approach, including rationale, to performing all or a portion of the Major Elements of Scope. DOE is interested in cutting edge thinking, inventiveness, and other ways for DOE to be more effective in accomplishing work safely through technology. 2) Identify any technical challenges and risks in meeting the Major Elements of Scope. Identify how your organization would minimize any risks. 3) Describe your experience performing work similar to the Major Elements of Scope over the past 5 years. Identify no more than five DOE, other Government, and/or commercial contracts with experience relevant to this sources sought [include contract number, role in the effort (i.e., prime contractor or subcontractor), period of performance, dollar value, scope, client, and contracting agency contact information]. Also describe your experience with complex regulatory environments, working with various stakeholders and regulatory agencies at the state and federal level. 4) Discuss your company and/or teaming arrangementâ€TMs experience in management and integrating the Major Elements of Scope under a single contract. The work will be conducted throughout NNSS and will require interface and integration with other site contractors. Also describe your experience in managing and integrating the work of subcontractors who would perform specialty functions. 5) Provide approaches, including rationale and insight, into contracting alternatives [number of procurement(s), types of contract(s), periods of performance, set aside possibilities, incentives, etc.] to achieve the Major Elements of Scope. Identify potential areas, including rationale, within any element of scope that may be appropriate for a fixed price contract structure along with any associated pricing challenges and risks. Provide specific feedback for type of information required from DOE to support development of a fixed price for any element of scope. 6) Provide input and rationale to DOE on the optimal base period of performance for this procurement. Highlight any factors that would make competing for this contract desirable or undesirable for your firm, including input on proposal evaluation criteria. Discuss any issues the Contracting Officer should consider when developing the solicitation for this requirement. Additionally, please identify and describe any areas in the Major Elements of Scope believed to be missing or in need of clarification. 7) It is anticipated that the contractor will be required to recognize the jurisdiction of the Southern Nevada Labor Alliance (SNLA) and become signatory to a Construction Project Labor Agreement with the Southern Nevada Building and Construction Trades Council and other signatory unions. Discuss your companyâ€TMs and/or teaming arrangementâ€TMs experience in management and integration of a union-represented workforce, labor-management relations and in any past labor disputes. Interested parties are requested to provide the name of the firm, or firms if a teaming arrangement is being contemplated, point of contact, phone number, address of firm, DUNS number, and/or CAGE code used over the past 5 years for the prime and each contemplated teaming partner. Small business teams or joint ventures shall identify the socio-economic status of each member and shall provide the capabilities of each member, as well as a description of the work that each member would perform under a contract, keeping in mind the requirements of FAR Clause 52.219-14, Limitations on Subcontracting (if any portion of the effort is to be set-aside for small businesses). Identify as one or more of the following under NAICS code 562910, Environmental Remediation Services: 1) small business; 2) 8(a) business (including graduation date); 3) HUBZone small business; 4) small disadvantaged business; 5) woman-owned small business; 6) service-disabled, veteran-owned small business; or 7) large business. DOE reserves the right to use any and all information submitted by, or obtained from, an interested party in any manner DOE determines is appropriate, including, but not limited to, the creation of a competitive solicitation. An interested party should avoid including any classified, business confidential, and/or proprietary information in its response. However, if an interested party must submit such information, the information must be clearly marked accordingly, and the interested party must provide sufficient justification as to why such information is classified, business confidential and/or proprietary. DOE will review said information and safeguard it appropriately. The Government will not pay for any information that is provided in response to this announcement nor will it compensate any respondents for the development of such information. All capability statements and questions pertaining to this announcement shall be submitted electronically to EMNevadaEPS@emcbc.doe.gov no later than 3:00 p.m. Eastern Time on Friday, February 2, 2018. Any questions pertaining to the announcement should also be directed to the same e-mail address EMNevadaEPS@emcbc.doe.gov. DOE personnel may contact firms responding to this announcement to clarify a responderâ€TMs capabilities and other matters as part of this market research process. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSALS (RFP) AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO AWARD A CONTRACT AT THIS TIME. Contracting Officer: John M. Blecher 513-744-0980 john.blecher@emcbc.doe.gov Attachment 1- Major Elements of Scope Soils Remediation Program This Major Element of Scope includes performing soils studies to enhance knowledge of contaminant transport during post-closure monitoring. Underground Test Area (UGTA) Activity This Major Element of Scope includes defining hydrologic boundaries encompassing NNSS groundwater resources and surrounding areas by using existing data and new data collected through drilling, groundwater sampling, aquifer testing, and geophysical surveys. The scope also includes analysis and modeling to define controls that mitigate environmental risk and promote public health. The following descriptions apply to the UGTA: • Installation of evaluation and monitoring wells – Conduct activities necessary for well installation including but not limited to: design, planning, well construction, geophysical logging, well completion, and completion report documentation. • Well development and testing of evaluation and monitoring wells – Conduct activities necessary to perform well development, testing and sampling activities. This includes but is not limited to: planning; performing hydraulic testing and groundwater and geochemical sampling; sample analysis and reporting; site mobilization and demobilization; installation of downhole equipment; providing surface power connection and variable speed drive for submersible pumps; and inspection and maintenance of sumps and sump liners. • Characterization/evaluation sampling and monitoring – Conduct activities necessary to perform sampling activities. This includes but is not limited to: planning; site mobilization and demobilization; installation of downhole equipment; providing surface power connection and variable speed drive for submersible pumps; inspection and maintenance of sumps and sump liners; performing groundwater and geochemical sampling; and sample analysis and reporting. • Characterization data analysis – Conduct activities necessary to perform geology, hydrology, transport parameter, and source term analysis, evaluation and reporting in support of data input into the Flow and Transport Model. • Flow and transport model development – Conduct activities necessary to perform flow and transport modeling analysis, evaluation and reporting, including risk assessment and external peer review. • Corrective Action Decision Document/Corrective Action Plan (CADD/CAP) – Conduct activities necessary to complete a CADD/CAP which is a Federal Facility Agreement and Consent Order (FFACO) document that addresses the alternatives arising as a result of a corrective action investigation, the rationale for selection of a preferred alternative, and the plan for implementing the preferred corrective action alternative at a Corrective Action Unit (CAU). The CADD/CAP uses site knowledge gained through characterization and similar historical corrective actions to provide a plan for corrective action. • Model evaluation – Conduct activities necessary to analyze, scale, and compare field data to model conceptualizations and simulation results in order to build confidence in the site conceptual model and transport model forecasts. Sufficient confidence must be developed in the forecasts so that the Nevada Division of Environmental Protection (NDEP) will accept use of the model in guiding the development of the long-term monitoring network and institutional controls for closure. • Closure Report – Conduct activities necessary to complete a Closure Report which is an FFACO document that contains the long-term monitoring, modeling, and institutional control strategy for a CAU. The goal of the Closure Report is to establish a mutually agreed to plan by EM NV and NDEP for implementing the long-term monitoring phase and for handling uncertainty during that phase of the project. • Post-closure sampling and monitoring – Conduct activities necessary to acquire and maintain the necessary equipment, supplies and expendable items necessary to maintain the monitoring network system at closed groundwater CAUs. The scope also allows for the maintenance of equipment and instrumentation to maintain calibration schedules and ensure an appropriate field capability with respect to instrumentation, essential equipment and supplies necessary for typical groundwater field efforts. This scope also includes long-term post-closure groundwater sampling and monitoring activities as well as inspection and documentation of the institutional controls (e.g., use restrictions, deed restrictions, physical barriers, processes, and procedures) established during the Closure Report. Central and Western Pahute Mesa CAUs Installation of evaluation wells, well development and testing of evaluation wells, characterization/evaluation sampling and monitoring, characterization data analysis, flow and transport model development, completion of the CADD/CAP document, model evaluation, and completion of the Closure Report. Yucca Flat CAU Evaluation sampling and monitoring, installation of monitoring wells, well development and testing of monitoring wells, completion of the Closure Report, and post-closure sampling and monitoring. Rainier Mesa CAU Installation of monitoring wells, well development and testing of monitoring wells, and post-closure sampling and monitoring. Frenchman Flat CAU Post-closure sampling and monitoring; maintain long-term monitoring including maintain monitoring network, network sampling, and maintenance. Soil and Industrial Type Post-Closure Surveillance & Maintenance Post-Closure Surveillance & Maintenance NNSS & TTR/NTTR Sites Perform activities necessary for annual (or as required by the approved Closure Report) site inspections of Corrective Action Sites (CASs) at the NNSS and TTR/NTTR as identified in the FFACO Appendix IV Closed Corrective Action Sites. Inspection checklists will be completed during the inspections. Inspections will include a walk-down of the sites to identify any damaged or missing signs, damaged fencing or gates, any evidence of settling or cracking of covers, and/or evidence of intrusion into the use restricted areas, as applicable. Photographs will be taken to document any abnormal site conditions that may require a follow-up action. Follow-up action maintenance necessary as identified during the site inspections will be conducted. Annual post-closure surveillance and maintenance letter reports (following the FFACO approved template) for (1) RCRA sites on the NNSS, (2) non-RCRA sites on the NNSS, and (3) TTR/NTTR sites are submitted to EM NV. Post-Closure Surveillance & Maintenance E-Tunnel Perform activities necessary for maintaining compliance with Permit NEV 96021, E-Tunnel Waste Water Disposal System. The permit requires the water discharging from E-Tunnel in Area 12 be monitored monthly and sampled annually. The monthly monitoring includes flow rate, specific conductance, and pH, along with inspecting the perimeter and condition of the E-Tunnel Disposal System, which includes the piping and pond areas. The annual sampling includes tritium along with other parameters such as lead. A quarterly report is submitted to EM NV, along with an annual summary report. Every other year, the well at ER-12-1 (also included in Permit NEV 96021) is sampled. Decontamination and Demolition (D&D) Engine Maintenance Assembly and Disassembly Facility Complete closure activities for the EMAD Facility specified in Revision 1 of the approved Streamlined Approach for Environmental Restoration (SAFER) Plan. Closure activities include activities such as characterization of potential source materials, removal of readily removable nonhazardous waste, and identification and abatement of asbestos. The end state for Building 3900 is anticipated to be demolition to slab and grading of the site to match existing contours. Activities also include transportation of low-level and mixed low-level waste to the Area 5 waste facility; asbestos abatement, as needed, for on-site disposal; and completion of a Closure Report, in accordance with the FFACO. Test Cell “Câ€� Ancillary Structures and Buildings Complete a SAFER Plan, in accordance with the FFACO, demolition and grading of the site to match existing contours, transportation of low-level and mixed low-level waste to the Area 5 waste facility, asbestos abatement, as needed, for on-site disposal, and completion of a Closure Report. Environmental Management Integration Environmental Management Information System (EMIS) and FFACO support Perform day-to-day operations and maintenance of the EMIS and FFACO databases and user interfaces/web applications as well as integration of program and information technology needs to ensure database capability and data integrity. Public Involvement and Strategic Communication support Perform program outreach activities with focus on the Nevada Site Specific Advisory Board (NSSAB); general public; media; intergovernmental agencies; national, state, local, and tribal government entities; oversight and public interest groups; National Nuclear Security Administration (NNSA) and DOE headquarters; regulatory agencies; and the Nevada business community. Additionally, participate in and provide on-call support for the EM NV Emergency Response Organization (via the Emergency Operations Center and Joint Information Center) and crisis communications support, as needed. Classification support Perform integration activities with the NNSA/Nevada Field Office (NNSA/NFO), EMCBC and EM NV, as needed, for classification reviews and public release approval of documents and other media. This also includes maintaining files in accordance with governing requirements and providing direct support to the EMCBC Classification Officer. Closeout and Transfer Perform activities necessary to support EM NV with program closeout and transfer of agreements to Office of Legacy Management or NNSA, as appropriate. Radioactive Waste Acceptance Program (RWAP) Waste Acceptance Coordination Coordinate RWAP activities between the generators, management and operation (M&O) contractor and NNSA/NFO, establish and implement a process to share lessons learned amongst the waste generator community, and coordinate and participate in an annual waste generator workshop. Waste Acceptance Facility Evaluations /Verifications Perform facility evaluations (FEs) and document results of the FEs for low-level waste/mixed low-level waste (LLW/MLLW) generator programs to support compliance with the NNSS Waste Acceptance Criteria (WAC) requirements, issue Corrective Action Requests, perform subsequent corrective action verification and/or impromptu surveillances, and perform and document the results of annual MLLW treatment verifications to ensure compliance with the RCRA Part B Permit at the generator facility. Waste Acceptance Review Panel (WARP) Provide technical support to the NNSA/NFO WARP including review and recommendation of approval and/or disapproval of waste profiles, review of generator documents and provide recommendations on related technical issues to NNSA/NFO, and review of Technical Basis Documents/Position Papers for acceptability. This element also includes coordination and facilitation of WARP activities and review meetings; assigning related support tasks to ensure that complete and thorough reviews are performed and documented; tracking open issues; reviewing root cause analyses, Corrective Action Plans and supporting documents supplied by generators in response to Corrective Action Requests; conducting an annual review of the NNSS WAC and preparing updates, as necessary. Coordinate and participate in an annual waste generator conference and provide programmatic technical support/assistance to waste generators as requested (NOT physical packaging or shipping support/assistance at the generator sites). Waste Acceptance Support Maintain the NNSS WAC and RWAP procedures, establish and implement a document control process, and perform informal, non-documented gap analyses for compliance with the NNSS WAC at the generators request.

EMCBC U.S. Department of Energy EM Consolidated Business Center 250 E. 5th Street, Suite 500 Cincinnati OH 45202 USLocation

Place Of Performance : EMCBC U.S. Department of Energy EM Consolidated Business Center 250 E. 5th Street, Suite 500 Cincinnati OH 45202 US

Country : United States

You may also like

2020-0003 Environmental Testing and Consulting Services - WSP Global Inc. ("WSP")

Due: 30 Jun, 2024 (in 1 month)Agency: Atlanta Public Schools

Redlands Airport - As Needed Consulting Services for Engineering, Environmental, Planning & Architectural Projects

Due: 09 May, 2024 (in 7 days)Agency: Facilities & Community Services Facilities & Community Services Department - 35 Cajon Street, Suite 222, Redlands, CA 92373

Environmental Incident and Response Services for the CT DEEP

Due: 31 Oct, 2025 (in 18 months)Agency: State of Connecticut

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

562 -- Waste Management and Remediation Services/562910 -- Remediation Services
naicsCode 562910Remediation Services
pscCode FWater Quality Support Services