Attachment L-8 Assumptions - Energy.gov · Attachment L-8. Assumptions PWS Work Package PWS...

30
HANFORD MISSION ESSENTIAL SERVICES CONTRACT DRAFT RFP SECTION L SOLICITATION NO. 89303318REM000007 ATTACHMENT L-8 L-i Attachment L-8 Assumptions

Transcript of Attachment L-8 Assumptions - Energy.gov · Attachment L-8. Assumptions PWS Work Package PWS...

Page 1: Attachment L-8 Assumptions - Energy.gov · Attachment L-8. Assumptions PWS Work Package PWS Description HMESC WBS/Assumptions C.3 Sponsorship, Management and Administration of Legacy

HANFORD MISSION ESSENTIAL SERVICES CONTRACT – DRAFT RFP SECTION L SOLICITATION NO. 89303318REM000007 ATTACHMENT L-8

L-i

Attachment L-8

Assumptions

Page 2: Attachment L-8 Assumptions - Energy.gov · Attachment L-8. Assumptions PWS Work Package PWS Description HMESC WBS/Assumptions C.3 Sponsorship, Management and Administration of Legacy

HANFORD MISSION ESSENTIAL SERVICES CONTRACT – DRAFT RFP SECTION L SOLICITATION NO. 89303318REM000007 ATTACHMENT L-8

L-ii

This page intentionally left blank.

Page 3: Attachment L-8 Assumptions - Energy.gov · Attachment L-8. Assumptions PWS Work Package PWS Description HMESC WBS/Assumptions C.3 Sponsorship, Management and Administration of Legacy

HANFORD MISSION ESSENTIAL SERVICES CONTRACT – DRAFT RFP SECTION L SOLICITATION NO. 89303318REM000007 ATTACHMENT L-8

L-1

Attachment L-8. Assumptions

PWS Work

Package PWS Description HMESC WBS/Assumptions

All General Assumptions

General Assumptions

1.) These assumptions are DOE's estimate for the levels required to support the Hanford Site Cleanup Mission in accordance with all TPA requirements.

2.) All L-8 assumptions shall be used by Offerors.

3.) Offerors shall propose their cost in FY19 dollars.

4.) Offerors shall plan for providing services over the contract period at the levels required to support the Hanford Site Cleanup Mission in accordance with all Hanford Site Tri-Party Agreement (TPA) consent orders,

consent decrees, and settlement agreements between the DOE and federal and state regulatory agencies.

5.) The contract periods of performance are:

- Base Period: FY19 (4 mos.) FY20, FY21, FY22, FY23, FY24 (8 mos.), including the 120 day transition period.

- Option Period 1: FY24 (4 mos.), FY25, FY26 (8 mos.).

- Option Period 2: FY26 (4 mos.), FY27, FY28, FY29 (8 mos.).

6.) Offeror shall assume Use Tax of 8.6% is applied to materials/supplies and taxable purchase orders and contracts.

7.) Offeror shall assume B&O Tax is applied to all costs and fees at 0.471 %.

8.) Offeror shall assume projects, including major upgrades, repairs, replacements, and capital equipment purchases occur under PWS C.7, Infrastructure Reliability Projects.

9.) Offeror shall assume all optional Usage-Based Services (UBSs) will be performed.

10.) Offeror shall assume unless otherwise stated, all equipment, facilities, utilities, computers, and computer hardware and software are functional, adequate for the purpose, and furnished by DOE.

11.) Offeror shall assume Government Furnished Costs are direct costs only (excludes escalation & B&O tax).

12.) Offeror shall use the Instruction's provided in Section L, L-16 Proposal Preparation Instructions when building their proposal for CLINs 0004, 1004, 2004 and CLINs 0006, 1006, 2006.

C.1 Contract Transition

PWS Assumptions

1.) The Offeror shall assume this scope includes all cost to complete the 120 day transition period.

2.) The Offeror shall assume transition period commences upon the Government's issue of a Notice to Proceed, and terminate 120 calendar days thereafter.

2.) The Offeror shall assume it will complete transition of the incumbent workforce and complete new hiring by the end of the 120 calendar day transition period.

3.) The Offeror shall assume the prior Contractor has completed all requirements of the prior contract by the end of the 120 calendar day transition period.

4.) The Offeror shall assume it must review all pre-existing conditions, and identify all material differences between the contract documents and pre-existing conditions by the end of the 120 calendar day transition period.

5.) The Offeror shall assume it will complete transition of existing subcontracts (as appropriate) and/or award all new subcontracts by the end of the 120 calendar day transition period.

6.) The Offeror shall assume access to the Government's HLAN and its current business management software during the 120 calendar day transition period.

7.) The Offeror shall assume it will assume existing (as appropriate) or have in place new program and management systems by the end of the 120 calendar day transition period.

8.) The Offeror shall assume it will complete all interfacing arrangements with all DOE personnel (both Hanford and Headquarters) and all Hanford Site contractors by the end of the 120 calendar day transition period.

9.) The Offeror shall assume the workload will remain constant during the transition period.

C.2

Sponsorship,

Management and

Administration of

Hanford Site

Contractor Employee

Pension and Other

Benefit Plans

PWS Assumptions

1.) The Offeror shall assume costs for this PWS include contributions to the pension, benefits, and savings plans.

2.) The Offeror shall assume labor costs to perform the management and administration of these benefit plans are under C.4.11.2.

3.) The Offeror shall assume material, equipment, and subcontract costs to perform the management and administration of these benefit plans are under C.4.11.2.

4.) The Offeror shall assume the workload will remain constant during the contract period.

HMESC Hanford Site Pension Plan (HSPP) Contribution

1.) Government Furnished Cost (GFC) based on HSPP eligible employees on the Hanford site:

Total - $294,619,313

FY19 - $9,614,266, FY20 - $28,152,549, FY21 - $28,182,733, FY22 - $27,931,581, FY23 - $31,609,319, FY24 - $28,284,595, FY25 - $28,911,534, FY26 - $29,586,700, FY27 - $30,261,865, FY28 - $30,961,143, FY29 -

$21,123,023

HMESC HEWT Medical/Dental/Misc. Benefits Contributions

1.) Government Furnished Cost based on HEWT eligible employees on the Hanford site:

Total - $96,454,564

FY19 - $2,510,216, FY20 - $7,822,952, FY21 - $8,576,904, FY22 - $8,941,877, FY23 - $9,272,345, FY24 - $9,617,157, FY25 - $9,959,478, FY26 - $10,324,230, FY27 - $10,695,014, FY28 - $11,080,460, FY29 -

$7,653,927

HMESC Hanford Site Saving Plan Contribution

1.) Government Furnished Cost based on HSSP eligible employees on the Hanford site:

Total - $47,177,785

FY19 - $1,632,286, FY20 - $4,235,587, FY21 - $4,296,226, FY22 - $5,371,799, FY23 - $4,308,606, FY24 - $4,126,598, FY25 - $4,364,741, FY26 - $4,481,648, FY27 - $4,752,090, FY28 - $5,412,023, FY29 - $4,196,175

Page 4: Attachment L-8 Assumptions - Energy.gov · Attachment L-8. Assumptions PWS Work Package PWS Description HMESC WBS/Assumptions C.3 Sponsorship, Management and Administration of Legacy

HANFORD MISSION ESSENTIAL SERVICES CONTRACT – DRAFT RFP SECTION L SOLICITATION NO. 89303318REM000007 ATTACHMENT L-8

L-2

Attachment L-8. Assumptions

PWS Work

Package PWS Description HMESC WBS/Assumptions

C.3

Sponsorship,

Management and

Administration of

Legacy Benefit

Plans: Pension and

Post-Retirement

Benefit Plans, and

Worker's

Compensation

PWS Assumptions

1.) The Offeror shall assume costs for this PWS include contributions to the benefit plans.

2.) The Offeror shall assume labor to perform the management and administration of these benefit plans are under C.4.11.2.

3.) The Offeror shall assume materials, equipment, and subcontracts to perform the management and administration of these benefit plans are under C.4.11.2.

4.) The Offeror shall assume the workload will remain constant during the contract period.

Fernald Legacy Medical Benefits Contribution

Government Furnished Cost:

Total - $24,354,849

FY19 - $1,000,847, FY20 - $2,930,645, FY21 - $2,811,249, FY22 - $2,697,167, FY23 - $2,603,343, FY24 - $2,487,271, FY25 - $2,361,062, FY26 - $2,230,625, FY27 - $2,091,718, FY28 - $1,945,857, FY29 - $1,195,059

Mound Legacy Medical Benefits Contribution

Government Furnished Cost:

Total - $212,821,238

FY19 - $4,899,485, FY20 - $15,924,432, FY21 - $17,103,101, FY22 - $18,269,960, FY23 - $19,409,730, FY24 - $20,769,204, FY25 - $22,151,734, FY26 - $23,612,747 , FY27 - $25,116,830, FY28 - $26,684,767, FY29 -

$18,879,243

Rocky Flats Legacy Medical Benefits Contribution

Government Furnished Cost:

Total - $252,237,145

FY19 - $9,482,784, FY20 - $28,197,353, FY21 - $28,130,719, FY22 - $27,183,339, FY23 - $25,955,879, FY24 - $25,314,772, FY25 - $24,595,486, FY26 - $23,859,561, FY27 - $23,063,834, FY28 - $22,225,615, FY29 -

$14,227,800

HPMC Legacy Medical Benefits

Government Furnished Cost:

Total - $2,742,148

FY19 - $116,257 , FY20 - $336,106 , FY21 - $322,655 , FY22 - $308,947 , FY23 - $295,015 , FY24 - $280,294 , FY25 - $264,355 , FY26 - $247,858 , FY27 - $230,328 , FY28 - $211,927, FY29 - $128,401

HPMC Legacy Pension Benefits

Government Furnished Cost:

Total - $6,844,461

FY19 - $158,287 , FY20 - $540,475 , FY21 - $627,111 , FY22 - $694,053 , FY23 - $677,562 , FY24 - $693,526 , FY25 - $708,898 , FY26 - $725,453 , FY27 - $742,008, FY28 - $759,154 , FY29 - $517,927

C.4.1.1

Electrical

Transmission and

Distribution, and

Energy Management

PWS Assumptions

1.) The Offeror shall assume that the Hanford Site Electrical System will consist of the following Miles of transmission and distribution lines:

FY19 - 165, FY20 - 165, FY21 - 155, FY22 - 155, FY23 - 155, FY24 - 155, FY25 - 155, FY26 - 155, FY27 - 155, FY28 - 155, FY29 - 155

2.) The Offeror shall assume that it will operate the existing Electrical Transmission and Distribution System to meet the Hanford Site requirements.

3.) Assume that outages shall be scheduled with the affected customer and in such a way to minimize impacts on the customer.

4.) The Offeror shall assume that when electrical equipment is no longer required by the system, it will be removed from service in order to reduce the system footprint.

5.) The Offeror shall assume that it will maintain alignment with the Electrical Utilities Master Plan.

6.) The Offeror shall assume the workload is independent of electrical demand (load) or system changes and is constant during the contract period.

Electrical Operations

1.) The Offeror shall assume that operations will be based on the Hanford Electrical Master Plan,HNF-6608, Rev 3.

2.) Assume daily operations include substations and an Electrical Dispatch Center which is manned from Monday-Thursday from 6 am to 4:30pm.

Electrical Distribution System Maintenance

1.) The Offeror shall assume that 836 EU Corrective Maintenance work packages completed per/yr.

2.) The Offeror shall assume that 355 EU Preventative and Predictive Maintenance work packages completed per/yr.

3.) The Offeror shall assume that 300 Power Ops Corrective Maintenance work packages per/yr.

4.) The Offeror shall assume that 245 Power Ops Preventative and Predictive Maintenance work packages per/yr.

Page 5: Attachment L-8 Assumptions - Energy.gov · Attachment L-8. Assumptions PWS Work Package PWS Description HMESC WBS/Assumptions C.3 Sponsorship, Management and Administration of Legacy

HANFORD MISSION ESSENTIAL SERVICES CONTRACT – DRAFT RFP SECTION L SOLICITATION NO. 89303318REM000007 ATTACHMENT L-8

L-3

Attachment L-8. Assumptions

PWS Work

Package PWS Description HMESC WBS/Assumptions

Electrical Management

1.) The Offeror shall assume that it will provide Updated Master Plan when required.

Energy Management

1.) The Offeror shall assume that it will develop, maintain 1 Site Sustainability Plan per/yr.

2.) Assume the development of 1 Energy Conservation performance Measurement report per/yr.

3.) Assume the development of 1 Energy performance report per/yr.

C.4.1.2 Water System

PWS Assumptions

1.) Assume the following quantities of water per/yr. (combined potable and raw) will need to be provided to the site in millions of gallons:

FY19 - 914M, FY20 - 913M, FY21 - 911M, FY22 - 908M, FY23 - 1,082M, FY24 - 1,083M, FY25 - 1,100M, FY26 - 1,114M, FY27 - 1,114M, FY28 - 1,114M, FY29 - 1,114M

2.) Assume that the operation of the Water System will meet federal, State of Washington (state), local laws, and regulations concerning drinking water standards.

3.) The Offeror shall assume that this work scope is independent of minor fluctuations in the site water demand.

4.) Assume that the workload for this scope will increase and remain at the increased level after the installation of the DFLAW water line in FY23.

Water Systems Operations

1.) The Offeror shall assume that there are 80 miles of export and distribution water line in service.

2.) Assume that there will be additional demand of potable water driven by DFLAW starting 2023.

3.) The Offeror shall assume that the existing water treatment facility will be replaced with a membrane filtration water treatment facility and will be operating by the end of 2020.

4.) Assume that the Water Filtration Plant will be maintained on a 24-7 basis.

5.) Assume the development of 1 Annual Water monitoring plan.

6.) The Offeror shall assume that there are 24 Site evaluations, 3 Water Tie-ins performed per/yr.

7.) Assume that there are 160 Facilities requiring backflow inspections with 32 requiring finding resolutions per/yr.

Water Systems Maintenance

1.) Assume 8 annual breaks (due to age of the system) per/yr.

2.) Assume 300 Corrective Maintenance work packages completed per/yr.

3.) Assume 1,800 Preventive/Predictive Maintenance work packages completed per/yr.

C.4.1.3 Sewer Systems

PWS Assumptions

1.) Assume that the operation the Sewer System is compliant with applicable wastewater permits and City of Richland pretreatment permit requirements.

2.) Assume that this work scope is independent of minor fluctuations in the site sewer demand.

3.) Assume that the workload will increase and remain at the increased level after the installation of the DFLAW water line in FY23.

Sewer Systems Operations

1.) The Offeror shall assume that the number and types of systems, structures, and equipment identified in the Sewer System Master Plan will remain the same.

2.) Assume that the scope will remain a basic service and a continuous ongoing effort.

3.) The Offeror shall assume that the 200 East sewage will transition from septic systems to the 200 West Area Sewage Lagoon by the end of 2019.

4.) Assume that there are 13 holding tanks in the 200 East will remain and not transition to the 200 West Area Sewage Lagoon.

Sewer Systems Maintenance

1.) Assume 50 Corrective Maintenance Work Packages completed per/yr.

C.4.1.4

Sanitary Waste

Management and

Disposal

PWS Assumptions

1.) The Offeror shall assume an annual volume of 2,718 Tons are disposed per/yr. for the Contract period.

2.) Assume that refuse is collected from dumpsters on the Hanford site only.

3.) The Offeror shall assume the workload will remain constant during the contract period.

Site Sanitary Disposal

1.) Assume that there are 1,497 tons of solid waste collected per/yr.

2.) Assume that solid waste is collected from 271 dumpsters (10 yard waste containers) from 220 locations per/wk.

3.) The Offeror shall assume that there are 5 landfill and gas venting and leachate inspection per/yr.

Page 6: Attachment L-8 Assumptions - Energy.gov · Attachment L-8. Assumptions PWS Work Package PWS Description HMESC WBS/Assumptions C.3 Sponsorship, Management and Administration of Legacy

HANFORD MISSION ESSENTIAL SERVICES CONTRACT – DRAFT RFP SECTION L SOLICITATION NO. 89303318REM000007 ATTACHMENT L-8

L-4

Attachment L-8. Assumptions

PWS Work

Package PWS Description HMESC WBS/Assumptions

Site Recycling and Shredding Services

1.) Assume 1,221 tons of recycled and shred waste collected per/yr.

2.) Assume that there are 500 Hanford Site Shred Bins needing collection 3 days per/wk.

Sanitary Waste Management

1.) Assume that Closed Landfill and gas venting and leachate inspection will be performed monthly.

Laundry Support Services

1.) Assume pickup support for 156 loads per/yr.

2.) Assume coordination of the pickup of soiled anti - C outerwear with the Laundry Subcontractor, and perform RAD readings on pickup of soiled Anti-C Outerwear and Face Shields. Pickup occurs 3 days per/wk..

C.4.1.5 Roads and Grounds

PWS Assumptions

1.) The Offeror shall assume that the Hanford Site Roads infrastructure contains 674 lane miles that will remain the same for the duration of the contract.

2.) Assume 380 lane miles are primary roads - with higher use and speed.

3.) Assume 294 lane miles are secondary roads - used to travel from primary roads to facilities and destination points.

4.) The Offeror shall assume the workload will remain constant during the contract period. No secondary roads will be closed that are no longer needed.

Road Services

1.) Assume 135 of primary road lane miles will require striping and 218 secondary road lane miles requiring striping per/yr.

2.) Assume 82 Tons of Roads Patching are performed per/yr.

3.) Assume 25 miles of Roads that require crack sealing per/yr.

4.) The Offeror shall assume that there are 3 wind blown sand events requiring Services per/yr.

5.) Assume 7 events of inclement weather estimated requiring services per/yr.

6.) Assume that one visual inspection of all surfaces per/quarter will be conducted.

Common Grounds Services

1.) The Offeror shall assume that there are 640,000 square feet of parking lots maintained per/yr.

2.) Assume that Facility specific parking lots and sidewalks associated with other contractors are excluded.

Traffic Management / Engineering

1.) Assume 100 radioactive/hazardous shipments per/mo.

2.) The Offeror shall assume additional activities include: assisted hazardous waste (milk runs) average 10 containers/month and review and assisted with 75 outer area shipments, fuel truck/class three shipments daily.

3.) The Offeror shall assume other activities include general freight shipments, freight quotes, freight approvals, household goods moves, 6 average monthly freight damages and claims, 260 freight bill processing per/mo.

C.4.1.6 Railroad System

PWS Assumptions

1.) This scope is not expected to change and will remain consistent with the historical.

2.) The Offeror shall assume the workload will remain constant during the contract period.

C.4.2.1 Motor Carrier

Services

PWS Assumptions

1.) The Offeror shall assume scope is based on Contractor Demand through Service Requests.

2.) The Offeror shall assume they will manage small package deliveries from Stores to the Hanford site contractors.

3.) The Offeror shall assume they will manage inbound and outbound freight for the Hanford site.

4.) The Offeror shall assume they will manage the equipment and labor resources dispatching for the Hanford Site.

5.) The Offeror shall assume the workload for this PWS will vary year-to-year based upon the demand for motor carrier services.

Motor Carrier Services

1.) The Offeror shall assume 70 shipments of excess property are performed per/yr.

2.) The Offeror shall assume 1,025 Heavy Equipment Requests are performed per/yr.

3.) The Offeror shall assume 955 Transportation/Waste Shipment Requests are performed per/yr.

4.) The Offeror shall assume 4,917 Office or Personnel Moves are performed per/yr.

5.) The Offeror shall assume Trucking-delivery of 4,000 compressed gas cylinders are performed per/yr.

Page 7: Attachment L-8 Assumptions - Energy.gov · Attachment L-8. Assumptions PWS Work Package PWS Description HMESC WBS/Assumptions C.3 Sponsorship, Management and Administration of Legacy

HANFORD MISSION ESSENTIAL SERVICES CONTRACT – DRAFT RFP SECTION L SOLICITATION NO. 89303318REM000007 ATTACHMENT L-8

L-5

Attachment L-8. Assumptions

PWS Work

Package PWS Description HMESC WBS/Assumptions

6.) The Offeror shall assume 375 specialized Equipment Hauling are performed per/yr.

7.) The Offeror shall assume Other service requests received are for Operated Equipment, General Stores delivery, Records Transport to offsite storage, and Onsite Courier Transport

C.4.2.2 Fleet Services

PWS Assumptions

1.) The Offeror shall assume there are 3,200 pieces of Fleet Equipment in Government Furnished Equipment (GFE) inventory (Including Regulated).

2.) The Offeror shall assume all commercial motor vehicles and equipment are (GFE).

3.) The Offeror shall assume fleet records are maintained in the Federal Automotive Statistical Tool (FAST) database and other federal data bases.

4.) The Offeror shall assume they will manage a Fleet Parts warehouse utilizing a just-in-time parts inventory system.

5.) The Offeror shall assume the workload for this PWS will vary year-to-year based upon the demand for fleet services.

Fleet Services

1.) The Offeror shall assume the 3,200 active vehicles are made up of 1600 licensed vehicles on the road, plus 1,600 no-road items (heavy equipment, trailers, etc.) including 3 buses.

2.) The Offeror shall assume there are 3,190 vehicles & equipment items serviced per/yr. between 22 work bays.

3.) The Offeror shall assume there are 104 Fleet (Bulk) Fuel deliveries to field based Heavy Equipment performed per/yr.

4.) The Offeror shall assume the number of Fleet Maintenance activities below:

14,400 Fleet Maintenance/Inspections are performed per/yr.

685 Fleet Repairs are performed per/yr.

250 Yellow Iron Maintenance/Repair are performed per/yr.

1,600 GSA Fleet Repairs are performed per/yr.

1,300 DOE Fleet Repairs are performed per/yr.

Management and Coordination of Fleet Services

1.) The Offeror shall assume they will manage and coordinate usage of the centralized fleet and associated property, which includes general and special purpose equipment.

Records and Database Management for Fleet

1.) The Offeror shall assume they shall maintain required records and databases for fleet activity.

Fleet Parts

1.) The Offeror shall assume the Contractor shall ensure the availability of parts required for sustaining safe and efficient fleet operations.

2.) The Offeror shall assume they will manage parts and material inventories (or just-in-time access to parts needed)

Fleet (Bulk) Fuel

1.) The Offeror shall assume that they will purchase and distribute bulk fuel to heavy equipment located on the Hanford Site.

Fleet Planning

1.) The Offeror shall assume Maintain the Fleet Vehicles maintained and in good repair meeting the GSA Standards

C.4.2.3 Crane & Rigging

PWS Assumptions

1.) The Offeror shall assume the number of service requests, primarily from OHCs drives the number of picks per/yr.

2.) The Offeror shall assume there are a total of 2,600 Crane & Rigging Services requests received and performed per/yr.

3.) The Offeror shall assume they will manage the Crane, Rigging and Scaffolding Yard.

4.) The Offeror shall assume the maintenance and Repair of Crane & Rigging will be performed by Fleet Program.

5.) The Offeror shall assume they will Chair the site Hoisting and Rigging Committee and maintain the Hanford site Hoisting and rigging Manual (HSHRM).

6.) The Offeror shall assume the workload for this PWS will vary year-to-year based upon the demand for Crane & Rigging services.

Crane and Rigging

1.) The Offeror shall assume that the Crane & Rigging Equipment Inventory consists of the following pieces of equipment:

15 regulated (radiological areas) cranes

8 non-regulated (non-radiological areas) cranes

2 Vactor Trucks

2.) The Offeror shall assume they will manage the development of a Crane and Rigging Service Master Plan

3.) The Offeror shall assume there are 1,750 Hoisting Services Requests performed per/yr.

Page 8: Attachment L-8 Assumptions - Energy.gov · Attachment L-8. Assumptions PWS Work Package PWS Description HMESC WBS/Assumptions C.3 Sponsorship, Management and Administration of Legacy

HANFORD MISSION ESSENTIAL SERVICES CONTRACT – DRAFT RFP SECTION L SOLICITATION NO. 89303318REM000007 ATTACHMENT L-8

L-6

Attachment L-8. Assumptions

PWS Work

Package PWS Description HMESC WBS/Assumptions

4.) The Offeror shall assume there are 850 Scaffolding Services Requests performed per/yr.

5.) The Offeror shall assume there are 200 Service Requests for Vactor Trucks processed per/yr.

C.4.3.1 Protective Forces

PWS Assumptions

1.) Assume that the Safeguards and Security Budget cannot be used to offset and/or fund other work scope.

2.) Assume that patrol operations is not dependent on site-population.

3.) Assume site staffing levels are dependent on site inventory of nuclear material.

4.) This scope is not expected to change and will remain consistent with the historical over the contract period.

Hanford Patrol

1.) Assume that minimum patrol driving miles are met every month.

2.) The Offeror shall assume 135 incident reports issued per/yr.

Patrol Operations Center

1.) Assume that there are 2,400 non-emergency Requests for Services performed per/yr.

Patrol Training Academy

1.) Assume that there are 35 Driving Awareness classes offered per/yr.

2.) The Offeror shall assume operation of 4 live-fire ranges.

3.) Offeror shall provide an annual Patrol Training Plan.

Protective Forces Management and Administration

1.) Offeror shall assume annual reporting to DOE regarding Sensitive Equipment.

2.) Assume that there are 4 force-on-force (FOF) exercises, with results reported to DOE per/yr.

3.) Assume training is performed annually.

C.4.3.2 Physical Security

Systems

PWS Assumptions

1.) The Offeror shall assume there are 20 high security level Hanford Site facilities.

2.) The Offeror shall assume there are 35 medium security level Hanford Site facilities.

3.) The Offeror shall assume there are 534 industrial level Hanford Site facilities.

4.) This scope is not expected to change and will remain consistent with the historical over the contract period.

Intrusion Detection/Assessment

1.) The Offeror shall assume 24/7 maintenance for intrusion detection systems. Interior and exterior intrusion detection.

2.) The Offeror shall assume they will provide design and engineering services for the installation and maintenance of Hanford Site security systems.

3.) The offeror shall assume they will provide a dedicated staff 24/7 support for trouble shooting and resolution of computer system problems

Entry/Access Control

1.) The Offeror shall assume 3 SAS Access Denial Requests are processed per/yr.

2.) The Offeror shall assume they will perform inspections of entry and access control devices occurs at least per/yr.

3.) The Offeror shall assume they will manage and administer the site wide lock & key program, including maintenance and inspection of entry/access control for Category I and II SNM locations,

radiological/toxicological targets, and industrial security.

Central Badging

1.) The Offeror shall assume they will manage and administer a site wide badging program.

2.) The Offeror shall assume there are 12,000 total site employee badges maintained per/yr.

3.) The Offeror shall assume there are 1,600 public tour badges issued per/yr.

4.) The Offeror shall assume develop and maintain 1 Badging Implementation Plan.

5.) The Offeror shall assume maintain critical knowledge of building access requirements.

Explosive Detection

1.) The Offeror shall assume they will perform K-9 explosive searches for parking lots, vehicles, buildings.

Page 9: Attachment L-8 Assumptions - Energy.gov · Attachment L-8. Assumptions PWS Work Package PWS Description HMESC WBS/Assumptions C.3 Sponsorship, Management and Administration of Legacy

HANFORD MISSION ESSENTIAL SERVICES CONTRACT – DRAFT RFP SECTION L SOLICITATION NO. 89303318REM000007 ATTACHMENT L-8

L-7

Attachment L-8. Assumptions

PWS Work

Package PWS Description HMESC WBS/Assumptions

2.) The Offeror shall assume they will perform K-9 mail/parcel searches.

3.) The Offeror shall assume they will manage and administer explosive detection program.

C.4.3.3 Information Security

PWS Assumptions

1.) The Offeror shall assume this scope of work is for a site-wide Information Security program that collaborates with OHCs with the operation and management of the Classified Document Control Center and restricted

information in the Records Holding Area.

2.) The Offeror shall assume this program includes site-wide integrator responsibilities.

3.) This scope is not expected to change and will remain consistent with the historical over the contract period.

Operation Security (OPSEC)

1.) Assume 15 facilities have the potential to process or store classified or sensitive information.

Classified Matter Protection and Control

1.) The Offeror shall assume current facilities, systems, and equipment are sufficient to meet all requirements to protect and control classified matter.

2.) The Offeror shall assume this scope includes activities to ensure conformity of sensitive unclassified information with OUO standards and requirements.

Classification, Declassification, and UCNI Program

1.) Assume 15,000 new classified documents generated per/yr.

2.) Assume 2,000 documents declassified per/yr.

Controlled Unclassified Information

1.) The Offeror shall assume CUI training and awareness must be provided to employees who work with or will potentially work with CUI documents.

Technical Surveillance Counter Measures

1.) Assume 4 classified conference rooms are secured and maintained in accordance with DOE directives.

Critical Infrastructure

1.) Assume 565,000 HLAN Application hours per/yr.

2.) Assume 350,000 HLAN Port hours per/yr.

C.4.3.4 Personnel Security

PWS Assumptions

1.) The Offeror shall assume the Personnel Security scope of work supports DOE prime Contractors that include 700 cleared badged employees.

2.) The Offeror shall assume this scope is a site-wide program that includes integrator responsibilities.

3.) This scope is not expected to change and will remain consistent with the historical over the contract period.

Human Reliability Program (HRP)

1.) The Offeror shall assume scope includes an HRP Management Plan to DOE for approval within 120 days of NTP, and plan updates annually.

2.) The Offeror shall assume scope includes developing and administering the Hanford Site HRP training program (HRP initial and refresher training) for HRP employees and their managers, and assure completion and

documentation of training.

3.) Assume 420 personnel enrolled in the Human Reliability Program (HRP).

4.) Assume scope does not include clearance adjudication.

Unclassified Foreign National Visits and Assignment (FNVA)

1.) Assume 300 unclassified FNVA per year, and investigation and processing of 500 employees per/yr.

2.) The Offeror shall assume scope includes entering visit and assignment information into the DOE visits and assignments database and Hanford FNVA database, and maintaining records of visits and assignments, and

preparing reports as requested.

Official Foreign Travel

1.) Assume 2 Official Foreign Travel trips per/yr.

2.) Assume 100 site wide badging stations.

Page 10: Attachment L-8 Assumptions - Energy.gov · Attachment L-8. Assumptions PWS Work Package PWS Description HMESC WBS/Assumptions C.3 Sponsorship, Management and Administration of Legacy

HANFORD MISSION ESSENTIAL SERVICES CONTRACT – DRAFT RFP SECTION L SOLICITATION NO. 89303318REM000007 ATTACHMENT L-8

L-8

Attachment L-8. Assumptions

PWS Work

Package PWS Description HMESC WBS/Assumptions

C.4.3.5

Nuclear Materials

Control and

Accountability

PWS Assumptions

1.) The Offeror shall assume that this is a Site wide Program requiring integrator responsibilities.

2.) Assume that this scope includes the Management and administration of a site wide MC&A Program for accountable quantities of nuclear material on the Hanford Site will be managed and conducted in adherence to

current DOE directives, DOE supplemental requirements, and Richland Requirements Documents.

3.) Assume that this work scope Includes monitoring and evaluating material control activities such as daily administrative checks, special inventory checks, and assessments.

4.) The Offeror shall assume that the MC&A program will provide credible positive assurance that Hanford Site nuclear materials are properly accounted for.

5.) This scope is not expected to change and will remain consistent with the historical over the contract period.

C.4.3.6

Safeguards and

Security Program

Management

PWS Assumptions

1.) The Offeror shall assume that this is a Site wide Program requiring Integrator responsibilities.

2.) Assume that the SAS Program Management scope includes management of all relevant elements.

3.) The Offeror shall assume that it will provide to DOE 1 business case analysis for consolidation of the Patrol Operations Center, Emergency Operations Center (EOC) Shift Office, and Hanford Fire Department

Dispatch.

4.) This scope is not expected to change and will remain consistent with the historical over the contract period.

C.4.4.1 Fire and Emergency

Response Services

PWS Assumptions

1.) This scope is not expected to change and will remain consistent with the historical over the contract period.

2.) The Offeror shall assume fire services are required for a broad array of hazards and risks.

3.) The Offeror shall assume 3 active fire stations that service the 580-square miles of the Hanford Site.

4.) Assume 70 fire events per/yr.

5.) Assume 3 out-of-area events (off site mutual aid) per/yr.

6.) Assume 200 emergency patient contacts per/yr.

7.) The Offeror shall assume emergency equipment include; 6 ambulances, 6 2,500 Gal Brush Trucks, 2 Specialty Chemical Cab and Chassis vehicles, 3 Ladder Fire Trucks, 4 Ford F550 trucks, 1 Mobile Incident

Command Center, 1 Structural Platform, 3 Pumper Trucks, 1 Wildland Tender, 1 Specialty Rescue Vehicle, and 1 Other Specialty Vehicle.

8.) The Offeror shall assume there are 1,040 portable fire extinguishers in facilities/vehicles controlled by the Contractor.

9.) Provide respiratory protection equipment service for the Hanford Fire Department, which includes functional inspection, tests, and repairs of 550 self-contained breathing units.

10.) Assume 50,000 Self-Contained Breathing Apparatus (SCBA) bottle fills per/yr.

11.) The Offeror shall assume 1,000 fire protection system preventive maintenance work packages and activities are performed per/yr.

12.) The Offeror shall assume the decommissioning of 1 active fire station by FY24.

13.) The Offeror shall assume fire staffing levels are not affected by the reduction to 2 active stations.

14.) The Offeror shall assume that resources will be reduced in alignment with the Site Closure Plan and site remediation, when appropriate.

C.4.4.2 Emergency

Operations

PWS Assumptions

1.) The Offeror shall assume that this is a Site wide Program requiring Integrator responsibilities.

2.) Assume Emergency Operations will maintain 1 site-wide program.

3.) Assume that Emergency Operations will maintain 1 hazardous facility program.

4.) The Offeror shall assume that the Site has a primary and an alternate EOC to support the emergency programs established at the sites approximately 22 hazardous facilities.

5.) Assume that the EP program can sustain a state-of-readiness 24/7.

6.) This scope is not expected to change and will remain consistent with the historical over the contract period.

C.4.4.3 Radiological

Assistance Program

PWS Assumptions

1.) The Offeror shall assume that Region 8 is capable of deploying 2 RAP teams simultaneously, assembling the second deployable team within 4 hours of notification.

2.) Assume the requirement to ensure pre-designation of 3 RAP teams are available to provide 24/7 response capability.

3.) Assume that the Radiological Assistance Program (RAP) provides 24/7 radiological incident response capabilities.

4.) This scope is not expected to change and will remain consistent with the historical over the contract period.

C.4.5.1

Volpentest

HAMMER Federal

Training Center

PWS Assumptions

1.) The Offeror shall assume the HAMMER training center consists of 12 - Facilities, 50 - Systems, 60 - Pieces of Equipment, 22 - Classrooms, and 88 - acres of land.

2.) The Offeror shall assume training support service commitments to other federal agencies and non-Hanford customers will remain consistent with historical commitments.

3.) The Offeror shall assume the workload for this PWS will vary year-to-year based upon the demand for training services.

HAMMER Site Operations

1.) The Offeror shall assume that training services, including use of the facilities and props, for other federal agencies and non-Hanford entities shall be reimbursed as revenue (credit) against the HAMMER base program,

Page 11: Attachment L-8 Assumptions - Energy.gov · Attachment L-8. Assumptions PWS Work Package PWS Description HMESC WBS/Assumptions C.3 Sponsorship, Management and Administration of Legacy

HANFORD MISSION ESSENTIAL SERVICES CONTRACT – DRAFT RFP SECTION L SOLICITATION NO. 89303318REM000007 ATTACHMENT L-8

L-9

Attachment L-8. Assumptions

PWS Work

Package PWS Description HMESC WBS/Assumptions

thus reducing the funding necessary.

2.) The Offeror shall assume first priority is provided for training in support of the Hanford site-wide cleanup mission contractors.

3.) The Offeror shall assume radioactive source materials and ionizing radiation producing machines are utilized as training devices, as necessary.

HAMMER Management

1.) The Offeror shall assume management of the existing approved Worker Safety and Health program, including worker safety training program until the Offeror in conjunction with the other site contractors develops and

submits a new or modified program for DOE approval.

2.) The Offeror shall assume DOE will provide approval/disapproval of facility use by non-Hanford Site customers, and authorize facility use without charge, when appropriate and applicable.

HAMMER Training Support

1.) The Offeror shall assume all training services are provided during regular business hours.

2.) The Offeror shall assume direct purchase of vendor support on specialty equipment will be utilized as necessary.

3.) Assume 100 web-based training courses are transitioned at the beginning of the contract.

C.4.6.1

Information

Technology Core

Services

PWS Assumptions

1.) The Offeror shall assume that 7,000 users are connected to the Hanford Local Area Network (HLAN)

2.) The Offeror shall assume that all use of Information Technology computing resources occurs through the HLAN.

3.) The Offeror shall assume the workload for this PWS will remain constant during the contract period.

Information Technology Capital Planning

1.) The Offeror shall assume that it must support the monthly submission of Exhibit 300 investment and non-major Exhibit 53 reports.

2.) The Offeror shall assume that it must develop 6 Office of Management and Budget (OMB) Pass backs per/yr.

3.) The Offeror shall assume that it must support the annual submission of Exhibit 300 Investment and Exhibit 53 Investment reports.

Website Support Services

1.) The Offeror shall assume that it must support operation and maintenance of 56 Websites.

Geospatial Information Systems

1.) The Offeror shall assume production of 340 new maps or revised maps per/yr.

2.) The Offeror shall assume it must develop and maintain a five 5 year program plan and budget, and update that plan annually.

3.) The Offeror shall assume it must provide, at least biennially, one set of 12-inch and 3-inch resolution aerial imagery and light detection and ranging for the entire site.

Software Engineering and Development

1.) The Offeror shall assume it must provide software engineering and development in connection with 1,571 HISI applications.

C.4.6.2 Cyber Security

PWS Assumptions

1.) The Offeror shall assume it will manage 2 National Security Systems.

2.) The Offeror shall assume that 52-trained users will utilize the classified systems.

3.) The Offeror shall assume that the workload associated with this scope of work will increase over the life of the Contract commensurate with technological advances.

4.) The Offeror shall assume that it must prepare and implement a Site-wide cyber security program that meets FISMA standard.

5.) The Offeror shall assume the workload for this PWS will remain constant during the contract period.

Classified Cyber Security

1.) The Offeror shall assume that it must appoint 1 Information Systems Security Manager and 1 Information Systems Security Officer.

2.) The Offeror shall assume that it must identify, certify and accredit 100 computers that process, classified information.

3.) The Offeror shall assume that if must maintain an approved Classified Information Systems Security Plan for 2 National Security Systems.

Unclassified Cyber Security

1.) The Offeror shall assume it will implement the unclassified cyber security program with respect to 23,000 connected devices and 3,000 unconnected devices.

2.) The Offeror shall appoint 1 Unclassified Information Systems Security Manager, and a number of subordinate Unclassified Information Systems Security Officers sufficient to implement the Program.

3.) The Offeror shall assume it will implement 1 centralized unclassified computer security program.

4.) The Offeror shall assume it will provide 1 self-assessment report per/yr.

Page 12: Attachment L-8 Assumptions - Energy.gov · Attachment L-8. Assumptions PWS Work Package PWS Description HMESC WBS/Assumptions C.3 Sponsorship, Management and Administration of Legacy

HANFORD MISSION ESSENTIAL SERVICES CONTRACT – DRAFT RFP SECTION L SOLICITATION NO. 89303318REM000007 ATTACHMENT L-8

L-10

Attachment L-8. Assumptions

PWS Work

Package PWS Description HMESC WBS/Assumptions

5.) The Offeror shall assume it will conduct annually and report accordingly, a test of the Continuity of Operations Plan (COOP).

Telecommunications

1.) The Offeror shall assume that it must integrate the Communications Security, Protected Distribution System, and TEMPEST programs for other Hanford Contractors (OHC's)

2.) The Offeror shall assume it will manage 6 National Security Systems Processing Areas and 10 Secure Telephones.

3.) The Offeror shall assume it will operate the Secure Communications Center, oversee the use of cryptographic equipment, and maintain accountability of COMSEC material.

4.) Integrate the Communications Security (COMSEC), Protected Distribution system and TEMPEST programs.

C.4.6.3

Information

Technology

Infrastructure

PWS Assumptions

1.) The Offeror shall assume a combined volume of 136 Internet Connection Sharing (ICS) Devices to be managed in FY19r. Starting with 136 for FY 19 and 3% Growth per/yr. in the out years.

2.) The Offeror shall assume the number of ICS Devices will increase 3% per year, thus: FY19 - 136, FY20 - 140, FY21 - 144, FY22 - 149, FY23 - 153, FY24 - 158, FY25 - 162, FY26 - 167, FY27 - 172, FY28 - 177,

FY29 - 183.

3.) The Offeror shall assume that the Information Technology Infrastructure, in its present configuration, (both hardware and software) is functional.

4.) The Offeror shall assume that bargaining unit personnel are required to perform portions of this scope of work.

5.) The Offeror shall assume the workload for this PWS will remain constant during the contract period.

Network Administration

1.) The Offeror shall assume it will administer all Hanford computing, telecommunicating and networks.

2.) The Offeror shall assume the scope includes support all daily operations of data centers, wireless networks, resource management, and backup systems.

3.) The Offeror shall assume that the site servers, attached storage and devices will be available to it as a government provided service and that the number of servers has been adjusted appropriately.

Engineering and Configuration

1.) The Offeror shall assume that it will process 60 work packages per/yr. Work packages consist of testing, evaluation and configuration services.

Network Operations Center (NOC)

1.) The Offeror shall assume it will operate the NOC on a continuous basis. The NOC is the point of contact for monitoring, user assistance, event monitoring.

2.) The Offeror shall assume that in its present configuration, the NOC contains the facilities, fixtures, furniture, hardware, software and communications capability sufficient to carry out the functions described in

C.4.6.3.3.

Network Management and Maintenance

1.) The Offeror shall assume that the Network, as presently configured, meets the Government's requirements.

2.) The Offeror shall assume that it will maintain network facilities, internet connections, bridges, routers, concentrators , switch's and gateways.

Industrial Control Systems/Supervisory Control and Data Acquisition

1.) Offeror shall assume 74 Industrial Control Systems (ICS) currently exist.

2. Offeror shall assume that it will integrate into the existing systems, the ICS/SCADA systems brought online in new facilities over the life of the Contract.

C.4.6.4 End-User Computing

PWS Assumptions

1.) The Offeror shall assume the End-User active computer inventory includes:

- 3,000 Thin Clients

- 5,700 Thick Clients

2.) The Offeror shall assume that thick clients includes laptops, desktops, and surfaces.

3.) The Offeror shall assume the workload for this PWS will remain constant during the contract period.

4.) The Offeror shall assume that bargaining unit personnel are required to perform portions of this scope of work.

Software Distribution and License Management

1.) The Offeror shall assume that it will manage 7,300 User Accounts.

2.) The Offeror shall assume that it will manage 75,000 software licenses installed on end-user devices.

Hardware Maintenance

1.) The Offeror shall assume it will complete 8,000 Maintenance requests per/yr.

Workstation Acquisition, Redeployment, and Retirement

Page 13: Attachment L-8 Assumptions - Energy.gov · Attachment L-8. Assumptions PWS Work Package PWS Description HMESC WBS/Assumptions C.3 Sponsorship, Management and Administration of Legacy

HANFORD MISSION ESSENTIAL SERVICES CONTRACT – DRAFT RFP SECTION L SOLICITATION NO. 89303318REM000007 ATTACHMENT L-8

L-11

Attachment L-8. Assumptions

PWS Work

Package PWS Description HMESC WBS/Assumptions

1.) The Offeror shall assume that its work does not include equipment and activities reasonably managed by the end-user. Examples of such excluded activities are; connecting and disconnecting peripherals and phones,

and reorganizing the layout of end-user computing equipment within the workspace.

2.) The Offeror shall assume that it must execute 19,800 workstation setups, moves or changes per/yr.

C.4.6.5 Communications

PWS Assumptions

1.) The Offeror shall assume the inventory of active communication devices includes:

- 18,770 Active Devices maintained per/yr.

- 2,500 Emergency radios, furnished, licensed and maintained per/yr.

- 5,128 Non-Emergency radios licensed and maintained per/yr. (radios are furnished by others).

- 142 pagers furnished, licensed, and maintained per/yr.

- 24 emergency radio tests per/yr.

- 5 emergency radio servers in service.

- 5 commercial radio servers in service.

- 11,000 telephones in service. (both analog and VOIP)

- 1,000 mobile email users.

- 2,500 cell phones in service.

2.) The Offeror shall assume operation and maintenance of the communications infrastructure is included.

3.) The Offeror shall assume bargaining unit personnel are required to perform portions of this work.

4.) The Offeror shall assume payments to outside service vendors, (i.e. landline carriers or cell phone carriers) will be made by the Government.

5.) The Offeror shall assume the workload for this PWS will remain constant during the contract period.

C.4.6.6 Mission Information

Technology

PWS Assumptions

1.) The Offeror shall assume that the Mission Information Technology (both hardware and software) as presently configured, is functional and meets the Government's requirements.

2.) The Offeror shall assume the workload for this PWS will remain constant during the contract period.

Information Systems and Application Hosting Services

1.) The Offeror shall assume it must manage 1,571 applications running on the Hanford Site.

2.) The Offeror shall assume that it must operate and maintain 800 servers on the Hanford Site.

3.) The Offeror shall assume that workload relating to server operation and maintenance will decrease as services are moved into the Cloud.

4.) The Offeror shall develop and implement a plan to identify unnecessarily redundant systems.

Commodity Information Technology

1.) The Offeror shall assume that execution of this function will require coordination with the HMESC purchasing function.

Help Desk Services

1.) The Offeror shall assume it will receive and process 20,000 Service Desk calls per/yr.

C.4.6.7 Records Management

PWS Assumptions

1.) The Offeror shall assume that the volume of records (measured in cubic feet) will be 989K beginning in FY 19 and will grow 5% per/yr. for the life of the Contract. Accordingly, the volumes will be as follows:

FY19 - 989K, FY20 - 1,038K, FY21 - 1,090K, FY22 - 1,145K, FY23 - 1,202K, FY24 - 1,262K, FY25 - 1,325K, FY26 - 1,391K, FY27 - 1,461K, FY28 - 1,535K, FY29 - 1,612K

2.) The Offeror shall assume the workload for this PWS will vary year-to-year based upon the demand for records management services.

Hanford Site Administrative Records and Information Repositories

1.) The Offeror shall assume the Hanford Site contains 11 Government furnished Repositories locations.

2.) The Offeror shall assume that all procedures, administration, retrieval, etc. will be active at all 11 Repositories

Quality Assurance (QA) Records

1.) The Offeror shall assume that it will receive, retain index, scan, store, retrieve and/or dispose of all records generated under this Contract in accordance with an approved Records Management Plan.

Hanford Radiological Records Program

1.) The Offeror shall assume that it will receive, retain, index, scan, store, retrieve and/or dispose of all records generated by Radiological Site Services programs in accordance with an approved Hanford Radiological

Records Program.

Page 14: Attachment L-8 Assumptions - Energy.gov · Attachment L-8. Assumptions PWS Work Package PWS Description HMESC WBS/Assumptions C.3 Sponsorship, Management and Administration of Legacy

HANFORD MISSION ESSENTIAL SERVICES CONTRACT – DRAFT RFP SECTION L SOLICITATION NO. 89303318REM000007 ATTACHMENT L-8

L-12

Attachment L-8. Assumptions

PWS Work

Package PWS Description HMESC WBS/Assumptions

Electronic Records Management System

1.) The Offeror shall assume that 885,000 new electronic records per/yr. must be entered into, and managed in the Electronic Record Management System.

2.) The Offeror shall assume the Electronic Records Management System (IDMS) is currently operational and furnished by the Government.

Inventory and Schedule Management

1.) The Offeror shall assume that the Records Inventory and Disposition Schedule (RIDS) database is functional and furnished by the Government.

2.) The Offeror shall assume 144 approved RIDS presently exist.

3.) The Offeror shall assume that it must administrate 885,000 new records and 21,600 new emails in the IDMS and DCMS per/yr.

4.) The Offeror shall assume it will receive 133 new records authorization; it will conduct 565,000 records searches; and manage 140 training classes managed per/yr.

5.) The Offeror shall assume that it will Index, manage, retrieve and make available to the public Hanford Site records and data in accordance with DOE policy.

Major Collection Management

1.) The Offeror shall assume it must scan 3900 working drawings and documents per/yr. into Major Collections

2.) The Offeror shall assume it must scan 32,000 Historical engineering drawing and documents to per/yr. into Major Collections.

3.) The offeror shall assume it must virtually scan 30 boxes of documents; and it must scan 15,000 photos/negatives per/yr.

4.) Provide imaging services to facilitate migration to electronic records.

5.) The Offeror shall assume that it will manage at least 4 major collections.

6.) The Offeror shall assume that it must track all controlled documents temporarily released to authorized personnel.

Long-Term Records Storage

1.) The Offeror shall assume it must manage 23,500 boxes stored at the Records Holding Area (RHA).

2.) The Offeror shall assume it must respond to 15,000 retrieval requests received at RHA Central Files per/yr.

3.) The Offeror shall assume it must respond to 6,100 retrieval requests received at the RHA (non-Central Files) per/yr.

4.) The Offeror shall assume 3 records transfers between the RHA and the Seattle FRC per/yr.

5.) The Offeror shall assume it must receive, index and store 2,100 boxes at the RHA per/yr.

6.) The Offeror shall assume it will manage long-term physical storage for hard copy records, and will coordinate records movement to Seattle FRC.

C.4.6.8 Correspondence

Control

PWS Assumptions

1.) The Offeror shall assume it must manage 7,026 pieces of correspondence in FY19. Offeror shall assume a 4.5% growth in volume per/yr. for the contract period.

2.) The Offeror shall assume it will manage correspondence for RL and ORP: 59% of the volume is RL correspondence, 41% of the volume is ORP correspondence.

3.) The Offeror shall assume that 53% of all correspondence is Incoming; and 47% of correspondence is outgoing.

4.) The Offeror shall assume it will furnish backup support with respect to correspondence control, for the receptionist positions the 2420 and 2430 buildings.

5.) The Offeror shall assume it will transfer each correspondence to records management after all action items relating to that correspondence are completed.

C.4.6.9 Multi-Media Services

PWS Assumptions

1.) The Offeror shall assume that the workload is driven by the number of multi-media service requests. The Offeror shall assume it will process 236 requests in FY19 and the number of requests will grow 5% per/yr.

during the contract period.

2.) The Offerors shall assume that multi-media service requests relate to PowerPoint support, 2D/3D support, fabrication, and multi-media branding and message. Service requests do not include videos or photography.

3.) The Offeror shall assume that it must proactively engage with other Hanford contractors and DOE in order to successfully collect, index and manage photographic images.

4.) The Offeror shall assume that the multi-media organization exists and is functioning.

C.4.6.10 Site Forms

Management

PWS Assumptions

1.) The Offeror shall assume it must manage 3,887 active site forms in FY19. Offeror shall assume a 5% growth in the number of active site forms per/yr. for the contract period.

2.) The Offeror shall assume that the Site forms program is all inclusive: functions include design, administration, alteration and retirement of site forms.

3.) The Offeror shall assume it will utilize existing software furnished by the government.

4.) The Offeror shall assume it will, as part of its administration, maintain and streamline the site forms program.

C.4.7.1

Personal Property

and Materials

Management

Program

PWS Assumptions

1.) The Offeror shall assume the program establishes process and procedures for centralized personal property management (i.e. all property except real estate) management.

2.) The Offeror shall assume the workload for this PWS will remain constant during the contract period.

Disposition of Excess Personal Property

1.) The Offeror shall assume there are 3,000 items dispositioned per/yr.

Page 15: Attachment L-8 Assumptions - Energy.gov · Attachment L-8. Assumptions PWS Work Package PWS Description HMESC WBS/Assumptions C.3 Sponsorship, Management and Administration of Legacy

HANFORD MISSION ESSENTIAL SERVICES CONTRACT – DRAFT RFP SECTION L SOLICITATION NO. 89303318REM000007 ATTACHMENT L-8

L-13

Attachment L-8. Assumptions

PWS Work

Package PWS Description HMESC WBS/Assumptions

2.) The Offeror shall assume radioactive/controlled property will be dispositioned on-site.

3.) The Offeror shall assume there is 3 tons of precious metals recycled per/yr.

4.) The Offeror shall assume there are 1,000 pieces of high-risk property are dispositioned per/yr.

5.) The Offeror shall assume 1 Disposal of Excess and Surplus Personal Property Report per/yr.

Inventory Management

1.) The Offeror shall assume develop and provide Quarterly reporting of inventory records per/yr.

2.) The Offeror shall assume there are 100,000 property records are managed.

3.) The Offeror shall assume manage 22,000 personal property and material items per/yr.

4.) The Offeror shall assume $4.3B of property are within the property management system.

C.4.7.2

Energy Employees

Occupational Illness

Compensation

Program Act Support

PWS Assumptions

1.) The Offeror shall assume that it will administer a pre-existing program that conforms to provisions of the Energy Employees Occupational Illness Compensation Program Act (EEOICPA).

2.) The Offeror shall assume it will process 950 record requests per/yr., including radiation record requests (56%) and human resource requests.

3.) The Offeror shall assume that assisting employees with claims (to the extent set forth in C.4.7.3) is excluded from this scope.

4.) The Offeror shall assume that the records relevant to administrating this program will include industrial hygiene records, dosimetry records, badging records, and information from the Hanford Resources Information

System.

5.) The Offeror shall assume records requests will originate from multiple requestors, including current or former employees, current or former contractors and subcontractors, and at least 3 public agencies.

6.) The Offeror shall assume it must interface with all outgoing Hanford Site contractors and subcontractors to ensure their personnel records are transferred to federal custody.

7.) The Offeror shall assume it must provide monthly cost reports to DOE.

8.) The Offeror shall assume that administration tasks will include producing ad hoc reports, briefings and other information requested by DOE.

9.) This scope is not expected to change and will remain consistent with the historical over the contract period.

C.4.7.3 Hanford Workers

Engagement Center

PWS Assumptions

1.) The Hanford Workers Engagement Center will assist current and former Hanford employees.

2.) The Offeror shall assume this scope of work does not include maintaining employment records, industrial hygiene records, dosimetry records, badging records, or other records related to employee compensation claims.

3.) The Offeror shall assume the HWEC will be located at the HAMMER campus.

4.) The Offeror shall assume requests for information will come from employees and external entities alike.

5.) The Offeror shall assume they will maintain both an internal and external website with current information.

6.) This scope is not expected to change and will remain consistent with the historical over the contract period.

C.4.7.4 External Affairs

PWS Assumptions

1.) The Offeror shall assume that a multi-level support program will be executed to support DOE with communications pertaining to the Hanford Site cleanup mission.

2.) The Offeror shall assume that the work scope Includes support for B reactor tours to the public.

3.) Assume interfaces include EPA, Ecology, Washington State Governor's office, and City of Richland.

4.) Assume that this work scope includes organizing meetings, presentations, and/or press conferences for external affairs and external reviews.

5.) The Offeror shall assume the workload for this PWS will remain constant during the contract period.

6.) Assume the following quantities:

- The Offeror shall assume that 6 requests for social media/external entity support are received per/mo.

- The Offeror shall assume that 4 requests for external review support are received per/yr.

- The Offeror shall assume that 100 tours are provided per/mo.

C.4.7.5 Courier Services

PWS Assumptions

1.) The Offeror shall assume that there are 10,200 deliveries per/yr., which is expected to remain constant for the contract period.

2.) Assume that there are 20 routine stops per day at specific buildings per/yr.

3.) The Offeror shall assume that there will be other deliveries based on Contractor and OHC daily requests for courier services and store deliveries.

4.) Assume that courier vehicles and maps will be furnished by the Government to perform this work scope.

5.) The Offeror shall assume this work scope will be performed during normal business hours.

6.) The Offeror shall assume the workload for this PWS will vary year-to-year based upon the demand for courier services.

C.4.7.6 Mail Services PWS Assumptions

1.) Assume 290 mailstops to remain constant for the contract period.

2.) The Offeror shall assume 7 Routes (100 Area, 200 East Area, 200 West Area, 300 Area, 400 Area, and 2 locations in Richland WA).

Page 16: Attachment L-8 Assumptions - Energy.gov · Attachment L-8. Assumptions PWS Work Package PWS Description HMESC WBS/Assumptions C.3 Sponsorship, Management and Administration of Legacy

HANFORD MISSION ESSENTIAL SERVICES CONTRACT – DRAFT RFP SECTION L SOLICITATION NO. 89303318REM000007 ATTACHMENT L-8

L-14

Attachment L-8. Assumptions

PWS Work

Package PWS Description HMESC WBS/Assumptions

3.) The Offeror shall assume mail carriers are familiar with the routes of the Hanford site and Tri-Cities area alike, and any obstructions or delays that could potentially arise.

4.) Assume travel distance is 270 miles per day.

5.) Assume mail count is an average of 85,200 for incoming postal, 81,600 for outgoing postal and 1,100,000 for interplant deliveries per/yr.

6.) The Offeror shall assume volume is out of contractor control, based on daily delivery from internal/external mail.

7.) The Offeror shall assume PWS includes quarterly cost reports.

8.) The Offeror shall assume scope includes developing an annual management report at the beginning of each fiscal year.

9.) The Offeror shall assume the workload for this PWS will vary year-to-year based upon the demand for mail services.

C.4.7.7 Reproduction

Services

PWS Assumptions

1.) The Offeror shall assume 830 reproduction service requests, 430 MFM copiers and 20 clients served per/yr.

2.) Assume that printing, reproduction and binding work must conform to regulations published by the Congressional Joint Committee on Printing, and all related regulations and requirements.

3.) The Offeror shall assume printing and publishing reporting information for the DOE/JCP report is provided once per/yr.

4.) The Offeror shall assume the workload for this PWS will vary year-to-year based upon the demand for reproduction services.

C.4.7.8 DOE Receptionists

PWS Assumptions

1.) The Offeror shall assume scope is based on buildings utilized for DOE office space.

2.) Assume 2 buildings, 2430 and 2420 Stevens Center buildings.

3.) The Offeror shall assume scope includes maintaining building layouts for informational purposes, as well as providing keys to accurate personnel.

4.) This scope is not expected to change and will remain consistent with the historical over the contract period.

C.4.7.9

Site Safety Standards

– Common Safety

Processes

PWS Assumptions

1.) The Offeror shall assume there are 11 site-wide safety standards must be maintained and updated per/yr.

2.) The Offeror shall exclude Beryllium and Hanford Radiological Worker Training and training program description for Hanford Site Core RCT Certification.

3.) The Offeror shall assume lead and operates 7 site-wide standard committees; coordinates and integrates with other contractors to fully implement the site-wide safety standards.

4.) The Offeror shall assume integrating and sharing lessons learned/good work practices from other DOE sites and industry standards.

5.) The Offeror shall assume the existing safety programs will be Government supplied along with any computer related equipment needed for this work scope.

6.) The Offeror shall assume these practices will be in effect 24 hours a day for any Hanford work scope activity.

7.) The Offeror shall work with OHCs to evaluate safety activities/initiatives used by the incumbent Contractor.

8.) This scope is not expected to change and will remain consistent with the historical over the contract period.

C.4.8.1 Planning and

Budgeting

PWS Assumptions

1.) The Offeror shall assume they will develop and maintain the Facility Master Plan.

2.) The Offeror shall assume they will develop utilization reports annually.

3.) The Offeror shall assess the real property portfolio against delineated program mission requirements by core capability at least every 5 years.

4.) This scope is not expected to change and will remain consistent with the historical over the contract period.

C.4.8.2 Acquisition

PWS Assumptions

1.) The Offeror shall assume there are 1,500 facilities utilized to support mission needs per/yr.

2.) The Offeror shall assume:

- That it maintains 35 leases per/yr.:

- 25 leased facilities greater than 12,000 square feet

- 8 leased facilities greater than 5,000 square feet but less than 12,000 square feet

- 2 leased facilities less than 5,000 square feet

3.) The Offeror shall assume the leases include Commercial Leases (Non-GSA) and Contractor occupancy/shared cost of Federal Building space.

4.) The Offeror shall assume there are 250,00 additional Square Feet of office space will be acquired in FY24 to support mission needs for WTP and Tank Farm operations.

5.) The Offeror shall assume furnish management and administration to acquire ( or re-acquire) real property by purchase, construction or lease.

6.) The Offeror shall assume construction or real property alteration or improvement costs will be authorized by the Government via individual task orders.

7.) The Offeror shall assume demolition of site structures is included in PWS's outside the scope of this Contract.

8) The Offeror shall assume new leases must include Leadership in Energy and Environmental Design (LEED) certified facilities.

9.) The Offeror shall assume the workload will remain constant during the contract period.

C.4.8.3 Sustainment

(Maintenance) PWS Assumptions

1.) The Offeror shall assume there are 16,000 Service Requests for real property maintenance per/yr.

Page 17: Attachment L-8 Assumptions - Energy.gov · Attachment L-8. Assumptions PWS Work Package PWS Description HMESC WBS/Assumptions C.3 Sponsorship, Management and Administration of Legacy

HANFORD MISSION ESSENTIAL SERVICES CONTRACT – DRAFT RFP SECTION L SOLICITATION NO. 89303318REM000007 ATTACHMENT L-8

L-15

Attachment L-8. Assumptions

PWS Work

Package PWS Description HMESC WBS/Assumptions

2.) The Offeror shall assume there are 3,200 Unscheduled maintenance activities per/yr.

3.) The Offeror shall assume 5 major equipment replacements/repair/recapitalizations per/yr.

4.) The Offeror shall assume this scope includes management and administration of all Sustainment activities.

5.) The Offeror shall assume the workload will vary year-to-year based upon the demand for Sustainment (Maintenance) services.

Condition Assessment Survey

1.) The Offeror shall assume there are 200 Condition Assessment Surveys performed per/yr.

Work Planning & Control

1.) The Offeror shall assume there are 19,200 Work Orders processed per/yr.

Facility Services

1.) The Offeror shall assume there are 7,200 Corrective maintenance work packages completed per/yr.

2.) The Offeror shall assume there are 12,000 Predictive/preventive work packages completed per/yr.

3.) The Offeror shall assume Custodial services will be performed on all Government owned facilities.

C.4.8.4 Disposition

PWS Assumptions

1.) The Offeror shall assume that they will manage 3 requests to transfer land to TRIDEC or Port of Benton within the contract period.

2.) The Offeror shall assume they will manage 1 request in each of the following years: FY19, FY22, and FY25.

3.) The Offeror shall assume disposition requests include 140 acres of land.

4.) Assume 1 potential disposition/excess priority list maintained.

5.) The Offeror shall assume the workload will vary year-to-year based upon the demand for Disposition.

C.4.8.5 Performance

Measures

PWS Assumptions

1.) The Offeror shall assume that there are 7 performance areas evaluated on an annual basis that will require analysis to determine cause, and to recommend and take corrective actions.

2.) Assume the development of 1 set of real property management performance metrics per/yr.

3.) Assume the development of 1 State of General Purpose Infrastructure Report per/yr.

4.) The Offeror shall assume the workload will remain constant during the contract period.

C.4.8.6

Facilities Information

Management System

(Reporting Systems)

PWS Assumptions

1.) The Offeror shall assume that there are 1,500 facilities recorded in FIMS per/yr.

2.) Assume no FOIA requests occur for FIMS related information during the contract period.

3.) Assume 150 data fields in the FIMS database per/yr.

4.) The Offeror shall assume that there are 3 disposition efforts involving 12 real property records occur during the contract period.

5.) Assume that annual updates to the FIMS QA Plan will be submitted for approval by DOE (the QA Plan is an informal mechanism to assist in the management of this work scope).

6.) This scope is not expected to change and will remain consistent with the historical over the contract period.

C.4.8.7

General Purpose

Facility Planning and

Management

PWS Assumptions

1.) Assume that there are 211 Government owned General Purpose Facilities (GPFs) are utilized to support mission needs.

2.) The Offeror shall assume that there are 35 commercially leased GPF utilized to support mission needs.

2.) Assume that GPFs include offices, shops, and storage facilities.

3.) Assume 980,000 square feet Government owned GPF office space.

4.) Assume 328,000 square feet leased GPF shop space.

5.) The Offeror shall assume that there are 209 trailers used for additional office space on site.

6.) Assume that 90,000 square feet of government owned trailers are past their life cycle and will need to be replaced.

7.) Assume that 250,000 square feet of office space will be added in GFY24 to support mission needs for WTP and Tank Farm operations.

9.) Assume 3,800 personnel moves per/yr., except assume 6,000 personnel moves in FY24.

10.) The Offeror shall assume the coordination of moving personnel for building to building or room to room.

11.) The Offeror shall assume this scope excludes GPF moves, maintenance, improvements and repairs.

12.) The Offeror shall assume this scope includes management, space planning and support services to Government-owned facilities only.

13.) Assume that the workload will increase based upon the increase in personnel moves and the increase in office space.

14.) The Offeror shall assume the workload will vary year-to-year based upon the demand for facility planning and management services.

Page 18: Attachment L-8 Assumptions - Energy.gov · Attachment L-8. Assumptions PWS Work Package PWS Description HMESC WBS/Assumptions C.3 Sponsorship, Management and Administration of Legacy

HANFORD MISSION ESSENTIAL SERVICES CONTRACT – DRAFT RFP SECTION L SOLICITATION NO. 89303318REM000007 ATTACHMENT L-8

L-16

Attachment L-8. Assumptions

PWS Work

Package PWS Description HMESC WBS/Assumptions

C.4.8.8 Locksmith Services

PWS Assumptions

1.) Assume 500 requests for locksmith service per/yr.

2.) Assume that there are 10 unique types of locking hardware and devices used site-wide.

3.) The Offeror shall assume that the workload for this scope of work increases as the number of SCADA systems increase in Hanford Site facilities.

4.) This scope is not expected to change and will remain consistent with the historical over the contract period.

C.4.9.1 Land Management

PWS Assumptions

1.) The Offeror shall assume it must manage 280 Sq. Miles of the Hanford Site under this PWS.

2.) The Offeror shall assume that the Hanford Reach is not within its management responsibilities.

3.) The Offeror shall assume it must manage Memorandums of Understanding (MOUs) with certain Tribal Nations and the Department of the Interior.

4.) This scope is not expected to change and will remain consistent with the historical over the contract period.

Comprehensive Land-Use Plan

1.) The Offeror shall assume it must develop and maintain 7 area land use management plans.

2.) The Offeror shall assume it must develop and maintain 20 resource management plans.

3.) The Offeror shall assume that it will implement the existing Comprehensive Land Use Management Plan (CLUP).

NEPA 5-Year Supplemental Analysis

1.) The Offeror shall assume no revisions to the CLUP will be required during the contract period.

Land Use Planning

1.) The Offeror shall assume that the 600 Area of the Hanford Site is included in the Land Use Planning scope.

2.) The Offeror shall assume that Land Use planning Includes site evaluations, land use reviews, and land use reclassifications.

3.) The Offeror shall assume that it will discover 2 deficiencies in land use per/yr., each of which will require corrective action documentation and tracking.

4.) The Offeror shall assume that its personnel are competent to respond to questions and situations on the land (landlord services).

5.) The offeror shall assume that it will receive, review, research and grant 120 excavation permits per/yr.

6.) The Offeror shall assume that it must monitor use, misuse, and encroachments of managed land.

7.) The Offeror shall assume that it must develop and maintain a Land Management Tracking and Documentation System, including integration with a Stewardship Information Portal.

C.4.9.2 Site Access and Use

PWS Assumptions

1.) The Offeror shall assume that it will implement a comprehensive integration of Site Access and Use activities.

2.) Assume 8 access and use requests per/yr.

3.) Assume 6 external requests per/yr.

4.) The Offeror shall assume 2 internal evaluations of DOE land-use issues and opportunities per/yr.

5.) The Offeror shall assume the workload will remain constant during the contract period.

C.4.9.3

Post-Cleanup

Surveillance and

Maintenance

PWS Assumptions

1.) The Offeror shall assume it will provide for integrated planning of Surveillance and Maintenance (S&M) of this work scope and interim execution of these activities for portions of the Site assigned to the Contractor.

2.) Assume 1,510 waste sites require S&M at the beginning of the contract period.

3.) Assume 12 reactor Safe Storage Enclosures requiring S&M at the beginning of the contract period.

4.) Assume 2 waste sites are turned over per/yr.

5.) The Offeror shall assume that there will be 2 reactors enclosed and turned over during the contract.

6.) Assume that this Includes IC assessments, RAD monitoring, and S&M activities.

7.) Assume that the workload will increase as waste sites and reactors are remediated and transitioned to S&M.

8.) The Offer shall assume responsibility for maintaining Hanford’s Post-Cleanup Program website.

9.) 4.) The Offeror shall assume the workload will increase during the contract period based upon the number of waste sites requiring S&M.

C.4.9.4 Tribal Nations

PWS Assumptions

1.) Assume there are 12 Tribal Visits per/yr. Tribal visits are independent of the Hanford cleanup mission.

2.) The Offeror shall assume that visits for seed collection, revegetation, and to conduct tribal ceremonies, including administration support for meetings and preparation of visits.

3.) Assume that there will be a minimum of 5 Tribal Nations to interface with including Confederated Tribes and Bands of the Yakama Nation, Confederated Tribes of the Umatilla Indian Reservation (CTUIR), the Nez

Perce Tribe, and the Wanapum Band.

Page 19: Attachment L-8 Assumptions - Energy.gov · Attachment L-8. Assumptions PWS Work Package PWS Description HMESC WBS/Assumptions C.3 Sponsorship, Management and Administration of Legacy

HANFORD MISSION ESSENTIAL SERVICES CONTRACT – DRAFT RFP SECTION L SOLICITATION NO. 89303318REM000007 ATTACHMENT L-8

L-17

Attachment L-8. Assumptions

PWS Work

Package PWS Description HMESC WBS/Assumptions

4.) The Offeror shall assume visits last at least a full work day and tribes are accompanied per contract agreements.

5.) The Offeror shall assume the workload will vary year-to-year based upon the demand for tribal nation services.

C.4.9.5

Hanford Natural

Resource Damage

Assessment

PWS Assumptions

1.) The Offeror shall assume that there are 12 meetings per/yr.

2.) The Offeror shall assume they will support DOE for Natural Resource Trustee Council meetings and activities.

3.) The Offeror shall assume the meetings are held over 4-days period and include developing and providing presentation material, financial data reports, and requested studies/reports.

4.) The Offeror shall assume the workload will remain constant during the contract period.

C.4.9.6

Cultural and

Historical Resource

Program

PWS Assumptions

1.) The Offeror shall assume that it will implement a "no collection" policy for cultural and historical artifacts.

2.) The Offeror shall assume the term artifact includes items dating from more than 11,000 years ago up to the Cold War period.

3.) The Offeror shall assume its workload under this PWS is dependent on the number of culturally significant events and discoveries on the Hanford Site per/yr.

Program Development, Coordination and Integration

1.) The Offeror shall assume it will implement the 5 major elements of the Cultural and Historical Resources Program as follows:

- Compliance with 7 laws and 7 implementing regulations, 1 DOE Order, 5 Executive Orders, and 1 HCRMP

- Coordination on cultural resource matters and issues with 3 federal agencies, 1 state regulator, 4 tribes (federally recognized and 1 non-federally recognized), 3+ stakeholders, 2+ interested

parties, 2 OHCs

- Documentation (supports compliant NHPA section 106 determinations for DOE projects, ensures support of legal challenges, and ensures DOE personnel, with need to know, will work appropriately

within culturally sensitive areas and locations)

- Protection of Historic Properties, Known Burials/Cemeteries and Culturally Sensitive Areas

- Training

National Historic Preservation Act Section 106 Compliance

1.) The Offeror shall assume it will perform 100 NHPA Section 106 reviews for OHCs per/yr.

2.) The Offeror shall protect and monitor listed cultural resources.

3.) The Offeror shall assume that it will conduct archeological surveys and tests on 5,950 acres per/yr.

Information Management for Cultural Resources

1.) The Offeror shall assume it will maintain and manage Cultural Resources files, develop an e-106 system, and regularly update the Cultural and Historic Resource Program webpage.

Curation Services and Collections Management

1.) The Offeror shall assume it will provide complete curation services for all artifacts.

2.) The Offeror shall assume storage of Manhattan Project - Cold War (MP-CW) Era Artifacts requires 11,120 SF and storage of MP-CW records requires 201 linear feet at the commencement of the Contract period.

3.) The Offeror shall assume that all non MP-CW records are digital.

4.) The Offeror shall assume that it is required to transition all artifact records to a digital format by the completion date of the Contract.

C.4.9.7 Environmental

Integration

PWS Assumptions

1.) The Offeror shall assume it will conduct 84 Regulatory Inspections per/yr.

2.) The Offeror shall assume that fulfilling the requirements of this section will require a multi-disciplinary approach.

3.) The Offeror shall assume the workload will remain constant during the contract period.

NEPA Planning and Program Support

1.) The Offeror shall assume that it will not be responsible for the preparation of Environmental Impact Statements (EIS).

2.) The Offeror shall assume that NEPA provisions are the main driver for this scope of work, and that DOE will decide the level of NEPA actions and direct the work accordingly.

3.) The Offeror shall assume that it will commit to, or prepare a State Environmental Policy Act (SEPA) document only upon direction from the DOE NCO.

4.) The Offeror shall assume that NEPA activity reporting includes program, policy, and procedure change activities.

5.) The Offeror shall assume there will be no new environmental laws, legislations, or regulations related to NEPA.

6.) The Offeror shall assume that NHPA section 106 reviews are performed under the Cultural and Historical Resource Program.

7.) The Offeror shall assume that it must provide ready-to-serve capability at the level of Subject Matter Expert.

Page 20: Attachment L-8 Assumptions - Energy.gov · Attachment L-8. Assumptions PWS Work Package PWS Description HMESC WBS/Assumptions C.3 Sponsorship, Management and Administration of Legacy

HANFORD MISSION ESSENTIAL SERVICES CONTRACT – DRAFT RFP SECTION L SOLICITATION NO. 89303318REM000007 ATTACHMENT L-8

L-18

Attachment L-8. Assumptions

PWS Work

Package PWS Description HMESC WBS/Assumptions

C.4.9.8 Environmental

Compliance Support

PWS Assumptions

1.) The Offeror shall assume this program includes general trend analyses, program tracking and reporting, and environmental support for other contractor functions.

2.) The Offeror shall assume the workload will remain constant during the contract period.

Environmental Monitoring

1.) The Offeror shall assume 100 air monitoring stations will remain active during the contract period.

2.) Assume 3,360 environmental samples are analyzed per/yr.

3.) The Offeror shall assume environmental samples include ambient air, soil, vegetation, TLDs, surface water, sediment, food & farm products, & wildlife.

3.) Assume 80 annual regulatory inspections are performed per/yr.

5.) The Offeror shall assume reviews are performed annually of the environmental monitoring program design and implementation, sample collection, sample analysis, data management, data review and evaluation,

exposure assessment, and reporting requirements.

6.) The Offeror shall assume the Hanford Site Environmental Report that documents Hanford Site environmental compliance status, environmental conditions on and around the Hanford Site, and the potential offsite

public radiological exposure resulting from Hanford operations, is developed annually.

Ecological Monitoring and Compliance

1.) Assume 140 monitoring reports (radiological, groundwater, air, ASER) are developed per/yr.

2.) Assume 10 mitigation actions are performed per/yr.

3.) The Offeror shall assume interfaces will include DOE and OHCs

4.) The Offeror shall assume ecological reviews and analyses are performed, at DOE’s request, for NEPA efforts.

5.) The Offeror shall assume an annual review with DOE counterparts on ecological compliance procedures and documents is coordinated to determine if they need to be reviewed or revised in the next fiscal year.

6.) The Offeror shall assume interfaces include USFWS, Washington Department of Fish and Wildlife, The Nature Conservancy, Washington State Natural Heritage Project and universities.

Biological Controls

1.) Assume 4,018 acres are treated for Radiation Contamination control per/yr.

2.) Assume 66 acres are treated for Invasive Species Control per/yr.

3.) Assume 5,992 herbicide applications are performed per/yr.

4.) The Offeror shall assume that waste site surveillance and maintenance is included for vegetation, animal pests, and noxious weeds.

5.) The Offeror shall assume event reports must be submitted in accordance with DOE occurrence reporting requirements.

6.) The Offeror shall assume interfaces include Benton, Grant, and Franklin County Noxious Weed Control Boards, USFWS, and U.S. Army Corps of Engineers for coordination of biological control activities near the

Hanford Reach National Monument, and the Washington State Department of Agriculture Pesticide Management Division, EPA, DOH, and Ecology for relevant biological control activities.

7.) This scope is not expected to change and will remain consistent with the historical over the contract period.

Environmental Regulatory Management

1.) The Offeror shall assume environmental regulatory management includes a multitude of interfaces, relationships and liaisons with a wide variety of regulatory agencies and organizations.

2.) The Offeror shall assume the scope includes management and administration of the EMS site-wide reporting systems.

3.) The Offeror shall assume support for environmental regulatory audits/reviews must be provided as directed by DOE.

4.) Assume the Offeror is not responsible for directing technical work of other Site contractors.

Environmental Permits and Compliance

1.) The Offeror shall assume that 1 new permits will be added during the contract period.

2.) The Offeror shall assume all permits will require maintenance/renewal during the contract period.

3.) The Offeror shall assume permits will be managed that include Offeror as sole permittee, DOE as sole or joint permittee, and multiple site contractors as permittees.

C.4.9.9 Natural Phenomena

Monitoring

PWS Assumptions

1.) The Offeror shall assume there are 70 active seismic/meteorological monitoring stations that will remain active during the contract period.

2.) This scope is not expected to change and will remain consistent with the historical over the contract period.

Meteorological and Climatological Services

1.) Assume 1 meteorological and climatological monitoring station will be dispositioned.

2.) The Offeror shall assume that support is required to integrate meteorological data with the National Weather Service.

Seismic Monitoring

Page 21: Attachment L-8 Assumptions - Energy.gov · Attachment L-8. Assumptions PWS Work Package PWS Description HMESC WBS/Assumptions C.3 Sponsorship, Management and Administration of Legacy

HANFORD MISSION ESSENTIAL SERVICES CONTRACT – DRAFT RFP SECTION L SOLICITATION NO. 89303318REM000007 ATTACHMENT L-8

L-19

Attachment L-8. Assumptions

PWS Work

Package PWS Description HMESC WBS/Assumptions

1.) Assume 39 strong motion accelerometer sites that will remain active during the contract period.

2.) Assume 10 seismometer sites that will remain active during the contract period.

3.) The Offeror shall assume this scope includes development of natural phenomena hazards assessments.

C.4.9.10 Radiological Site

Services

PWS Assumptions

1.) The Offeror shall assume it will Implement and maintain 4 radiological support programs under this PWS.

2.) The Offeror shall assume it will Implement and maintain the Radiological Support Services Strategic Plan.

3.) The Offeror shall assume it will coordinate the RSS program with Records Management.

4.) The Offeror shall assume that RSS is a site-wide program, which includes integrator responsibilities.

5.) This scope is not expected to change and will remain consistent with the historical over the contract period.

Hanford External Dosimetry Program (HEDP)

1.) The Offeror shall assume it will perform HEDP Services for 60,000 dosimeters per/yr. Such services include preparing, distributing, processing and documenting dosimetry program information for DOE, Other

Hanford Contractors (OHC's), Subcontractors and Hanford Site Visitors.

2.) The Offeror shall assume it will provide and maintain specifications of all dosimeters used in the program.

3.) The Offeror shall assume it will provide technical support for all customers. Key customers are DOE, OHC's & their subcontractors, and Hanford Site visitors.

4.) The Offeror shall assume it will maintain a live point of contact 24/7.

Hanford Internal Dosimetry Program (HIDP)

1.) The Offeror shall assume it will perform HIDP Services for 7,000 in vitro and in vivo bioassays per calendar year, for DOE, OHC's & their Subcontractors and Hanford Site visitors.

2.) The Offeror shall maintain documents which sufficiently describe the technical basis for the HIDP.

3.) The Offeror shall assume it will implement routine schedule of in-vivo and in-vitro bioassays including pickup and delivery.

4.) The Offeror shall assume it will maintain a live point of contact 24/7.

Hanford Radiological Instrumentation Program

1.) The Offeror shall assume it will perform 16,000 instrument calibrations per/yr.

2.) The Offeror shall assume that Calibration services include pickup and delivery of radiological instruments.

3.) The Offeror shall assume that it must have the capability to calibrate, maintain, and repair instruments relating to x-ray, gamma ray, beta and alpha particle, and neutron radiation.

4.) The Offeror shall assume it will maintain on file technical documentation of the performance and specifications of all radiological instrumentation calibrated or maintained.

5.) The Offeror shall provide 1 Point of Contact for routine requests or information.

C.4.10.1 Integrated Safety

Management System

PWS Assumptions

1.) Assume development and implementation of a Hanford Site Integrated Safety Management System.

2.) The Offeror shall assume there are 36 Field ISMS Assessments/Validations and associated reports per/yr.

3.) Assume the development and submittal of 1-Phase I Verification per/yr.

4.) Assume the development and submittal of 1-Phase II Verification per/yr.

5.) This scope is not expected to change and will remain consistent with the historical over the contract period.

C.4.10.2 Organizational/Safet

y Culture

PWS Assumptions

1.) The Offeror shall assume the development and maintenance of 1 Organizational/Safety Culture Sustainment Plan per/yr.

2.) The Offeror shall assume the administration and maintenance of the Hanford Safety Culture Survey (HSCS) process.

3.) The Offeror shall update organization/safety plans in response to site events, as necessary.

4.) This scope is not expected to change and will remain consistent with the historical over the contract period.

C.4.10.3 Radiation Protection

PWS Assumptions

1.) The Offeror shall adopt an existing approved Radiation Protection Program (RPP) until the Contractor's RPP is approved.

2.) Assume that the work scope includes 8 radiological facilities.

3.) The Offeror shall attend 12 Hanford Site Radiological Control Forum (HSRCF) meetings per/yr.

4.) The Offeror shall perform operations/maintenance of the site-wide radiological protection software.

5.) This scope is not expected to change and will remain consistent with the historical over the contract period.

Page 22: Attachment L-8 Assumptions - Energy.gov · Attachment L-8. Assumptions PWS Work Package PWS Description HMESC WBS/Assumptions C.3 Sponsorship, Management and Administration of Legacy

HANFORD MISSION ESSENTIAL SERVICES CONTRACT – DRAFT RFP SECTION L SOLICITATION NO. 89303318REM000007 ATTACHMENT L-8

L-20

Attachment L-8. Assumptions

PWS Work

Package PWS Description HMESC WBS/Assumptions

C.4.10.4 Worker Safety and

Health Management

PWS Assumptions

1.) The Offeror shall assume the development and implementation of a Worker Safety and Health Program that complies with 10 CFR 851, "Worker Safety and Health Program".

2.) The Offeror shall perform work activities in compliance with a documented Worker Safety and Health Program (WSHP) as approved by DOE.

3.) This scope is not expected to change and will remain consistent with the historical over the contract period.

C.4.10.5 Worker Substance

Abuse Programs

PWS Assumptions

1.) Assume this program will align with 10 CFR 707 and 49 CFR 40.

2.) This scope is not expected to change and will remain consistent with the historical over the contract period.

3.) The workload is independent of the incidence of drug use in the workplace population.

4.) Assume the Work Place Substance Abuse Program will include contractor personnel who are in testing-designated positions.

5.) The Offeror shall assume this program includes 500 radiological workers.

6.) Assume this program includes 120 workers performing work covered by DOT regulations.

C.4.10.6

Event Notification,

Reporting, and

Investigation

PWS Assumptions

1.) Assume that reported events each require 1 Investigation and causal analysis.

2.) The Offeror shall assume that there will be 153 Reportable Events per/yr.

3.) The Offeror shall assume that there are 3 Federal Accident Investigations performed per/yr.

4.) This scope is not expected to change and will remain consistent with the historical over the contract period.

C.4.10.7

Activity Level Work

Planning and Control

Program

PWS Assumptions

1.) The Offeror shall assume integration of Activity-Level Work Planning and Control software with the ISMS will be performed during contract transition.

2.) Assume 500 Activity Level Work Control Documents will be processed and performed per/yr.

3.) The Offeror shall assume a minimum of 5 hrs. of training per/mo. for every labor resource.

4.) This scope is not expected to change and will remain consistent with the historical over the contract period.

C.4.10.8 Quality Assurance

PWS Assumptions

1.) The Offeror shall assume the Quality Assurance Program (QAP) will be implemented using a graded approach, based upon the relative importance of the activity and the potential consequences of failure.

2.) The Offeror shall assume until the QAP is approved, an existing DOE-RL QAP will be used as an interim program.

3.) Assume 10 functional group QAIPs reviewed per/yr.

4.) Assume 80 performance audits performed per/yr.

5.) Assume 40 subcontractor QAIPs reviewed per/yr.

6.) This scope is not expected to change and will remain consistent with the historical over the contract period.

C.4.10.9 Conduct of

Operations

PWS Assumptions

1.) The Offeror shall assume operations will be conducted in accordance with the requirements of CRD O 422.1, Chg. 2.

2.) The Offeror shall assume this PWS includes support to each managed facility and in startup readiness preparation.

3.) This scope is not expected to change and will remain consistent with the historical over the contract period.

C.4.10.10 Beryllium

PWS Assumptions

1.) Assume 402 Be workers on the Hanford Site.

2.) Assume 11 Be facilities currently identified on site.

3.) Assume 419 Be screenings (facility assessments) performed per/yr.

4.) Assume 1,525 building samples performed and evaluated per/yr.

5.) Assume 1,972 conex box samples performed and evaluated per/yr.

6.) Assume 420 electrical equipment samples performed and evaluated per/yr.

7.) Assume 12 BAG meetings per/yr.

8.) This scope is not expected to change and will remain consistent with the historical over the contract period.

9.) The Offeror shall assume expert support will be provided to support development and updates to the site Be training program.

C.4.11.1 Engineering PWS Assumptions

1.) Assume 408 Engineering Change Requests (ECRs) per/yr. ECRs are used to release engineering products that are primarily facility modification packages, calculations, engineering drawings, and various technical

reports.

Page 23: Attachment L-8 Assumptions - Energy.gov · Attachment L-8. Assumptions PWS Work Package PWS Description HMESC WBS/Assumptions C.3 Sponsorship, Management and Administration of Legacy

HANFORD MISSION ESSENTIAL SERVICES CONTRACT – DRAFT RFP SECTION L SOLICITATION NO. 89303318REM000007 ATTACHMENT L-8

L-21

Attachment L-8. Assumptions

PWS Work

Package PWS Description HMESC WBS/Assumptions

2.) The Offeror shall assume the workload for this PWS will vary year-to-year based upon the number of Infrastructure Reliability Projects and other engineering support requirements.

3.) The Offeror shall assume this PWS includes engineering for fire protection systems.

C.4.11.2 Business

Administration

PWS Assumptions

1.) The Offeror shall assume it will furnish all general management expertise, leadership, and business administration to manage the entire scope of work described in Section C.

2.) The Offeror shall assume it will furnish overall executive leadership necessary to execute the entire scope of work described in Section C. Includes centralized programs/organizations for president's support,

contracts/procurement, finance/accounting, financial operational strategy, independent oversight, legal, proposals, relocations, safety incentive performance, strategy management, communications, and human resources.

3.) The Offeror shall assume it will furnish all leadership and administration of finance/accounting and financial operational strategy.

4.) The Offeror shall assume it will furnish all leadership and administration of procurement and contract administration commensurate with the scope of work described in Section C.

5.) The Offeror shall assume it will furnish all leadership and administration of a human resources function commensurate with the scope of work described in Section C., including management and administration.

6.) The Offeror shall assume it will furnish all leadership and administration of a safety program function commensurate with the scope of work described in Section C.

7.) The Offeror shall assume it will furnish all leadership and administration of a legal function commensurate with the scope of work described in Section C.

8.) The Offeror shall assume that 1 new litigation case will be filed every two years which involves Offeror (litigation costs greater than $100,000).

9.) The Offeror shall assume that it will establish at the executive level cooperative relationships with Other Hanford Contractors, other stakeholders, regulators, and DOE.

10.) The Offeror shall assume that all external communications costs are captured in C.4.7.4 - External Communications.

C.4.11.2

Business

Administration

(Cont.)

HMESC Hanford Site Pension Plan (HSPP) Administration, HMESC HEWT Medical/Dental/Misc. Benefits Administration, HMESC Hanford Site Savings Plan Administration, HMESC Market-Based

Medical/Dental/Misc. Benefits Administration, HMESC Market-Based Retirement Savings Plan Administration, Fernald Legacy Benefits Administration, Mound Legacy Benefits Administration, Rocky Flats Legacy

Benefits Administration, HPMC Legacy Benefits Administration

1.) The Offeror shall assume benefits contributions are government furnished costs captured within C.4.11.2, C.2, and C.3. Administration of benefits and benefit contributions is not government furnished and is captured

here for all contributions.

HMESC Market-Based Medical/Dental/Misc. Benefits Contribution

1.) Government Furnished Cost based on 530 non-HSPP eligible employees on the Hanford site:

2.) Includes HMESC employees.

Total - $32,786,550*

FY19 - $1,278,484, FY20 - $3,241,623 , FY21 - $3,215,965 , FY22 - $3,931,336 , FY23 - $3,081,702 , FY24 - $2,883,584 , FY25 - $2,983,855 , FY26 - $2,993,860 , FY27 - $3,103,697 , FY28 - $3,454,880, FY29 -

$2,617,560

HMESC Market-Based Retirement Saving Plan Contribution

1.) Government Furnished Cost based on 530 non-HSPP eligible employees on the Hanford site:

2.) Includes HMESC employees.

Total - $98,359,652*

FY19 - $3,835,454 , FY20 - $9,724,871 , FY21 - $9,647,897 , FY22 - $1,179,4008 , FY23 - $9,245,106 , FY24 - $8,650,752 , FY25 - $8,951,565 , FY26 - $8,981,582 , FY27 - $9,311,091 , FY28 - $10,364,641 ,FY29 -

$7,852,680

C.4.11.3 Internal Audit

PWS Assumptions

1.) The Offeror shall assume that are 9 internal audits performed per/yr.

2.) The Offeror shall assume that there will be 1 Audit Activities Report developed annually.

3.) The Offeror shall assume that a Quarterly Internal Audit Status Reports will be performed per/yr.

4.) The Offeror shall assume the workload will remain constant during the contract period.

C.4.11.4 Employee Concerns

Program

PWS Assumptions

1.) Assume 1 annual self-assessment performed per/yr.

2.) The Offeror shall assumed all unresolved employee concerns during contract transition period are accepted by the end of the transition period.

3.) The Offeror shall assume regular follow up are performed to prevent recurrence of resolved employee concerns.

4.) Assume that there will be interface activities with Government and all Hanford Site Contractors, and labor associations in connection with work under this PWS.

5.) This scope is not expected to change and will remain consistent with the historical over the contract period.

C.4.11.5 Strategic Partnership

Projects

PWS Assumptions

1.) Assume that a DOE approved program will be used to help the Government leverage the resources and capabilities of the contractor.

2.) The Offeror shall assume Strategic Partnership Projects (SPP) proposals will be submitted to DOE for approval prior to making commitments.

3.) The Offeror shall assume the workload will remain constant during the contract period.

Page 24: Attachment L-8 Assumptions - Energy.gov · Attachment L-8. Assumptions PWS Work Package PWS Description HMESC WBS/Assumptions C.3 Sponsorship, Management and Administration of Legacy

HANFORD MISSION ESSENTIAL SERVICES CONTRACT – DRAFT RFP SECTION L SOLICITATION NO. 89303318REM000007 ATTACHMENT L-8

L-22

Attachment L-8. Assumptions

PWS Work

Package PWS Description HMESC WBS/Assumptions

C.4.11.6 Program

Management

PWS Assumption

1.) Assume that a compliant Program Management process will be implemented for this PWS.

2.) The Offeror shall assume the workload will remain constant during the contract period.

Strategic and Tactical Planning

1.) Assume Strategic and Tactical Planning is performed for 100 services per/yr.

C.4.11.7 Project Management

PWS Assumptions

1.) The Offeror shall assume the number of annual projects are as follows:

FY19 - 13, FY20 - 14, FY21 - 17, FY22 - 10, FY23 - 11, FY24 - 14, FY25 - 13, FY26 - 13, FY27 - 13, FY28 - 13, FY29 - 13

2.) Assume that the Reliability Project Investment Portfolio (RPIP) is a lifecycle integrated portfolio of work.

3.) Assume that the project development process uses $ value vs Project Management criteria approach.

4.) The Offeror shall assume the workload will vary year-to-year based upon the number, size, and complexity of projects.

Planning

1.) The Offeror shall assume the documents containing the basis for individual projects shall be made available electronically or otherwise to the DOE as projects are added to the 3 year rolling wave of project starts in the

RPIP before the projects are initiated.

2.) The Offeror shall assume the RPIP and its associated project components shall be managed per the RPIP MP and submittals to support the budget process. DOE will provide fiscal year guidance for the level of RPIP

funding to manage the RPIP for the 3 year rolling window of project starts.

Project Performance Management

1.) The Offeror shall assume the Contractor will manage the planning, execution, and reporting of project work in accordance with the contract Section H clause entitled, "Integrated Work Control Systems and Reporting

Requirements".

Program Project Integration

1.) The Offeror shall assume that this plan as described in the RPIP Management Plan shall describe how integration between programs and projects will be accomplished for the duration of the project through project

closeout, and transition/turnover to operations.

Performance Measurement Baseline

1.) The Offeror shall assume that this is a life cycle integrated and traceable technical scope, schedule, and cost baseline that encompasses the activities to execute the work scope requirements that are directly funded from

DOE to the Contractor, and being performed under this Contract.

Project Risk Management

1.) The Offeror shall assume the Project Risk Management Plan will be in alignment with the Contractor’s Project Execution Plan. The Project Risk Management Plan will be compliant with the requirements of CRD O

413.3B, Program and Project Management for the Acquisition of Capital Assets.

C.4.11.8

Hanford Portfolio

Analysis, Project

Support and

Independent

Assessment

PWS Assumptions

1.) Assume reports on the usage of Management reserve are provided to DOE monthly.

2.) Assume 12 Program Performance Report per/yr.

3.) Support 1 Environmental Liability Report per/yr.

4.) Assume 12 Risk Assessment Report per/yr.

5.) The Offeror shall assume the workload will remain constant during the contract period.

Hanford Portfolio Analysis

1.) Assume 1 Case Analyses will be performed per/yr.

Life Cycle Cleanup Baseline

1.) Assume that a Lifecycle Baseline cleanup will be performed once per/yr.

Project Support

1.) The Offeror shall assume project support includes budget development and analysis, P6 schedule development, Earned Value Management, and performance KPI's per/yr. on a task basis from DOE.

Page 25: Attachment L-8 Assumptions - Energy.gov · Attachment L-8. Assumptions PWS Work Package PWS Description HMESC WBS/Assumptions C.3 Sponsorship, Management and Administration of Legacy

HANFORD MISSION ESSENTIAL SERVICES CONTRACT – DRAFT RFP SECTION L SOLICITATION NO. 89303318REM000007 ATTACHMENT L-8

L-23

Attachment L-8. Assumptions

PWS Work

Package PWS Description HMESC WBS/Assumptions

Independent Assessment

1.) Assume that assessments will be based on Task Orders by DOE.

Outgoing Contract Transition

1.) Assume 1 contractor transition per/program.

2.) Assume a 3 month duration for outgoing transition.

3.) Assume this scope is based on Task order from DOE.

C.5

DOE Small Business

Procurement Pre-

Award Support

PWS Assumptions

1.) Historically 6 FTEs (i.e.; Program Manager, Administrative Assistant, Technical Writer/Editor, Procurement Specialist, Contracting Officer, Planner/Scheduler, and Estimator) and $200K in subcontracts have been

experienced in a year for performing the type of scope in this CLIN and is not expected to change.

2.) The Offeror shall assume at a minimum the same historical level of support when developing their proposals.

3.) The Offeror shall assume that 5 ea. business case analyses will be performed.

C.6

Usage-Based

Services to be

Provided to Other

Hanford Contractors

PWS Assumptions

1.) The Offeror shall assume the cost for this PWS is distributed estimated in CLIN 4.

2.) The Offeror shall assume the distribution of UBS costs varies based upon the service. The distribution is provided in the L.16 instructions.

C.7 Infrastructure

Reliability Projects

PWS Assumptions

1.) The Offeror shall assume Infrastructure Reliability Projects will be authorized on a task order basis issued by the Government.

2.) The Offeror shall assume reliability projects include such resources as; managers, project managers, projects controls, schedulers, estimators, construction managers, and administrative support.

3.) The Offeror shall assume scope of work for reliability projects includes studies, programming, design & engineering, and construction.

4.) Assume no changes will be made to the list of Infrastructure Reliability Projects in Section J, Attachment J-15 during the contract period.

5.) The Offeror shall assume the workload for this PWS will vary year-to-year based upon the number, size, and complexity of Infrastructure Reliability Projects being completed.

Government Furnished Cost:

Total - $385,000,000

FY19 - $12,800,000; FY20 - $38,500,000; FY21 - $38,500,000;, FY22 - $38,500,000; FY23 - $38,500,000; FY24 - $38,500,000; FY25 - $38,500,000; FY26 - $38,500,000; FY27 - $38,500,000; FY28 - $38,500,000; FY29

- $25,700,000

C.8

DOE Small Business

Procurement Post-

Award Support and

Additional

Assignments in

Accordance with

PWS

PWS Assumptions

1.) The Offeror shall assume this PWS includes management and administration specific to small business contracts.

2.) The Offeror shall assume interfaces include SBE and various small businesses.

3.) The Offeror shall assume this PWS includes performing all additional assignments as requested by DOE on a Task Order basis.

Government Furnished Cost:

Total - $15,000,000

FY19 - $500,000; FY20 - $1,500,000; FY21 - $1,500,000; FY22 - $1,500,000; FY23 - $1,500,000; FY24 - $1,500,000; FY25 - $1,500,000; FY26 - $1,500,000; FY27 - $1,500,000; FY28 - $1,500,000; FY29 - $1,000,000

Resource Codes for Offeror's Use

Resource Type

(A) Cost Element (B) Resource Code (C) - Resource Description, FLSA (D)

Labor Labor C010-HMC - Carpenters, HAM

Labor Labor C020-HMC - Electricians, HAM

Labor Labor C021-HMC - Electrical Dispatcher, HAM

Labor Labor C022-HMC - Lineman, HAM

Labor Labor C030-HMC - HVAC-Heating/Refrigeration, HAM

Page 26: Attachment L-8 Assumptions - Energy.gov · Attachment L-8. Assumptions PWS Work Package PWS Description HMESC WBS/Assumptions C.3 Sponsorship, Management and Administration of Legacy

HANFORD MISSION ESSENTIAL SERVICES CONTRACT – DRAFT RFP SECTION L SOLICITATION NO. 89303318REM000007 ATTACHMENT L-8

L-24

Attachment L-8. Assumptions

PWS Work

Package PWS Description HMESC WBS/Assumptions

Labor Labor C050-HMC - Masons, HAM

Labor Labor C060-HMC - Millwrights, HAM

Labor Labor C071-HMC - Painters-Regular, HAM

Labor Labor C072-HMC - Painters-Sign, HAM

Labor Labor C081-HMC - Pipefitters, HAM

Labor Labor C082-HMC - Boilermakers, HAM

Labor Labor C091-HMC - Metal Workers-Iron, HAM

Labor Labor C092-HMC - Metal Workers-Sheet Metal, HAM

Labor Labor C100-HMC - Vehicle & Equipment Mechanics, HAM

Labor Labor C110-HMC - Welders, HAM

Labor Labor C121-HMC - Other Crafts-Insulators, HAM

Labor Labor C122-HMC - Other Crafts-Various, HAM

Labor Labor E020-HMC - Civil Engineers, FEX

Labor Labor E040-HMC - Electrical Engineers, FEX

Labor Labor E050-HMC - Environmental Engineers, FEX

Labor Labor E060-HMC - Industrial Engineers, FEX

Labor Labor E070-HMC - Mechanical Engineers, FEX

Labor Labor E080-HMC - Nuclear Engineers, FEX

Labor Labor E100-HMC - Plant Engineers, FEX

Labor Labor E110-HMC - Quality Control Engineers, FEX

Labor Labor E120-HMC - Safety Engineers, FEX

Labor Labor E130-HMC - Other Engineers, FEX

Labor Labor E140-HMC - Construction Engineers, FEX

Labor Labor G010-HMC - Administrative Assistants, FEX

Labor Labor G020-HMC - Office Clerks-General, FNE

Labor Labor G031-HMC - Office Clerks General-Spec, HAM

Labor Labor G032-HMC - Office Clerks-Material Coord, HAM

Labor Labor G033-HMC - Office Clks-Tool Crib Attend, HAM

Labor Labor G040-HMC - Secretaries, FNE

Labor Labor L011-HMC - Firefighters NonPlatoon, HAM

Page 27: Attachment L-8 Assumptions - Energy.gov · Attachment L-8. Assumptions PWS Work Package PWS Description HMESC WBS/Assumptions C.3 Sponsorship, Management and Administration of Legacy

HANFORD MISSION ESSENTIAL SERVICES CONTRACT – DRAFT RFP SECTION L SOLICITATION NO. 89303318REM000007 ATTACHMENT L-8

L-25

Attachment L-8. Assumptions

PWS Work

Package PWS Description HMESC WBS/Assumptions

Labor Labor L012-HMC - Firefighters Platoon, HAM

Labor Labor L013-HMC - Firefighters Captain NonPlatn, HAM

Labor Labor L014-HMC - Firefighters Captain Platoon, HAM

Labor Labor L030-HMC - Janitors & Cleaners, HAM

Labor Labor L070-HMC - Light Vehicle Drivers, HAM

Labor Labor L080-HMC - Security Guards, HGU

Labor Labor L090-HMC - Other Laborers & Service Wkrs, HAM

Labor Labor M010-HMC - First Line Supervisors, FEX

Labor Labor M020-HMC - Managers & Executives, FEX

Labor Labor M030-HMC - Project and Program Managers, FEX

Labor Labor P010-HMC - Accountants and Auditors, FEX

Labor Labor P030-HMC - Buyers/Procurement/Contracting, FEX

Labor Labor P040-HMC - Communications Specialists, FEX

Labor Labor P060-HMC - Computer Systems Analysts, FEX

Labor Labor P070-HMC - Planner/Scheduler/Estimators, FEX

Labor Labor P071-HMC - Planner/Scheduler/Estimators, FEX

Labor Labor P080-HMC - Health Physicists, FEX

Labor Labor P090-HMC - Industrial Hygienists, FEX

Labor Labor P110-HMC - Personnel & Labor Relations, FEX

Labor Labor P140-HMC - Safeguards & Security Spec, FEX

Resource Codes for Offeror's Use

Resource Type

(A) Cost Element (B) Resource Code (C) - Resource Description, FLSA (D)

Labor Labor P150-HMC - Trainers & Instructors, FEX

Labor Labor P160-HMC - Technical Writers & Editors, FEX

Labor Labor P170-HMC - Other Professionals, FEX

Labor Labor R031-HMC - Heavy Equip Operator, HAM

Labor Labor R032-HMC - Equip Operator-Crane, HAM

Labor Labor R070-HMC - Utilities System Operators, HAM

Labor Labor R071-HMC - Substation Electrician, HAM

Page 28: Attachment L-8 Assumptions - Energy.gov · Attachment L-8. Assumptions PWS Work Package PWS Description HMESC WBS/Assumptions C.3 Sponsorship, Management and Administration of Legacy

HANFORD MISSION ESSENTIAL SERVICES CONTRACT – DRAFT RFP SECTION L SOLICITATION NO. 89303318REM000007 ATTACHMENT L-8

L-26

Attachment L-8. Assumptions

PWS Work

Package PWS Description HMESC WBS/Assumptions

Labor Labor R072-HMC - Substation Operator, HAM

Labor Labor R080-HMC - Other Operators, HAM

Labor Labor S020-HMC - Environmental Scientists, FEX

Labor Labor S060-HMC - Mathematicians, FEX

Labor Labor S080-HMC - Social Scientists, FEX

Labor Labor S090-HMC - Other Scientists, FEX

Labor Labor S100-HMC - Computer Scientists, FEX

Labor Labor T020-HMC - Drafters, FNE

Labor Labor T030-HMC - Engineering Technicians, FNE

Labor Labor T050-HMC - Health Physics Technicians, HAM

Labor Labor T060-HMC - Industrial Health/Safety Tech, HAM

Labor Labor T070-HMC - Instrument & Control Techs, HAM

Labor Labor T071-HMC - Meter Relay Techs, HAM

Labor Labor T110-HMC - Other Technicians, FNE

Material Material 10 - Material

Subcontractor Sub 21 - Subcontracts

Subcontractor Sub 22 - Taxable PO's & Contracts

Other Equipment EQ-1 - Owned Equipment

Other Equipment EQ-2 - Rented Equipment

Other ODC - UBS 2L - GSA Vehicle Lease

Other ODC - UBS 2M - GSA Vehicle Mileage

Other ODC - UBS 41 - Training Services

Other ODC - UBS 44 - Crane & Rigging

Other ODC - UBS 45 - Courier Services

Other ODC - UBS 4F - Occupancy

Other ODC - UBS 4V - Fleet

Other ODC - UBS 5V - Fleet Maintenance

Other ODC - UBS 60 - Calibrations & Repair

Other ODC - UBS 62 - Rad Site Services Dosimetry

Other ODC - UBS 63 - Information Technology Service

Page 29: Attachment L-8 Assumptions - Energy.gov · Attachment L-8. Assumptions PWS Work Package PWS Description HMESC WBS/Assumptions C.3 Sponsorship, Management and Administration of Legacy

HANFORD MISSION ESSENTIAL SERVICES CONTRACT – DRAFT RFP SECTION L SOLICITATION NO. 89303318REM000007 ATTACHMENT L-8

L-27

Attachment L-8. Assumptions

PWS Work

Package PWS Description HMESC WBS/Assumptions

Other ODC - UBS UBS-1 - Electrical Transmission and Distribution, and Energy Management

Other ODC - UBS UBS-2 - Water System

Other ODC - UBS UBS-3 - Sewer Systems

Other ODC - UBS UBS-4 - Sanitary Waste Management and Disposal

Other ODC - UBS UBS-5 - Roads and Grounds

Other ODC - UBS UBS-6 - Railroad Services

Other ODC - UBS UBS-8 - Motor Carrier Services

Other ODC - UBS UBS-10 - Cyber Security

Other ODC - UBS UBS-11 - Fire and Emergency Response Services

Other ODC - UBS UBS-13 - Work place Substance Abuse Programs

Other ODC - UBS UBS-14 - NEPA Planning and Program Support

Other ODC - UBS UBS-15 - Environmental Compliance Support Program

Other ODC - UBS UBS-16 - Environmental Monitoring

Other ODC - UBS UBS-17 - Biological Controls

Other ODC - UBS UBS-18 - Environmental Permits and Compliance

Other ODC - UBS UBS-19 - Environmental Mitigation Strategy and Planning

Other ODC - UBS UBS-20 - Ecological Monitoring and Compliance

Other ODC - UBS UBS-24 - Meteorological and Climatological Services

Resource Codes for Offeror's Use

Resource Type

(A) Cost Element (B) Resource Code (C) - Resource Description, FLSA (D)

Other ODC - UBS UBS-25 - Geospatial Information Management

Other ODC - UBS UBS-31 - Cyber Security

Other ODC - UBS UBS-32 - Inventory and Schedule Management

Other ODC - UBS UBS-33 - Major Collection Management

Other ODC - UBS UBS-34 - Long-Term Records Storage

Other ODC - UBS UBS-35 - Multi-Media Services

Other ODC - UBS UBS-36 - Site Forms Management

Other ODC - UBS UBS-37 - Property Systems and Material Management Program

Other ODC - UBS UBS-39 - Reproduction Services

Page 30: Attachment L-8 Assumptions - Energy.gov · Attachment L-8. Assumptions PWS Work Package PWS Description HMESC WBS/Assumptions C.3 Sponsorship, Management and Administration of Legacy

HANFORD MISSION ESSENTIAL SERVICES CONTRACT – DRAFT RFP SECTION L SOLICITATION NO. 89303318REM000007 ATTACHMENT L-8

L-28

Attachment L-8. Assumptions

PWS Work

Package PWS Description HMESC WBS/Assumptions

Other ODC - UBS UBS-40 - Facility Services

Other ODC - UBS UBS-41 - Custodial

Other ODC - UBS UBS-42 - Locksmith Services

Other ODC - UBS UBS-43 - Land Management

Other ODC - UBS UBS-44 - Cultural and Historical Resource Program

Other ODC - UBS 2R - Relocation and education reimb

Other ODC - UBS 2T - Travel Expense

Other ODC - UBS 28 - Misc. Other Originated Costs

Resource Legend

Resource Type (A)

A Resource Type must be assigned to each estimated resource in accordance with this table. Non-Labor resources are not subject to change and shall follow the coding provided in the resource table. Any added Labor resource in accordance with the L-16 instructions must

be coded as "Labor" for Resource Type.

Cost Element (B)

When adding a labor resource in accordance with the L-16 instructions, the assigned Cost Element for all Labor categories with be "Labor". All other resources are not subject to change. All resources estimated in Appendix G must be accompanied by the Cost Element

assigned in this table.

Resource Code (C) Offerors must use resource codes provided

FLSA (D)

If a Labor resource is added, a FLSA code must be assigned. To assign a FLSA, match the FLSA code to existing categories starting with the same letter. If multiple FLSAs exist within a group of labor resources starting with the same letter, match the nearest COCS

nearest to the letter/number combination of the COCS added. Any added Labor resources must comply with the L-16 instruction.

FLSA Codes:

FEX Exempt

HAM

Hanford Atomic Metals

Trade Council

HGU Hanford Guards Union

FNE Non-Exempt