Ohio Bids > Bid Detail

Notice of Intent: Portsmouth Gaseous Diffusion Plant Decontamination and Decommissioning (D&D) Contract Extension

Agency:
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159337010387790
Posted Date: Dec 26, 2023
Due Date: Jan 10, 2024
Source: https://sam.gov/opp/bfd584235b...
Follow
Notice of Intent: Portsmouth Gaseous Diffusion Plant Decontamination and Decommissioning (D&D) Contract Extension
Active
Contract Opportunity
Notice ID
DE-AC30-10CC40017-002
Related Notice
Department/Ind. Agency
ENERGY, DEPARTMENT OF
Sub-tier
ENERGY, DEPARTMENT OF
Office
EM-PORTSMOUTH/PADUCAH PROJECT OFC
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 26, 2023 01:10 pm EST
  • Original Response Date: Jan 10, 2024 04:30 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 25, 2024
  • Initiative:
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 562910 - Remediation Services
  • Place of Performance:
    Piketon , OH 45661
    USA
Description

The Department of Energy (DOE) Portsmouth/Paducah Project Office (PPPO) intends to issue a noncompetitive modification to Contract Number DE-AC30-10CC40017. This modification will extend the period of performance for up to six (6) months from April 1, 2024 to September 30, 2024 with Fluor-BWXT Portsmouth, LLC (FBP) for Portsmouth Decontamination & Decommissioning (D&D) services at the Portsmouth Gaseous Diffusion Plant (PGDP) in Piketon, Ohio. FBP is comprised of Fluor Federal Services, Inc. and B&W Technical Services Group, Inc. The Portsmouth D&D contract provides deactivation, demolition, waste management, and environmental remediation services at the Portsmouth Gaseous Diffusion Plant. The scope for Portsmouth D&D includes, but not limited to, surveillance and maintenance of facilities, deactivation of facilities and systems, demolition of process and support facilities, remediation of contaminated soils and groundwater, disposition of waste, providing infrastructure and emergency services, dispositioning uranium materials, and land transfer. The objectives of the PORTS D&D project are to eliminate potential environmental threats and reduce the DOE footprint through property transfer to the local community. Successfully accomplishing these objectives will reduce DOE’s lifecycle costs and prepare the site for reindustrialization. The incumbent contractor is the only responsible source that can reasonably satisfy these requirements pending the competitive award of the Operations and Site Mission Support (OSMS) contract, which is currently pending at the Environmental Management Consolidated Business Center (EMCBC). Due to the transitioning of some work from current Portsmouth D&D contract to the future OSMS contract, the current Portsmouth D&D contract needs to be extended until the OSMS procurement is completed.



In accordance with Competition in Contracting Act, 41 U.S.C. §3304 (a)(1), as implemented by FAR 6.302-1(a)(2), other than full and open competition is authorized when there is only one responsible source and no other services will satisfy agency requirements.



The North American Industry Classification System (NAICS) code for this requirement is 562910.



SUBMISSION INSTRUCTIONS: All responsible sources may identify their interest by submitting a capability statement in response to this requirement, which shall be considered by the agency. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. This notice of intent is not a request for competitive quotes or proposals. THIS IS NOT A SOLICITATION OR A REQUEST FOR PROPOSAL. The Government does not intend to pay for information provided in response to this publication. Written responses to this notice must be submitted within 15 days from the date of this posting and shall contain sufficient documentation to establish a bona fide capability to fulfill this requirement. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Tyler Hicks by email at tyler.hicks@pppo.gov.



The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these immediate requirements.



THIS NOTICE OF INTENT DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL OR A PRESOLICITATION NOTICE.


Attachments/Links
Contact Information
Contracting Office Address
  • 1017 MAJESTIC DRIVE SUITE 200
  • LEXINGTON , KY 405131870
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 26, 2023 01:10 pm ESTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

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

Start Free Trial Today >