SOLICITATION 273308: DOE Order 435.1 Closure Plan Preparation for WMA Closure

SOLICITATION 273308: DOE Order 435.1 Closure Plan Preparation for WMA Closure

June 14, 20192DB00-RRU-014-014

Dear Prospective Offeror:

SOLICITATION 273308: DOE Order 435.1 Closure Plan Preparation for WMA Closure

Washington River Protection Solutions, LLC (WRPS) requests proposals for the subject scope of work. . The requested work is in support of WRPS’s Prime Contract DE-AC27-08RV14800 with the U.S. Department of Energy, Office of River Protection.

Information regarding the submission of a proposal is contained in the attached Solicitation.

The proposal is due by 2:00 p.m. on January 8, 2015 as indicated in Section 2.1 of this solicitation.

WRPS looks forward to your response.

Very truly yours,

Rayna R Uptmor,

Sr. Procurement Specialist

Attachment

SOLICITATION 273308

CONTENTS

PART A – SOLICITATION

1.0Introduction

1.1Buyer Not Obligated – Irregularities and Notifications

1.2Solicitation Amendments

2.0Proposal Submittal – eSourcing Event (sealed bid)

2.1Deadline

2.2Identification and Delivery

2.3Withdrawal

2.4Notification of Intent to Propose

2.5Questions/Comments Regarding the Solicitation

3.0Basis for Award

3.1Qualification Standards

3.2Evaluation Criteria

4.0Proposal Instructions

4.1General Proposal Requirements

4.2Acceptance of Terms and Conditions

4.3Proposal Validity Period

5.0Notices

5.1Identification of Proprietary Data

5.2Financial Capability Determination Information

5.3Availability of Funds

5.4Employment Eligibility Verification (E-Verify)

5.5North American Industry Classification System (NAICS) Code and Size Standard

PART B – SOLICITATION EXHIBITS

EXHIBIT 1. PRICE PROPOSAL FORM

EXHIBIT 2. COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION

EXHIBIT 3. ORGANIZATIONAL CONFLICT OF INTEREST CERTIFICATION AND DISCLOSURE

EXHIBIT 4. PAST PERFORMANCE

EXHIBIT 5. PROPOSED LOWER-TIER SUBCONTRACTORS

EXHIBIT 6. AGREEMENT EXCEPTIONS

EXHIBIT 7. VENDOR ESH&Q QUESTIONNAIRE

EXHIBIT 8. MASTER SUBMITTAL REGISTER (MSR)

SEE FILE ATTACHED

PART C – MODEL SUBCONTRACT

solicitation NO: 273308

PART A – SOLICITATION

1.0 Introduction

Washington River Protection Solutions, LLC (WRPS) acting under its contract with the U.S. Department of Energy – Office of River Protection, requests Offeror to submit a proposal for a Blanket Master Agreement under which Labor Hour/Time and Material type of subcontract tasks (releases) will be issued to provide closure plans, technical documents, and/or closure planning support for Waste Management Area C (WMA C) at the Hanford Tank Farms. Part A of this Solicitation describes the proposal submittal requirements, instructions, and applicable exhibits/certifications. Part B contains all of the solicitation exhibits. Part C is the Model Subcontract, which contains all of the terms and conditions, attachments, and references that will govern performance of the work.

1.1 Buyer Not Obligated – Irregularities and Notifications

WRPS is not obligated to pay any costs incurred in the preparation and submission of Offeror’s proposal, nor required to enter into a subcontract or any other arrangement with Offeror.

1.2 Solicitation Amendments

The Procurement Specialist may issue one or more amendments to the solicitation to make changes or to resolve any problems regarding the solicitation. The Procurement Specialist will issue the amendment in time for prospective Offerors to incorporate any changes into their proposals. If this solicitation is amended, then all terms and conditions that are not amended will remain unchanged.

2.0 Proposal Submittal – eSourcing Event (sealed bid)

This Solicitation requires all Offerors submitting proposals to access the Supply Chain Management Center (SCMC) eSourcing Tool. The SCMC eSourcing Tool is designed to collect information in a central location.

Upon receipt of Offeror’s notification of intent to propose (see Section 2.4), WRPS will provide the Offeror an email notification with a link to the SCMC eSourcing event including access instructions. Offerors will be afforded the opportunity to preview the application and place information prior to the commencement of an event. This preview phase is called the pre-bid period. At the conclusion of the pre-bid period, the eSourcing event will commence and the Offeror should review their submitted information to ensure it is compliant with requirements. For this event, the tool will not disclose the Offeror’s proposed price or other information to other Offerors. The purpose of using the eSourcing tool is to collect all proposals in a common location.

This Solicitation and resultant award is considered a negotiated procurement. Submitting the lowest priced proposal does not guarantee award per Section 3.0. WRPS must complete a full technical evaluation prior to making an award determination.

WRPS reserves the right to conduct negotiations prior to award or to award a Subcontract based upon initial offers and without further discussions.

In the unlikely event of a discrepancy among any of the Offeror’s documents or information submitted through the eSourcing website, the information received and confirmed by WRPS shall govern.

2.1 Deadline

The proposal is due by 2:00 p.m. on January 8, 2014.

2.2 Identification and Delivery

Procurement Specialist Contact Information:

Name: Rayna R Uptmor

Phone Number:(509) 376-7926

Fax Number:(509) 376-0825

Email Address:

2.3 Withdrawal

Offeror may withdraw its proposal by written or electronic notice received at any time prior to award.

2.4 Notification of Intent to Propose

WRPS requests that each prospective Offeror notify the procurement specialist by email no later than January 2, 2015 whether the Offeror intends to submit a proposal in response to this Solicitation. The Offeror may transmit the notification to the Procurement Specialist via e-mail per Section 2.2.

2.5 Questions/Comments Regarding the Solicitation

The Offeror must submit any comments or questions regarding the solicitation to the Procurement Specialist no later than January 2, 2015. The Offeror shall transmit questions and comments via e-mail per Section 2.2 above. The Procurement Specialist will answer all questions in writing for the benefit of all prospective Offerors.

3.0 Basis for Award

Award shall be made to the Offeror whose proposal contains the combination of those criteria offering the best overall value to WRPS and the Government. This will be determined by comparing differences in the value of technical and management features with differences in price to WRPS.

Subcontract award may be made on the initial offers received, without discussions. Therefore, initial proposals should contain the Offeror's best price and technical terms.

There will be no public opening of proposals. Offerors will be advised when source selection has been made.

3.1 Qualification Standards

It is WRPS’s policy to offer the opportunity to compete for its procurements as broadly as is consistent with the nature of each procurement. However, in view of the distinctive characteristics of WRPS’s programs, those potential offerors who do not possess the minimum qualifications and resources necessary to perform the proposed work are not encouraged to incur proposal and other expenses involved in competitive submissions. The following Qualification Standards must be met in their entirety in order for the Offeror to be considered for award.

3.1.1 Prior Experience - Company

Offerors shall have prior experience in the following areas:

 Successfully completing Hanford Site RCRA Closure Plans and other supporting documents that have been approved by DOE and/or the regulators.

 Experience with DOE Order 435.1 and development of RCRA Closure Plans and supporting documents.

 Developing engineering conceptual designs for closure activities as required for RCRA and DOE 435.1 closure plans.

3.1.2 Prior Experience – Personnel

Offeror’ proposed lead personnel/individuals shall have prior experience in the following areas:

 At least 10 years of experience in RCRA Closure or other Statutory Cleanup activities.

 Facilitating closure and/cleanup planning meetings with DOE and regulators is desired.

 An established record for working with regulators (Washington State Department of Ecology is required).

3.1.3 Quality Assurance Program

The Offeror shall have a documented and implemented quality assurance program which is consistent with the applicable criteria as described in the Statement of Work.

3.1.4 Local Office

The Offeror shall have and maintain an office within the local vicinity of the Hanford site. Local vicinity is defined as Benton, Franklin and Yakima counties in the State of Washington.

3.2 Evaluation Criteria

WRPS will award this procurement to the responsible Offeror whose offer conforms to the requirements of this Solicitation and provides the most advantageous technical and cost proposal to WRPS and the Government. The following evaluation criteria form the basis by which each Offeror's proposal is to be evaluated.

Listed below are the factors that will be used in determining award. For evaluation purposes, the combined Technical/Management Evaluation Criteria is weighted 70% out of a maximum 100%. The Technical Comprehension The Technical Comprehension evaluation criterion is assigned the highest level of significance followed by Closure Plan Experience at Hanford and/or Other Government Sites.

3.2.1 Technical/Management Evaluation Criteria

  1. Technical Comprehension – This factor refers to the Offeror’s understanding of the closure plan requirements under Hanford Federal Facility and Consent Order (HFFACO), RCRA, and DOE Order 435.1 as they apply to the Single-Shell Tank (SST) System Waste Management Area C at Hanford. The Offeror’s technical expertise in evaluating a range of potential closure options prior to selection and description in closure plans is also included in this criterion. The Offeror’s technical experience shall span the various disciplines required to produce compliant closure plans including: regulatory compliance expertise for ensuring the closure plan meets requirements; chemistry/radiochemistry for assessing characterization needs in components and describing nature and extent of contaminants remaining in structures; engineering for assessment of individual closure actions necessary to mitigate risk (risk information will be provided by WRPS) and for producing conceptual designs for activities, notably retrieval actions, grout delivery, placement, and component isolation, and surface barrier composition, sizing, and placement, and post closure maintenance and monitoring.
  1. Company Experience at Hanford and/or Other Government Sites – This criterion refers to the Offeror’s experience with working at the Hanford Site and/or other DOE sites where multiple contractors, regulators, and stakeholders are involved. Knowledge of the history of closure planning at SST/WMA C, including previously completed HFFACO milestone and internal conceptual design documents will be evaluated more positively.

3.2.2 Price Evaluation Criteria

WRPS will perform an analysis and review of the Offeror’s price cost data. The lowest proposed price to WRPS will be considered most favorable. The proposed price to WRPS for each Offeror will be compared to the lowest proposed price and considered less favorable by an amount proportionate to the ratio derived from that comparison.

In consideration of the mission of WRPS to encourage and expand the use of small businesses, WRPS, for proposal evaluation purposes only, will discount the pricing of all proposals from Offeror’s that are considered small businesses. WRPS will calculate a price differential adjustment to prices offered by five percent (5%) if the offer is from a small business. To be considered a small business the Offeror must meet the criteria for small businesses established in “North American Industrial Classification Standard (NAICS)”. Please see Section 5.4 for the NAICS classification for this solicitation.

4.0 Proposal Instructions

4.1 General Proposal Requirements

Organize the proposal as outlined below. Prepare the proposal simply and economically and provide a straightforward and concise presentation of the information requested in the Solicitation Request. Proposals submitted electronically must consist of separate files for the Technical Proposal and the Business and Price Proposal.

4.1.1 Volume I – Technical Proposal

The evaluation criteria identified in Section 3 will be used to determine the Offeror’s understanding of the work to be performed, the Offeror’s qualifications to perform this work, and the acceptability of the proposed technical and management approach.

In order for the proposal to be evaluated strictly on the merit of the technical and management material submitted, no contractual cost or pricing information shall be included in this volume of the proposal.

The proposal shall describe the proposed technical and management approach in sufficient detail to ensure that the requirements of the Statement of Work (SOW) are met. Simply repeating the SOW requirements or merely offering to perform the work may result in a lower evaluation or the offer being determined technically unacceptable.

4.1.1.1 Technical Comprehension

The Offeror must discuss the proposed technical approach in sufficient detail to allow assessment of the Offeror’s understanding of the requirements and objectives of numerical modeling and scoping calculation and the soundness of their approach to completing the work. The Offeror’s proposal must thoroughly describe how the work will be accomplished to satisfy the SOW requirements.

4.1.1.2 Personnel Qualifications

The Offeror shall identify the key personnel proposed to manage and perform the technical segments/aspects of the work. Resumes shall be provided for all key personnel. The resumes must clearly describe the individual’s education (level, major, and year degree received), the experience (general and relevant work experience), and professional credentials (including professional publications and memberships).

4.1.1.3 Company Experience

The Offeror shall discuss the Offeror’s prior record, including any proposed subcontractors, in performing services or delivering services/projects similar in size, content, and complexity to those required in this Solicitation. The Offeror shall specifically address the role any of the proposed key personnel played in the successful execution of the projects described in this section. The Offer shall also provide documentation that demonstrates compliance with Section 3.1.1.

4.1.1.4 Local Office

The Offeror shall provide a detailed description of their local office including the amount of the planned work that would be performed out of the local office. The Offeror shall provide the available resources both in labor and equipment and the office’s location relative to Hanford.

4.1.1.5 Past Performance

The Offeror shall complete the Past Performance form (Exhibit 3) with references for at least three subcontracts that are on-going or have been completed within the recent (within the last five years) past. Note: Information gained elsewhere by WRPS can also be used as part of the evaluation.

4.1.2 Volume II – Business and Price Proposal

4.1.2.1 Price Proposal

WRPS anticipates an estimated expenditure of $565,000 for Government Fiscal Year (GFY) 2015 support work. It is expected that this level of effort will remain constant throughout the next option year.

Task Proposals

The Offeror shall provide a sample labor hour/time and material ceiling price proposal utilizing Fiscal Year 2015 labor rates as identified on the Labor Rate Price Schedule (Exhibit 1). A separate Price Proposal Form shall be submitted for each of the 3 tasks outlined below. WRPS provides the following information as a basis for establishing a sample task pricing proposal. Offerors shall consider this information when preparing their task proposal pricing information. Offerors shall include all applicable labor categories/names that are consistent with their normal business practices for accomplishing the work. The level of effort provided below is only a guideline to be used in the proposal effort. Proposal shall not be less than the total hours stated below for each discipline. Note, that in addition to the anticipated labor, each Offeror shall indicate in their sample task proposal any anticipated Other Direct Costs (travel, office consumables, materials, etc.) that might be reasonably anticipated to be charged to a task.

 Closure Plans – WRPS anticipates an estimated expenditure of 1,440 hours for each individual closure plan that is developed and finalized. This is based on a a level of effort that is typically seen on Tier 3 Closure Plans and is broken down as follows:

Project Management – 140 hours

Civil/Chemical and Other Engineering – 1,255 hours

Technical Editing/Administrative Assistance – 55 hours

 Technical Documents Supporting Closure – WRPS anticipates an estimated expenditure of 3,420 hours for each individual technical document that is developed. This is based on a total level of effort that has been typically found on Initial Draft, Final Draft, and Final Waste Incidental to Reprocessing (WIR) Basis Documentation and broken down as follows:

Project Management – 360 hours

Civil/Chemical and Other Engineering – 2,455 hours

Technical Editing/Administrative Assistance – 605 hours

 Closure Planning Support – WRPS anticipates an estimated expenditure of 293 hours for each individual support that is utilized. This is based on a typical closure planning support that includes researching of technical options and support of meetings with regulators at a level of effort that is typically broken down as follows:

Project Management – 30 hours

Civil/Chemical and Other Engineering – 245 hours

Technical Editing/Administrative Assistance – 18 hours

Labor Rates

In addition to the sample labor hour/time and material ceiling price proposals above, each Offeror shall provide a separate pricing schedule with the Offeror’s fully burdened labor rates only. The purpose of this pricing schedule is to establish rates with the Offeror for any subcontract tasks and modifications including the enacting of options under the resultant subcontract. The proposed labor rates for the base year shall be consistent with the sample task proposals established above.

A fully burdened labor rate is defined as an hourly rate inclusive of wage or salary rate, fringe, all applicable overhead(s), taxes and profit.

Standard payment terms are Net 30. Price Proposals will be evaluated for realism.

4.1.2.2 General & Administrative (G&A) Overhead

If the Offeror’s normal or government approved accounting practice is to apply G&A to Other Direct Costs such as subcontractors, material, or travel, the Offeror shall provide the applicable G&A rate. If a G&A rate is proposed, the Offeror shall provide documentation showing that this is their normal or government approved accounting practice including a breakdown of all cost elements included in their G&A pool.

Also address what ODCs the G&A will apply to (e.g. Travel, Subcontractors, etc.).

4.1.2.3 Direct Pay Permit Taxes

The WRPS Direct Pay Permit will not apply to the resultant subcontract/purchase order. Therefore, the Offeror’s price shall include all applicable Federal, State, county, municipal, or other taxes. For information relating to Sales and Use Tax in Washington State please reference the following website: http://dor.wa.gov/content/home/