Tank Operations Contract

Agency: ENERGY, DEPARTMENT OF
State: Washington
Level of Government: Federal
Category:
  • M - Operation of Government Owned Facilities
Opps ID: NBD00159850569712654
Posted Date: Jul 12, 2023
Due Date:
Solicitation No: DE-AC27-08RV14800
Source: Members Only
Follow
Tank Operations Contract
Active
Contract Opportunity
Notice ID
DE-AC27-08RV14800
Related Notice
Department/Ind. Agency
ENERGY, DEPARTMENT OF
Sub-tier
ENERGY, DEPARTMENT OF
Office
RICHLAND OPERATIONS OFFICE
Award Details
  • Contract Award Date: May 29, 2008
  • Contract Award Number: DE-AC27-08RV14800
  • Task/Delivery Order Number:
  • Modification Number:
  • Contractor Awarded Unique Entity ID:
General Information
  • Contract Opportunity Type: Justification (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jul 12, 2023 09:39 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 29, 2023
  • Authority: FAR 6.302-1 - Only one responsible source (except brand name)
  • Initiative:
    • None
Classification
  • Product Service Code: M1PD - OPERATION OF WASTE TREATMENT AND STORAGE FACILITIES
  • NAICS Code:
    • 562211 - Hazardous Waste Treatment and Disposal
  • Place of Performance:
    Richland , WA 99354
    USA
Description

The United States Department of Energy (DOE) intends to extend the tank operation contract with Washington River Protection Solutions, LLC (WRPS) at the Department of Energy (DOE) Hanford Site to furnish safe, compliant, cost-effective and energy-efficient services to further the DOE Office of River Protection (ORP) mission to store, retrieve and treat Hanford tank waste, store and dispose of treated waste, and to close the Tank Farm waste management areas to protect the Columbia River. The proposed contract extension is for up to 24 months from October 1, 2023, through September 30, 2025.



Services at the DOE Hanford Site as listed below are contemplated as part of the contract extension. These services may include, but are not limited to, the following:



Base Operations and Projects




  • Prepare for increased pace of operations to support current and future DFLAW and Waste Treatment mission operations

  • Maintain and operate the single-shell and double-shell tank farm facilities

  • Maintain and operate the 242-A Evaporator to support tank waste retrievals, direct-feed low‑activity waste (DFLAW) operations, and support waste returns from waste treatment operations

  • Maintain and operate the Effluent Treatment Facility and support facilities, and carry out necessary facility modifications

  • Manage storage space in the double-shell tank system, including waste transfers using existing systems, and upgrade waste transfer systems

  • Maintain tank and pipeline integrity and monitoring programs

  • Manage Tank Farm hazards including radiological, chemical, industrial hygiene, physical, and other hazardous conditions to maintain safety of the workforce, public, and environment.



Tank Retrieval and Closure




  • Design, procure, permit, construct/fabricate, and operate single-shell tank waste retrieval systems that remove waste from the single-shell tanks, then transfer it to the double-shell tanks or treatment systems. Complete tank AX-101 retrieval and support preparations for, and execution of, A Farm retrievals and additional retrieval activities in support mission execution

  • Perform waste management area closure activities in accordance with site-wide integrated closure strategies

  • Support the Integrated Disposal Facility performance assessment as necessary, waste incidental to reprocessing determinations, and permitting activities associated with the Resource Conservation and Recovery Act of 1976 and Clean Air Act

  • Design and construct interim tank-farm surface barriers and monitor existing barriers for effectiveness



Waste Treatment and Waste Treatment and Immobilization Plant Support




  • Maintain and operate low-activity waste pretreatment facilities and perform necessary modifications to the tank farms in support of DFLAW. Operate the tank side cesium removal system and support facilities as necessary to maintain adequate pretreated feed in support of DFLAW

  • Design, procure, permit, construct/fabricate facilities in support of the West Area Risk Management and Advanced Modular Pretreatment capital projects

  • Perform design, engineering, environmental permitting, and operations necessary to complete the Test Bed Initiative

  • Provide integrated system planning for the U.S. Department of Energy, Office of River Protection mission and perform project planning, system upgrades/replacements, and operations to accomplish waste-feed delivery to the treatment facilities

  • In collaboration with the Waste Treatment and Immobilization Plant (WTP) prime contractor, implement an integrated management strategy to ensure successful startup and hot commissioning of DFLAW treatment under the existing Tank Operations Contract and Waste Treatment and Immobilization Plant contract

  • Support the procurement of spare parts for future operation of the WTP as necessary



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. § 3304) , 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 WRPS is due to expire on September 30, 2023. The proposed contract extension will allow activities to continue at the DOE Hanford site until completion of the on-going follow-on procurement.



WRPS 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 new contract is available.



THIS IS NOT A FORMAL REQUEST FOR PROPOSAL 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 ARE 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, Hanford Site, P.O. Box 450, MSIN H6-60, Richland, WA, 99352. ATTENTION: Jenise C. Connerly.


Attachments/Links
Contact Information
Contracting Office Address
  • 825 JADWIN AVENUE, PO BOX 550
  • RICHLAND , WA 99352
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 12, 2023 09:39 am EDTJustification (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >