110313 Isolation Pilot... · 2013. 4. 26. · 110313.5 I 1\\1\111\\111\11\\1\\111\111\\\ Ill\...

42
110313.5 I 1\\1\111\\111\11\\1\\111\111\\\ Ill\ 11\1\1 \Ill 1\\1

Transcript of 110313 Isolation Pilot... · 2013. 4. 26. · 110313.5 I 1\\1\111\\111\11\\1\\111\111\\\ Ill\...

  • 110313.5

    I 1\\1\111\\111\11\\1\\111\111\\\ Ill\ 11\1\1 \Ill 1\\1

  • Logistics/Ground Rules • No audio or video recording is permitted.

    • Please keep questions for your one-on-one session a/1d/or submit questions in writing to the following email address: [email protected]

    • Identity of question submitter is not needed.

    • DOE may answer some questions during the pre-solicitation conference today, if time permits; however, all questions will be answered and posted on the official website.

    • Brl'efing slides, 'attendee list, and responses to questions will be posted on the website.

    • The written terms and conditions of the Final RFP, once released, will govern over any information presented today. Information provided today is at a summary level and subject to chance. --

  • ~

    Agenda • Backgiround - Bill Mackie, National TRU

    Program Institutional Affairs Manager • WIPP Facility

    • Types of Waste & -Waste Shipping Containers/Packagings

    • Transportation - General Scope

    • Contract Specifics- Lori Conroy, Contracting Officer • Overview of the Acquisition Process

    • Overview of RFP

    • Attachment L-5 Pricing Workbook Exercise

  • ac~UJrbund~ii}i// Mafkie, National TRU roglai,J, fnstiti/tiOnal Affairs Manager

    J~P ~0~cilit~h Ypes'!5J!Wa~te & Waste Shipping -Containers/Packagings

    • ~·rranspqrtation - Geoeral Scope

    • ?!Contract . Spe~ifics- Lori Conroy, Contracting Officer

    wQverview ::·ofthe Acquisition Process

    • Overview of RFP

    I! .. ·· "At~a§~'i:nent L-5 Pricing Workbook Exercise

  • #

    "

    URdelgrQund Factllty '"'"'

    • ,,.2, 150 feet deep

    • 250 million-year-old salt bed

    • Remote location

    • Stable geology

    • 6.2 million cubic feet of disposal area

  • ~

    suranfo (TRtJf Waste

    • U.S. defense program activities

    'wCiothil1g, tools, rags, debris, residues, disposable items

    • No liquid waste

    • Contaminated with radioactive and hazardous elements

    '-

  • f

    l~)

    • Contact-Handled .. (CH) TRU Waste

    • Has· a maximum dose rate of 200 mrem/hr at the surface of the inner package

    • Physically handled by operators

    • May be mixed with hazardous constituents

  • '

    T.RU. Waste· (cont.J

    'j, • . R~In)'ote-Handled (RH) Waste

    • Dose rate from 200 mrem/hr to 1000 rem/hr at the surface of the inner package

    • Robotics and shielding are required

    • May be mixed with hazardous .constituents

  • Shi'pptng Containers (CH waste) Nuclear Regulator){ eom,mh~afon ~e-rtlfled

    TRUPACT-U TRUPACT-111

    • •

    Multiple waste package Single Standard Large Box-2

    Multiple waste package configurations

    #

    configurations

  • 0 z (j) ~

    0 I ~

    0') 0 OJ

  • ~""tJ CD .., ,..CD

    en o en -ttc :e .., Q) CD ...... CD CD .., en ... -·

    -... 0 0'1 0

    "" ~ ...._.. 0'1 I c.

    CD (Q ..,

    CD CD -tt -· .., CD

    • w 0 I

    ~ 0 ... c. .., 0

    "'C

  • ~J? TraR·sporta.ti:¢n: System

    " ... The (WIPP transportation) system is safer than that employed for any other hazardous material in the U.S .... "

  • Slrtipping1 Corridors

    1---------l I ............. _,

    ~--16··· · c•Y Pilot Plant (WIPP) .,

    ' 1

    ;v

    "-:..r-~ ~---·-0--Sm-ai-IQ_u_a_n-tit_y_S_ite-· - - \ - . ~· ~ ~. ~· I 0 LargeQuantitySite ~. r.. ..-.~ 1. I == US Interstate (Open) \ . ' \ = US Highway (Open) '\. . 1.· 1 - Route Not Open ~

    vf

  • Gf.?:P Tran8portati~on Systero

    ,

    Mobile Phone

    (Back-Up)

    WIPP Central Monitoring Room Operator '

    Users

    ., . Satel'lltei tracking •] Flvf)~minute updates •'t Fully a·utomated •~ States and tribes have

    access· •} Passwordaprotected Web

    site '

    • Drivers in constant communication with Central Monitoring Room

  • W~PI'Trettl$portation S,}(stem

    Driver Requirements

    • ':;32s,*ooo comtnercial v-oe: .,_ ·- --- :,:,;

    "'"'

    Jvefticle miles!! in last

    fi\te years

    ~ oo,~pp per,ye:ar for last

    two~, years

    • No , efta~9ea~le acciden~ or moving violation rn col1)ril

    1

    erci'al vefticiQ for last five years

    • Driving record in private vehicle also evaluated

    • No convictions for DWI or DUI in commercial or private vehicl

  • • Driver Training ., Upon COPlpletion of all required DOT

    training ~rivers are also trained in: • Ope'tatid'n of TRUPACT-11 tie-downs • Use ?of radiation d~etection instruments

    ' 'it~

    • . 'l\fi~P general employee training • Adverse weather and safe parking protocols •' 'Public affairs training • WIPP first responder & incident command

    training • Radiation worker traini.ng • Use of TRANSCOM tracking systems • Generator/shipping site required training

  • W'I'PP Transportation System (con:,;}

    us

    • Bad weather protocols

    • Inspections

    • Safe parking protocols

    • Constant communications •· Satellite phone • Cellular phone • TRANSCOM • CB radio

  • Emergency. Management Response

    • Eaf;h .st~,~e along shipping1;1f;orridor has

    i ,~~].~d9ull apJ(r~f:!Ch to ti-~tlsportation \e}ri~f~ency reSponse pJanning

    1

    ~:~va~~ce plan ing and exercises of emergency response plans help ensure key response actions ·and responsibilities are covered

    •· In cas~ of an Jpcident involving a WIPP J shipm~[lt, DOE ~nd carriers must be familiar with specifif; 'plans and procedures in the state

    .~, where incident occurs j}'S::;i:. . . "'

    • All plans, ·DOE-CBFO, states and tribes, are tested periodically in full-scale exercises

  • Age.nda tg~ ?:¥

    ·~:~ackgr:ound -~ill Mackie, Nqtional TRU Program ln,stit~tio(lalAffairs Manager

    ,,7B; l,r ·p nacfJUy ·

    • Types of Wast~ & Waste Shipping,Containers/Packagings Transportalion - General Scope

    C?>ntract Specifics~ t-ori Conroy, Contracting Tfic~r

    • Overvie;yvnof the Acquisition Process • Overvi~w of RFP . • AttacHment L-5 Pricing Workbook Exercise

  • Acquisition Process • Draft RFP issued on March 2, 2011

    • Industry is encouraged to comment on the Draft RFP; comments · .due March 15, 2011

    • DOE may consider some or all comments received in response to the Draft RFP to prepare the Final RFP

    • DOE will not respond to any verbal or written questions or comments pertaining to the Draft RFP.

    • The Final RFP will be issued as a small b·usiness set-aside, currently anticipated to be issued on or before March 24, 2011. • Interested parties should submit questions/comments in writing for

    DOE response once the Final RFP is issued to email address: [email protected]

    • DOE will respond; responses will be posted to the procurement website at http://www.emcbc.doe.gov/WIPP/index.php

  • Procurement Website

    Hu111"' I N~; w-,s 1;;. AIIIIU~IIII..' ~:tJIJ~t,('$ I fl=hl~ I Ulll ILlu~:woi~IIL-., LliJH: uud ••~c':"~"Juty l>uppori. t:>quipm.,.Jil. UOC: vvm ptuvh.l!:!< tl•..,. >.tdppiUIJ f>t.tdu.

  • AcqLtisiti.on Process (contJ t~:~

    ., l natisfrydwill bijye approximately 45 days to prepare and submit ~heir J:trqposal tp OPE

    • l-he prPpf>Sil sh~ll 9~nsisfof three physiyally separate volumes: ,,, Volume I - Offer ari'd Other Documents g

    p'-'

    ~s!imtr'Volume,. l .. l. - 'Technical , Proposal H

    · Volumf:! Ill - Ptice Proposal

    r'Minirn,um''Proposal Acceptanc'e Period will be 180 days after due date for"receipt,ofproposals

    • Gov~rnme~nt ir;].tends to award a contract (s) without discussions ~:~,~e Section'' t." Provisio~, t..22a FAR 52.215-1, Instructions to Offeror~-r-Gompetitive Acquisition (JAN 2004))

    One ,.or two contract awards may be made as a result of this solicitation; award will be based on best value to the Government.

  • RFP Overview • Sections A - J of the Final RFP will become the

    contract • Section A-consists of the Standard Form 33 which

    must be signed by an authorized representative of the Offeror as part of the proposal

    • Becomes a fully-executed contract when the SF 33 is signed by the Government within the Minimum Proposal Acceptance Period ( 180 days)

    • Section K will be incorporated by reference into the contra.ct

    • Sections L and 'M contain the solicitation '

    instructions and .tb.e basis for evaluation & award "' '

  • RFP Overv·iew - Section C • 'wR~~~llrrent shipping,, schedule of 20 ... - 35 shipments per week

    'i

  • - Section C

  • P. ,Overview - Section c • jr~~Msportation Management'Piqn

    relan. for&

  • i

    RFP Ove·rview - Section B - ,_ 't> ~

    ~e~~~i1,~ite 'beliv~ry, lnd~finite ; Quantity (IDIQ) ~ontract utilizing firm-,fix~d ~p(ice delivery task orders, with some specified cost reimbdrs'able items

    • Five 12 f'!ld'nth Ordering Periods ,1 Base Period TRU Waste Transportation Services

    2. Option JDeriod 1 TRU Waste Transportation Services

    3. Op~ion Pf?riod 2 JRU Wast~ Transportation Services

    4. Op'iion ,period 3 TRU Wasfe Transportation -services

    5. Option Period 4 TRU Waste Transportation Services

    • Each ordering period contains the Basic Transportation Services (11 or 22 Tractor Teams) and Additional Transportation Services for the respective Ordering Period

  • · $ection H, H.19 Task Orders '~;tmQiettiate1y uppn contract award, a delivery task order will be issued

    % Jhe cdH'fractbr Hunilaterally via the OF 347 Form which will detail the rder ~~qur~emerits (Le. Basic Transportation Services for 11 or 22

    l)lixTqactor~i.Teams) forttie base t2.month ordering period _,Tf~ft _ 9 ,[f::il[!~,~~m ,

    ;;• ft:dd,.!Jiortal services can be ordered by listing the additional service xiterris .within the initial delivery task order if required at ,original d(:31ivery task issuance·or by issuing successive delivery task orders . l~iter du'ringk the ordering period

    tzach delivery tC!sk order issued on the OF 347 will have: • '~r;m fl !:!minimal performance period of 12 months for the basic services

    • a minimal performance period of 6 or 12 months for additional services

    • The Government reserves the right to change the period of p'~rformance for any individual Task Order. The Government has the right to extend the period of performance specified for an individual task'.order for six months or 12 months, with no less than 30 days notice aJ 'prices· no higher than those specified in Section B or at a lower neaotiate

  • tract Structure IDIQ Task- OF 347 H IDIQ Task- OF 347 Base Period- Base Period-Basic Services Additional Services

    Contract Mod - SF 30 IDIQ Task- OF 347 H IDIQ Task- OF 347 CONTRACT 11 Exercises Option 1 Opt~on Pe~iod 1- Option Period 1-

    AWARD Basic Serv1ces Additional Services

    II Contract Mod _ SF 30 ·. IDIQ Task.-:- OF 347

    SF 33 II . II Exercises Option 2 · Opt~on Pe~iod 2- Option Period 2-Baslc Serv1ces Additional Se..Vices

    (Sections A-l} II' lhcontractMod¥rtSfi,:30 ~J, II II IDIQ Task~ OF 347 Opt~ on Pe~iod 3- OptiJ~~ ~~riod 3-BaslcServ!ces Additiona~ ' services

    Contract Mod. .. .. sF 30 H IDI~ Task-. OF 347 IDIQ Task- OF 347 Exercises Option 4 Opt1on Penod 4- Option Period 4-

    Basic Services Additional Services

    .;

  • ~Se.;tjon H, H.20 Min/Max Order Quantities ;';';,;>'· .. ~'""'

    $ption Period 2

    Optioh Period 4

    Basic Transportation

    Services 8.2.1.1/8.2~1.2 8.2.2.1'!8.2.2.2 8.2.3:1/8.2.3.2 B.2.4.1l~;2.4.2 w; 8.2.5.1/8.2.5.2

    ,;rractdr I Teams2

    22 I Tractor Teams2

    11 22 I Tractor Tractor Te~ms~ .Teatns2

    11 22 I Tractor Tractor Teams1 Teams2

    11 22 I Tractor Tractor . Teams1 Teams2

    Additional Tractor

    Services 8,2.1.3.1 ·e.2.2.3.1 8.2.3.3.1 8.2.4.3.1 8.2.5.3.1

    Min Max 0 19

    tractors tractors

    0 I

    19 tractors tractors

    0 I

    19 tractors tractors

    0 I

    19 tractors tractors

    0 I

    19 tractors tractors

    I

    I

    I

    I

    Additional Trailer Maintenance

    Services 8.2.1.3.2 8.2.2.3.2 8.2.3.3.2 8.2.4.3.2 8.2.5.3.2

    Min Max 0 40

    trailers trailers

    0 I

    40 trailers trailers

    0 I

    40 trailers trailers

    0 I

    40 trailers trailers

    I

    I

    I 0

    I 40 I trailers trailers ·

    Additional Driver

    Services 8.2.1.3.3 8.2.2.3.3 8.2.3.3.3 8.2.4.3.3 8.2.5.3.3

    Min Max 0 19

    teams teams

    0 I

    19 teams teams

    0 I

    19 teams teams

    0 I

    19 teams teams

    0 I

    19 teams teams

  • SeCtion H '"

    DE~R 952.215-70 Key Personnel (DEC 2000) As ,~~;~!! minimum, the . Contractor shall designate individuals in the positions of Proje'~t/Terminal Marjager, Safety , Manager, and Quality Assurance Manager as Key Personrl'eL

    l!i:; .u~~- Department Of Transportation (DOT) Carrier Safety Rating The ~ontractor shall maintain a satisfactory DOT Motor Carrier rating during the perio(j of >performanc~. An unsatisfactory or conditional rating may be cause for termination in accordance with the terms and conditions of this contract.

    ' wr1H.16 Employee Hiring Preference Jhe Contracto~, shall give a hiring preference to those qualified employees who ~re currently employed by the incumbent WIPP transportation Contractors, CAST SpecialtyJransportatioq, lqc. and Visionary Solutions LLC Company for non- :. manage[lf3nt positions. If incumbent drivers have already completed qualification trainiqg, 'H1ey do not have to., repeat the training.

    H.17 Exclusive Use of Tractors and Teams • "' All tractors and driver teams provided by the Contractor in accordance with this

    <1eontract shall be reserved for the exclusive use of this contract.

  • Stct,on~ H, H.18 Safe Driving Bonuses and lticeiftiv' ~comP.,ensation programs

    T,Pe t>on'ts•sha!l ~e @aSed upn total actual miles driven each 'f'i:llye~r;,of R;~rforma~pe by all drivers collectively in performing 6o~~,,,r:Rm~nt transportation ,services under this contract.

    41

    If NQ OSHA recordable injuries and/or ricJ"af fault" determinations, • The amount of such ponus incentive= $0.20 x Total Miles • All of the calculated amount shall be awarded to all of the drivers

    employed by the 'Contractor nJf or:lly one of the incidents listed has occurred,

    • lihe amount of such bonus incentive= $0.15 x Total Miles* • *l;otal excludes the miles associated with the occurrence of the activities. • All of the calculated amount shall be awarded to all drivers, other than

    the driver(s) involved in the incidents If two?: of the incidents have occurred, • The amount of·, such bonus incentive= $0.10 x Total Miles* • *Total excludes the miles associated with the occurrence of the activities.

    • If three or more of the incidents have occurred, • =' no safety bonus incentive

  • "

    Section H, H.22 MCEP Audit .~ \@The Contracfor snail undergo and pass the Motor Carrier

    """'

    ~~v~luation Program (IV'I?EP) Audit. The MCEP Audit that is *co~du9ted by DOE is an exte,nsive audit of all facets of a carrier's busine'ss ''operatiQns including an extensive on-site physical review

    · of records and equipment. This inspection is covered in DOE Procedure MCEP 2009. If the Contractor does not pass the Audit, the Government reserves the right to terminate the contract for default.

    • ~lso see Section C applicable document "DOE Motor Carrier "" Evaluation Program (MCEP) Plan and Procedures" currently posted to the Documents Library on the procurement website

    Section M.3 language states offerors must show their ability to pass the MCEP au.dit prior to award; this section H.22 clause ·pertains to the contr~Qr during actual contract performance

  • '

    Section I, %1.110 FAR 52.216-22 Indefinite )( ''''

    Qilf!ptity (OCT 1995)(DEVIA TION) hf

    ~ " Anyll;1otaer;l; i~su~d during.the effectjve period of this ;bontract and not completed within ::M:-: ,:_t;;:_, > - - ·_-.:·;;:.;:}]

    tb.,at ..... P ...... e~ie .. ·.·"CJ,iiRShall be completed by ... t ..... he Go.ntractor within the time specified in the order. The ' contract shall 11 gQ\6:~~rn the Gohtractor's and Government's rights and obligations yvith ~esp~ct'rtd thc:It order to the same extent as if the order were completed during the contract's eff~ctive period; provided, that the Contractor shall not be require~ to

    1i11;llake any deliveries under .. thjs contract after 24 months from the effective date 'ir;qf:;~he contractor aft~r 24m .•..•... onths from the beginning of an Option Period if the

    ,, M oo ~-

    Goverl]l;llent exercises. the Option Period.

    e) Tfle

  • Stt~ion L, Proposal Preparation Instructions

    ~ e i~~%1RW

    me "'l- Offer ahd .Other,Documents '" t~ndard Form (SF) 33

    ~err~sentations and Certifications , ~J{ap~meQt L-S,Automated,CieariQg House (ACH) Form s'lgnea qriginals of all doc'ument~

    ''

  • ...

    Section L, Proposal Preparation tiJStruCtions

    ?iif/''

    lume II ,.._ Techqi:~al Proposal 'f:a:ctors 2 a11~ ~ 7 ,Offeror: shall provide experience and past p''rforrnc;tnce;:refetences similar in size, scope and complexity to the wqrk to be performed by f}ach entity under the new contract

    M~V

    - Provide for parent or holding companies, all teaming participants and majQrslJbcontractors

    - ,Imperative that they specifically identify the size, scope and complexity pftf)e referenced contracts

    • ,J"he contracts references in Factor 2 should be the same as those for which :p~st pf)rformances will be provided for Factor 4

    Written coptent for both Factors 2 and 4 should only be submitted via Attachment L-3 and Attachmentl-7

    • Written content for Factor 3 should only be submitted via Attachment L-1, Attachment L-2 and signed commitment letters

  • J

    Section M • M.2 Basis of Contract Award

    The Government intends to make either one or two separate contract awards to the responsible Offeror ( s) whose proposals are responsive to the solicitation and determined to be the best value to the Government.

    • M.4 Overall Relative Importance of Technical Evaluation Criteria

    The Technical Proposal will be evaluated against the technical evaluation criteria established in Section M .3. The Evaluation Factors 1-4 are of equal importance.

  • , '>

    EV'aluatlon Criteria - Price Evaluation ~'; . :·:·:·:·'· ,-/<

    • The ~~§Qonsipility"and financial capability evaluation will take into ~~)>:': \I: - -- -_ %

    cgnsia'eraljoq wh.eth~r tne Offeror has adequate financial resources to ::')~r~·-;::;};%~ ::·· - ''" 4]_,;:: t:-;r >· - -," -- :·

    p·~rfor~Jhe Contract or,ha~ the,."ability to obtain tnem, as well as the ., ePi~upit·· prescreenihg forms .provjded in Attachment L26. Tne MCEP

    i~4:Q:·i;lf~.~~~c~eer]ing Forms will be used as part of tne responsibility determi'flation in order to determine the Offeror's future capability to pass

    ''dh'

    tne MCEP Audit in Section H.22.

    • The c;:~vernmenti;~ill use the prices provided by the Offeror in Section L, ;Iii'> . .% ,.,. iii/ Attachment L-5 for price evaluation purposes. If there is a discrepancy b~~ee~. th~;;i''prices specified by the Offeror in Section L, Attachment L-5 and the

  • .J

    S8etiQn M.3, Pric~~ Evaluation 'AttclChrnent ~-5 exercise, run through hypothetical pricing in MS Excel L-5 attachm;ient

    Attachment L~5 ... Workbook, second worksheet entitled ''Att L-5 - Base Year'' ard ~c~~y handout

  • . ,

    Waste Isolation Pilot Plant

    Shipment Data (By Site)

    Site to WIPP

    Argonne National Lab

    Hanford Site

    Idaho National Lab

    Los Alamos National Lab

    Lawrence Livermore National Lab

    Nevada Nuclear Security Site

    Oak Ridge National Laboratory

    Savannah River Site

    GE Vallacitos Nuclear Center

    Bettis Atomic Power Laboratory

    Sandia National Laboratory

    FY-2008

    CH RH

    0 5

    64 0

    421 107

    76 0

    0 0

    0 0

    2 0

    122 0

    0 0

    0 0

    0 0

    FY-2009

    CH RH

    0 20

    1 0

    640 27

    116 16

    0 0

    0 0

    4 8

    87 28

    0 6

    0 0

    0 0

    "-'

    FY-2010 FY-2011 Goal

    CH RH CH RH

    0 22 0 67

    52 0 127 10

    669 32 691 53

    157 0 177 0

    0 0 0 0

    0 0 0 0

    36 52 43 51

    82 0 186 11

    0 26 0 0

    0 0 0 5

    0 0 0 6

    FY-2008, 2009, and 2010 are actual figures while FY 2011 are our shipping goals which have been approved by EM .

  • lntersite FY-2008 FY-2009 FY-2010 FY-2011 Goal

    CH RH CH RH CH RH CH RH

    Hanford Site to AMWTP 1 0 0 0 53 0 37 0

    AMWTP to Hanford Site 1 0 1 0 0 0 0 0

    Nevada Nuclear Security Site to AMWTP 4 0 13 0 0 0 0 0

    Oak Ridge National Laboratory to AMWTP 1 0 0 0 0 0 0 0

    AMWTP to Oak Ridge National Laboratory 0 0 1 0 0 0 0 0

    Savannah River Site to AMWTP 0 0 1 0 0 0 1 0

    AMWTP to Savannah River Site 0 0 0 0 1 0 0 0

    GE Vallacitos Nuclear Center to AMWTP 0 0 0 0 1 0 0 0

    Los Alamos National Laboratory to AMWTP 0 0 0 0 2 0 0 0

    LL300 Area to Lawrence Livermore National Laboratory 0 0 0 0 1 0 0 0

    Lawrence Livermore National Laboratory to AMWTP 0 0 0 0 6 0 0 0

    Sandia National Laboratory to AMWTP 0 0 0 0 1 0 2 0

    Sandia National Laboratory to Los Alamos 0 0 0 0 1 0 0 0

    NRD, LLC to AMWTP 0 0 0 0 0 0 4 0

    Argonne National Laboratory to AMWTP 0 0 0 0 0 0 4 0

    Lawrence Berkley National Laboratory to AMWTP 0 0 0 0 0 0 1 0

    FY-2008, 2009, and 2010 are actual figures while FY 2011 are our shipping goals which have been approved by EM.

    ..