1 / 38

July 8, 2014

TRU Waste Processing Center Operations Pre-Solicitation Conference Draft Request for Proposal DE-SOL-0006331. July 8, 2014. Welcome and Purpose.

tameka
Download Presentation

July 8, 2014

An Image/Link below is provided (as is) to download presentation Download Policy: Content on the Website is provided to you AS IS for your information and personal use and may not be sold / licensed / shared on other websites without getting consent from its author. Content is provided to you AS IS for your information and personal use only. Download presentation by click this link. While downloading, if for some reason you are not able to download a presentation, the publisher may have deleted the file from their server. During download, if you can't get a presentation, the file might be deleted by the publisher.

E N D

Presentation Transcript


  1. TRU Waste Processing Center OperationsPre-Solicitation ConferenceDraft Request for ProposalDE-SOL-0006331 July 8, 2014

  2. Welcome and Purpose Pre-Solicitation Conference for the U.S. Department of Energy (DOE) Draft Request for Proposal (RFP) DE-SOL-0006331 for TRU Waste Processing Facility Operation at Oak Ridge, Tennessee. Purpose of the Pre-Solicitation Conference and Site Tour: •Provide information to potential Offerors. •Emphasize certain important aspects of the Draft RFP. •Visualize physical descriptions included in the Performance Work Statement (PWS). •Allow Offerors to gain a better understanding of the TWPC Operation Draft RFP.

  3. Logistics and Ground Rules • No cell phones, audio, or video recording are permitted. • DOE will not answer any questions during the pre-solicitation conference or site tour. However, interested parties are encouraged to submit their comments pertaining to the Draft RFP on the 3 x 5 inch cards provided today or via the e-mail address at twpcseb@oro.doe.gov. • Briefing slides and attendee list will be posted on the website. • The Final RFP, once released, will govern over any information presented today. Information provided today is at a summary level and subject to change.

  4. Agenda • Site History, Project Background – Karen Deacon, Senior Project Manager • Performance Work Statement – Chelsea Hubbard, Facility Representative • Acquisition Specifics – Nina Akgunduz, Contracting Officer • • Overview of the Acquisition Process • • Overview of the Draft RFP

  5. Site History and Project Background Karen Deacon, Senior Project Manager

  6. Performance Work Statement Performance Work Statement Chelsea Hubbard, DOE

  7. Performance Work Statement • Performance Objectives: • Project Management and Facility Maintenance • Operations Project Management • Cyber Security • CCP Support • Interfaces • Facility Maintenance

  8. Performance Work Statement • Performance Objectives: • Waste Processing Operations and Disposition • Completion of processing and certification of the Oak Ridge Office of Environmental Management (OREM) legacy remote handled (RH) transuranic (TRU) wastes. • Assumes processing completion of contact handled (CH) transuranic (TRU) wastes. May be impacted by inability to make Waste Isolation Pilot Plant (WIPP) shipments. • Management and dispositioning of all low-level waste (LLW) and mixed low-level waste (MLLW). • Processing, certification, and disposal of Oak Ridge National Laboratory (ORNL) newly generated RH/CH-TRU waste. Nuclear Fuel Services (NFS) CH-TRU soil waste, and the certification and disposal of Solid Waste Storage Area number 5 (SWSA-5) fissile waste.

  9. Performance Work Statement • Performance Objectives: • Container Management, Tracking, and Loading • NFS Soils Not To Exceed 2,100 Drums (Option) • Operational “Warm” Standby (Option) • Facility Decontamination and Downgrade (Option) • S&M “Cold” Standby (Option)

  10. Acquisition Specifics Nina Akgunduz, Contracting Officer

  11. Acquisition Process • This procurement for TWPC Operation will be conducted as a small businesses set-aside under North American Industry Classification System (NAICS) Code 562211, Hazardous Waste Treatment and Disposal. The size standard for NAICS Code 562211 is $35.5M. • DOE will only accept proposals from small businesses that do not exceed the small business size standard of $35.5M under NAICS code 562211, Hazardous Waste Treatment and Disposal, at the time proposals are due. • Evaluation and award of the contract will be conducted in accordance with source selection procedures in FAR Part 15.3.

  12. Acquisition Process • Draft RFP issued on June 30, 2014. • Industry is encouraged to comment on the Draft RFP. Comments are due by 5:00 PM EST on July 14, 2014. • DOE will not respond to any verbal or written questions or comments to the Draft RFP. However, comments received may be considered in preparation of the Final RFP. • However, DOE will respond and post Q&A’s on the Final RFP after its release.

  13. Acquisition Process • The Final RFP will be issued in September 2014. • Interested parties are encouraged to submit questions and comments on the Final RFP in writing for DOE response to email address: TWPCSEB@ORO.DOE.GOV • DOE will provide official responses to questions on the procurement website at: HTTP://TWPC.ORO.DOE.GOV

  14. Procurement Website

  15. Acquisition Process • Proposal Preparation: Approximately 30 to 45 days from the date the Final RFP is released. • Three physically separate volumes: • Volume I – Offer and Other Documents • Volume II – Technical Proposal • Volume III – Price Proposal • Minimum Proposal Acceptance Period: 360 days after proposals receipt date. • Government intends to award a contract without discussions. • Award based on the best value to the Government

  16. Draft RFP Overview • Sections A – J of the Final RFP will become the resultant contract. • Section A consists of Standard Form 33 which must be signed by an authorized representative of the Contractor as part of the proposal. • Becomes a fully-executed contract when the SF 33 is signed by the Government within the Minimum Proposal Acceptance Period (360 days). • Section K will be incorporated by reference into the contract. • Sections L and M contain the proposal preparation instructions and the basis for evaluation and award.

  17. Section B – Supplies or Services/Prices • This is a Hybrid Contract with Firm Fixed Price (FFP and Cost Plus Award Fee (CPAF) Contract Line Items: • FFP CLINs may be incrementally funded. • Contract Objectives: • Primary • Manage and operate the TRU Waste Processing Center (TWPC) • Perform surveillance and maintenance (S&M) activities • Provide support to the Central Characterization Project (CCP)

  18. Section B – Supplies or Services/Prices (Cont’d) • Secondary • Nuclear Fuel Services (NFS) soils will be certified by CCP on-site • Process, certify, and disposition ORNL newly generated RH/CH TRU waste

  19. Section B – Supplies or Services/Prices (Cont’d) Contract has 3 year base period and 2- one year option periods with Optional Requirements. Base Period: 36 months CLIN 1 (FFP): Transition – 45 days CLIN 2 (FFP): Project Management and Facility Maintenance Base Period CLIN 3 (CPAF): Waste Processing Operations CLIN 4 (FFP): Container Management & Loading Optional Requirements : CLIN 5 (FFP) : NFS Soils CH (NTE 2100 drums) Option Periods: 2-12 Months CLIN 6 (FFP): S&M (Warm Standby) CLIN 7 (FFP): Facility Decontamination & Downgrading CLIN 8 (FFP): S&M (Cold Standby)

  20. Section F – Deliveries or Performance Place of Performance: TRU Waste Processing Center100 WIPP RoadLenoir City, TN 37771 Period of Performance: Transition – Up to 45 days Based Period – 34.5 Months Option Periods – two -12 Months

  21. Section G – Contract Administration Data • Billing Instructions https://vipers.oro.doe.gov • Correspondence Procedures • Contact Information for Defective or Improper Invoices

  22. Section H – Special Contract Requirements • Workforce Transition and Hiring Preferences: • FAR 52.222-17 Nondisplacement of Qualified Workers (JAN 2013), is applicable • Nuclear Facilities Operations • Performance Evaluation and Measurement Plan – CLIN3 • Key Personnel

  23. Section H – Special Contract Requirements • Performance Guarantee Agreement • Work Stoppage and Shutdown Authorization • Security Qualifications • Quality Assurance for Work Affecting Nuclear Safety • Cost Reporting for the Environmental Cost Analysis System – CLIN3 • Integrated Work Control Systems and Reporting Requirements

  24. Section K – Reps, Certs, and Other Statements Representations, Certifications, and Other Statements of Offerors: • Offerors shall complete and submit all of the fill-in information provided in Section K. • Failure to provide the requested information may make the offer unacceptable for award.

  25. Section L – Instructions, Conditions, and Notices to Bidders Overview of Volume I – Offer and Other Documents • Signed Standard Form (SF) 33 • Cover Letter (No Cost/Price Information) • Representation, Certification, and Other Statement of Offer • Foreign Ownership Control, or Influence (FOCI) – Section K.6 • Completed Section B.2 Price Schedule • Organizational Conflict of Interest Disclosure – Section K.4 • Joint Ventures and/or LLC or other Teaming Arrangements • Contractor Compliance with Limitations on Subcontracting • Completed Performance Guarantee and Corporate Governance • Amendments to the RFP

  26. Section L – Instructions, Conditions, and Notices to Bidders (Cont’d) Overview of Volume II – Technical Proposal (40 page limit) No cost/price information shall be included in Volume II Criterion 1: Past Performance • Forwarded Attachment L-2, Past Performance Letter and Questionnaire for contracts that are not with DOE -EM • Completed Attachment L-3, Past Performance and Relevant Experience Information Form • Completed Attachment L-4, ESH&Q Past Performance Information Form

  27. Section L – Instructions, Conditions, and Notices to Bidders (Cont’d) Overview of Volume II – Technical Proposal Criterion 2: Technical Understanding and Approach • Approach to performing each element of the PWS • Approach to managing the fixed-price and cost-reimbursable elements of the PWS. • A detailed staffing plan and the rationale for the FTEs for each element of the PWS • Approach to transition • Three most significant risks to the successful performance of the PWS

  28. Section L – Instructions, Conditions, and Notices to Bidders (Cont’d) Overview of Volume II – Technical Proposal Criterion 3: Key Personnel and Organizational Structure • Program Manager and up to 4 additional positions • Explanation for the designations of Key Personnel positions relative to the proposed management approach • Resumes – No more than 4 pages for the Program Manager and 3 pages for all other Key Personnel • Letter of Commitment for a minimum of two years.

  29. Section L – Instructions, Conditions, and Notices to Bidders (Cont’d) Overview of Volume II – Technical Proposal Criterion 4: Relevant Experience • Relevant experience in performing work similar in size, scope, and complexity to that described in the PWS. • Size - dollar value and contract duration; • Scope - type of work; • Complexity - performance challenges and risk (e.g., types of waste, nuclear environment, regulatory environment). • Relevant Experience for Teaming Partner or Subcontractor with a value above $5 Million.

  30. Section L – Instructions, Conditions, and Notices to Bidders Overview of Volume III – Cost, Price, and Fee Proposal General Instructions: • Volume III should be sufficiently complete as a stand alone document. • Offerors shall provide proposed cost and fee by providing a completed Cost/Price Schedule in Section B. • Offerors shall submit all proposed Accounting System support information. • The Offeror shall use the organization of work set forth in the Performance Work Statement (PWS) as the Work Breakdown Structure (WBS) for its cost proposal. • DOE reserves the right to request an audit on any information provided in this volume or additional information provided by the Offeror. • The Offeror shall complete Exhibits A through L of the Excel spreadsheets for cost/price details.

  31. Section L – Instructions, Conditions, and Notices to Bidders Overview of Volume III – Cost, Price, and Fee Proposal Applicable Firm Fixed Price Instructions • Offerors shall provide a Firm Fixed Price for all CLIN’s except CLIN 3. Offerors shall use the Excel spreadsheets for cost detail. • The offeror shall propose price for each year and in total corresponding to the price for performing the Performance of Work (PWS). • The offeror’s proposed price for the transition period must be on a firm fixed price basis not to exceed 45 days. • The Work Breakdown Structure (WBS) structure shall be at the same level as the WBS in the PWS.

  32. Section L – Instructions, Conditions, and Notices to Bidders Overview of Volume III – Cost, Price, and Fee Proposal Applicable Cost Reimbursement Instructions • FAR Part 31, Contract Clause Principles and Procedures, must be the guide to the definition of cost elements. • Offerors shall provide a Cost Reimbursement price for CLIN 3 only. Offerors shall use the Excel spreadsheets for cost detail. • Offerors shall provide cost element detail for: Direct Labor Hours; Direct Labor Rates; Indirect Rates; On-Site Overhead; Materials, Equipment and Supplies; Travel; Consultants; Other Direct Costs; Escalation; and Tax. • Offerors shall provide a Basis of Estimate (BOE) documenting all estimates are consistent with the technical and management proposal. The BOE shall be a standalone document within the Volume III. • Offerors shall provide an explanation of Executive Compensation.

  33. Section M – Evaluation Factors Overall Relative Importance of Technical Evaluation Criteria Criterion 1 – Past Performance Criterion 2 – Technical Understanding and Approach Criterion 3 – Key Personnel and Organizational Structure Criterion 4 – Relevant Experience Criterion 1 and Criterion 2 are significantly more important than Criteria 3 and 4.

  34. Section M – Evaluation Factors (Cont’d) Basis for Award • The Government intends to award one contract to a single responsible Offeror whose proposal is responsive to the solicitation and is determined to be the best value to the Government. • Selection of the best value to the Government will be achieved through a process of evaluating the strengths, weaknesses, and deficiencies, of each Offeror’s technical proposal against the Evaluation Factors/Criteria • The Government is more concerned with obtaining a superior technical proposal and past performance than making an award at the lowest total evaluated price. • The Government will not make an award at a price premium that it considers disproportionate to the benefits associated with the evaluated superiority of one proposal over another.

  35. Section M – Evaluation Factors (Cont’d) Cost and Price Evaluation • The Offeror’s cost and price proposal will not be point scored or adjectivally rated, but will be evaluated for completeness, reasonableness; and (with respect to CLIN 3) realism. • The price analysis will be utilized to determine if the proposed firm-fixed prices are reasonable. • For CLIN 3, DOE will determine whether the proposed cost elements are realistic for the work to be performed, reflect a clear understanding of the work requirements, and are consistent with the methods of performance and materials described in the Offeror’s Technical Proposal for CLIN 3.

  36. Site Tour Information Tour Participants: • Must have registered for the Tour prior to today. • No smoking, no chewing (gum or tobacco products). • The DOE will not be responsible for securing any items during the tour so it is recommended they be locked in your vehicle. • Please leave personal belongings in your vehicle or on the bus. • At 12:50 PM EST, participants are to reconvene at the DOE Information Center. It is important to be on time, as instructions will be provided for the site tour. • Group assignments will be made for the bus transportation and tour. There will be 2 groups for transportation and 4 groups for the tour. Please stay with your assigned group.

  37. Each tour guide will be guiding you to points of interest. The tour guide will provide written information at each point of interest. • You will be allowed 5 minutes at each point of interest to read the written information and write down any questions. • Tour escorts are instructed not to engage in conversation and will not be answering any questions. • Please do not engage in conversation with or ask any questions of any workers. • Please return written point of interest information to your tour guide at the conclusion of the site tour. • Submit all questions on Index Cards or via the Procurement email. • Responses to all questions submitted during the site tour and the site tour scripts will be posted on the Procurement website.

  38. Closing Thank you for Attending today. Questions or comments may be submitted today via the Index Cards provided or via the Procurement Website e-mail Address: TWPCSEB@oro.doe.gov

More Related