This is what the DOE releases to the public. The U.S. Department of Energy (DOE) is seeking expressions of interest from small businesses or small business joint ventures or teams to perform environmental remediation services at the Portsmouth and Paducah Gaseous Diffusion Plant sites in Piketon, Ohio and Paducah, Kentucky, respectively. The two sites were originally administered by the Oak Ridge Reservation but will come under the oversight of the Portsmouth and Paducah Project Office, located in Lexington, Kentucky by October 1, 2003. Significant portions of both sites are leased to the United States Enrichment Corporation (USEC) that operates the Gaseous Diffusion Plants at each site. The Paducah plant is currently in an operating status while the Portsmouth plant is currently being maintained in cold stand-by status.
The North American Industry Classification System (NAICS) Code for this effort is 562910, Remediation Services, which has a size standard of no more than 500 employees. The current contract, DE-AC05-98OR22700, is being performed by Bechtel Jacobs Company, LLC. The approximate annual value of the remediation services will be $95 million for Paducah and $90 million for Portsmouth. Two completion cost-plus-incentive-fee contracts with periods of performance through September 30, 2009 are anticipated—one for each site—with cost and schedule performance incentives. Some access to classified material will be required during contract performance. Accordingly, some personnel will be required to either have a “Q” clearance at the time of contract award or be capable of receiving a clearance within 90 days after award. A Department of Defense (DOD) Top Secret or other clearance based upon a Single Scope Background Investigation (SSBI) is acceptable if the background investigation is less than 5 years old.
It is the Department’s intent to issue a single solicitation and award two contracts - one at each site. The Department further anticipates that this procurement will be a total small business set-aside. Capability packages submitted by interested small business entities, small business joint ventures, or teaming arrangements will be reviewed to determine whether or not at least two interested entities can provide the requisite expertise to perform the requirements successfully.
The tasks to be performed include: legacy waste management - storage and disposition - of radioactive low-level waste, mixed low-level waste, transuranic waste, hazardous waste, Toxic Substance Control Act (TSCA) waste, and Resource Conservation and Recovery Act (RCRA) waste; site-wide assessments, including facility investigation actions, corrective measures studies and other Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) related activities; soil and groundwater remediation; inactive facilities removal, including demolition and disposal; scrap yard and material storage removal and remediation; Polychlorinated Biphenyl (PCB) clean up; and surveillance, maintenance and monitoring of previously completed remediation actions. Please see the attached synopsis of site work activities.
Interested small businesses should review and understand the requirements in Federal Acquisition Regulation (FAR) Part 19 and clause 52.219-14, Limitations on Subcontracting, as well as 13 Code of Federal Regulations (CFR) Sections 121.103 and 125.6. In particular, interested parties should focus on the rules governing affiliation.
Interested entities should submit the following capability information via the DOE Industry Interactive Procurement System (IIPS) no later than 2:00 pm, eastern daylight savings time (EDT), on August 15, 2003:
1. Past performance information (performed in the past 5 years) that demonstrates familiarity and experience with environmental remediation. The information submitted should:
a. Describe the size, term and complexity of the job;
b. Identify the company’s role as either a prime or subcontractor;
c. Identify a point of contact at the agency or prime contractor’s organization to verify information; and
d. Detail the specific tasks performed by the company.
2. Discuss the background and experience of the anticipated project manager and up to three (3) technical personnel with experience in the task areas listed above. If resumes are provided, each resume should be no more than three pages in length.
3. Provide a description of the entity’s experience either managing a team or acting as a member of a team of businesses working on large complex projects. Provide points of contact (including contact information) that can verify this experience.
4. Provide a list of any companies anticipated to be used as either subcontractors or joint venture or team members, a copy of the written draft or final agreement to be used, and a synopsis of proposed management strategy for the relationship.
5. Provide a synopsis of financing arrangements available to support performance under a contract with an anticipated annual value of $90 million.
The following information is provided to highlight unique or unusual requirements anticipated to be included in the forthcoming solicitation, as well as to provide the expected evaluation criteria. The anticipated evaluation criteria include: demonstrated ability to recruit and retain experienced project management and technical specialists in the various aspects of remediation to be performed; technical and management involvement at the corporate level; establishment of an environment, safety and health program that includes a successful Integrated Safety Management System, environmental monitoring and compliance; and efficient technical and business operations. An offeror’s understanding and management approach for minimizing programmatic risk and uncertainty may also be evaluated.
Work similar to the effort discussed above is currently being performed at the Paducah and Portsmouth sites under a management and integration (M&I) contract. The Department is currently investigating alternative approaches to workforce transition requirements, and the attached Work Force Transition and Human Resources Management document synopsizes both the current requirements and the alternatives being considered.
Interested potential offerors are invited to provide any comments, recommendations or questions on the synopsis of work activities, draft evaluation criteria, or work force transition and human resources management synopsis, as well as to propose recommendations on how the incentive fee should be structured. All feedback provided will be taken into consideration, however the agency reserves the right to not utilize the comments or any other information provided. Comments on the synopsis of work activities, draft evaluation criteria, work force transition and human resources management requirements, or fee structure should be clearly distinguished from the capability information being provided.
Small business concerns responding to this market survey must submit their response via the DOE IIPS at
http://doe-iips.pr.doe.gov/ no later than 2:00 pm, EDT, on August 15, 2003. Interested parties must register via the IIPS web site prior to responding to this market survey. Instructions on how to submit your response can be found in the help document located on the IIPS web site listed above. For technical assistance, firms should call 1-800-683-0751 or e-mail the IIPS administrator at iips@pr.doe.gov. THIS IS NEITHER A REQUEST FOR A FORMAL PROPOSAL NOR A PRESOLICITATION NOTICE, but is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of capability to perform the anticipated work. The Government will not pay for the provision of any information nor will it compensate any respondents for the development of such information. While a future Request For Proposal is anticipated, it is not guaranteed.