Subject: RFQ for ILTS Design Engineering - Fluor

advertisement
February 28, 2014
Fluor-B&W Portsmouth LLC
P.O. Box 548
Piketon, Ohio 45661
Subject: RFQ for ILTS Design Engineering Services, Rev. 1
Attention: Interested Contractors
Fluor-B&W Portsmouth, LLC (FBP) is issuing this revised Request for Qualifications (RFQ) to identify
and select qualified Contractors interested in providing design engineering services for the Interim
Leachate Treatment System (ILTS) Project. The ILTS Project is expected to be constructed at the
United States Department of Energy (DOE) Portsmouth Gaseous Diffusion Plant (PORTS) in Piketon,
Ohio. The ILTS Project will support the potential On-Site Waste Disposal Facility (OSWDF). The
OSWDF is a proposed remedy for the disposal of waste (impacted material) generated during the
Decontamination & Decommissioning of the PORTS facility.
This RFQ is open to all business sizes. Interested Contractors are invited to submit a Statement of
Qualifications (SOQ) that demonstrates their qualifications to perform the Scope of Work Summary
described in this RFQ.
FBP is seeking Contractors with the expertise and experience to design and manage the proposed
ILTS Project. The Contractor may utilize teaming partners and subcontractors, but it will be the
Contractor’s responsibility to lead and manage the project, and provide the majority of the technical
expertise. If applicable, Contractors must identify teaming partners and subcontractors that they
propose to augment their staff and provide specific expertise to meet the requirements of this RFQ.
The SOQ shall identify the names of teaming partners and subcontractors, their proposed technical
role in the project, and the estimated percentage of work they are expected to perform.
PROJECT DESCRIPTION
The ILTS Project will support the OSWDF and will include two (2) separate facilities:


OSWDF ILTS
South ILTS
Each of the facilities will be designed separately. The OSWDF ILTS will be designed for an
approximate treatment capacity of 1,000 gallons per minute (gpm) and will treat leachate/impacted
surface water from the OSWDF, the northern portion of the impacted haul road, and other support
areas. The South ILTS will be designed for an approximate treatment capacity of 600 gpm and will
treat impacted surface water from the southern portion of the impacted haul road and other support
areas. The water to be treated will be collected, stored, and transmitted to the ILTS facilities via
systems that will be designed by others. Each ILTS design will include means of managing the flow,
through the treatment system (such as a settling tank), and discharging into existing waterways (such
as discharge piping and outfall).
Both the OSWDF ILTS and South ILTS will be designed to operate for approximately thirty (30) years.
The design engineering will include all systems necessary to monitor and manage the water into the
system, treat the water as required, and discharge the treated liquids in accordance with applicable
requirements. The primary potential contaminants of concern (COCs) for the ILTS facilities include:


Radionuclides – Uranium and Technetium-99
Organics - Trichloroethene (TCE) and trans-1,2-dichloroethene (trans-DCE)
Other potential COCs include: polychlorinated biphenyls (PCBs), metals, mercury, total dissolved
solids (TDS) and total suspended solids (TSS). Treatment will also require control of pH.
The ILTS design and construction schedule is time critical. The ILTS design contract is scheduled to
be issued in July 2014 and a preliminary design is required in September/October 2014. The ILTS
construction is scheduled to be performed in 2017. A rough order of magnitude estimate for this work
is at less than $1M.
SCOPE OF WORK SUMMARY
Page 1 of 4
Treatment capacities will be evaluated and finalized during design engineering.
The final Scope of Work for the ILTS Design Engineering Services will be described in an upcoming
Request for Proposal (RFP) but it is expected to consist of the following:
A. Title I - Preliminary Design Engineering. This Work will include evaluation and selection of
potential treatment technologies for the targeted COCs, and conceptual and preliminary
engineering and design. The Contractor will work closely with FBP, DOE and Ohio Environmental
Protection Agency (Ohio EPA) through Technical Information Exchange (TIE) meetings and other
activities. The deliverables will include a Work Plan, Design Basis Document, conceptual design
documents, and preliminary design package (including drawings, technical specifications,
calculations and quantity estimate).
B. Title II - Final Design Engineering. This Work will include: development of design packages;;
development of training and operation manuals; quantity estimates and other documents. This
will include working closely with FBP, DOE and Ohio EPA through Technical Information
Exchange (TIE) meetings, responding to comments, and other activities.
C. Title III - Construction Engineering. This Work will include: preparation of Certified for
Construction (CFC) packages; home office support during construction; periodic construction
observation and monitoring; review of submittals for conformance with the construction and
regulatory documents; preparation of design change notices; interpretation and clarification of
engineering documents; coordination of construction quality control (CQC) activities and
evaluation of CQC data; support during start-up and acceptance of ILTS; and assist others in the
preparation of ILTS construction certification report.
In addition, design engineering services will include: project management, project integration
activities, coordination with FBP, DOE, and Ohio EPA and assisting FBP with NPDES and other
relevant permitting activities.
SOQ SUBMISSION
The SOQ shall be limited to a maximum of twenty-four (24) one sided pages or twelve (12) double
sided pages. Pages and attachments beyond the limit will not be reviewed. The SOQ shall include:
1. Contractor Experience. Provide a brief overview of the Contractor, teaming partners, and lower
tiered subcontractors and describe the general qualifications and experience with Title I, II, and
III design engineering services for wastewater treatment systems similar to the proposed ILTS
Project. This shall include:

Contractor’s name, size, Dun & Bradstreet Number, history, and years of relevant
experience.

Address of the Contractor’s headquarters, and the Contractor offices proposed to
manage and lead the ILTS Design Engineering Services.

Summary of experience with DOE projects in the last ten (10) years.

List of wastewater treatment projects that included similar design engineering services
and treatment technologies performed by the Contractor in last ten (10) years.

Same information as above for each teaming partner, and lower tiered subcontractor.
2. Project Experience. Provide a minimum of three (3) descriptions of similar projects performed by
the Contractor, teaming partners, or subcontractors within the last ten (10) years. Project
descriptions shall be limited to a maximum of one (1) page per project and shall contain:

Client Name and Address

Client Technical Point of Contact, phone number, and e-mail

Contract Number

Contract Type (firm fixed price, time and materials, etc…)

Period of Performance

Final/Current Contract Value
Page 2 of 4

Description of Work Scope. Identify the scope of services (Title I, II and III), targeted
COCs and associated treatment technologies proposed and designed, and system
capacity.
3. Personnel Qualifications and Experience. Provide resumes for a minimum of four (4) personnel,
including one (1) Project Manager, one (1) Lead Senior Engineer, and two (2) Senior Engineers.
Resumes shall be a maximum of two (2) pages long and include: a summary of each person’s
qualifications including education, training, registration, and number of years of overall and
relevant wastewater treatment system design experience; and a minimum of three (3)
representative and relevant projects. For each project, include period of performance dates,
description of overall scope, COCs, technologies evaluated and designed, and role and
responsibilities of the personnel.
4. Quality Assurance. Describe Contractor’s Quality Assurance Program.
5. Health and Safety. Describe Contractor’s Health and Safety Program and provide Contractor’s
current Experience Modification Rating (EMR) and OSHA Total Recordable Case (TRC) rate, if
applicable.
6. Teaming Partners and Subcontractors: Identify proposed Teaming Partners and Subcontractors.
Include company name, Dun & Bradstreet Number, small business status, proposed role, and
estimated percentage of the work to be performed in the SOQ.
EVALUATION CRITERIA
Based on the SOQs, FBP will evaluate and select qualified Contractors to receive a request for
proposal (RFP) to provide ILTS Design Engineering Services. The evaluation and selection will be
based on the following minimum and preferred required described:
Minimum Requirements. The Contractor (including teaming partners and subcontractors) must
meet the following minimum requirement to be considered qualified for the RFP:
1. Contractor Experience.
Recent and relevant experience designing similar leachate and/or
wastewater treatment systems including:
 Wastewater System Design. More than ten (10) years experience with wastewater
treatment system design.
 DOE or other Federal Experience. Experience working for DOE or other Federal agencies
within the last ten (10) years.
2. Project Experience. Experience shall include a minimum of three (3) design engineering projects
similar to the ILTS within the last ten (10) years. Between the three (3) design projects,
experience must include:



Title I, II and III Engineering. Development of project from conceptual design through final
design, construction and startup.
Treatment of Radionuclides and Organics. Design for treatment of radionuclides and
organics (TCE and/or trans-DCE).
Applicable Treatment Technologies. Design includes technologies appropriate for
treatment of the ILTS COCs.
3. Personnel Qualifications and Experience.

Project Manager shall have a Bachelor’s Degree in engineering, or closely related field and
a minimum fifteen (15) years’ experience, including ten (10) years managing wastewater
treatment system design projects.

Lead Senior Engineer shall have a Bachelor’s Degree in a relevant engineering field or
closely related field; and a minimum fifteen (15) years of experience designing similar
projects. Experience shall include three (3) similar projects including a minimum of two (2)
projects from conceptual design through final design, construction and startup.

Two (2) Senior Engineers shall have Bachelor’s Degrees in a relevant engineering, field or
closely related field; and a minimum ten (10) years of experience designing similar
projects. Experience shall include three (3) similar projects.
4. Quality Assurance. Contractor shall have an established Quality Assurance Program
Page 3 of 4
5. Health and Safety. Contractor EMR shall be 1.0 or less, and Contractor OSHA TRC rate shall be
1.0 or less, if applicable.
Preferred Requirements. The preferred requirements include:

Comprehensive Project Experience. The individual project descriptions presented in Item 2
(Project Experience) include: Title I, II and III services, relevant treatment technologies, and
treatment of the primary COCs expected for the ILTS.

Project and Personnel Alignment. The project descriptions presented in Item 2 (Project
Experience) were performed by the personnel (Project Manager, Lead Senior Engineer, and/or
Senior Engineers) proposed for the project in Item 3 (Personnel Qualifications and Experience).

Recent and Relevant DOE Experience. The Contractor, teaming partners, and subcontractors
have experience at DOE sites evaluating treatment technologies for the COCs expected for the
ILTS, and/or performing subsequent design engineering services.
In addition, the SOQ shall also demonstrate that the Contractor has corporate resources and financial
standing necessary to successfully perform the work.
SCHEDULE
If you are interested in providing the ILTS Design Engineering Services, please submit an SOQ by
March 24, 2014 to Robert.Miles@fbports.com.
After review of the SOQs, FBP expects to issue the ILTS RFP to qualified Offerors in April 2014. We
anticipate a Best Value, Time and Material contract award.
This RFQ does not constitute a commitment by FBP to request proposals for this work. FBP reserves
the right to self-perform the work or request proposals from qualified Contractors.
FBP intends to issue the RFP to a limited number of qualified Contractors that will be selected by FBP
based on the most qualified SOQs.
Very truly yours,
Robert D. Miles, P.E.
Contracts Supervisor
Fluor-B&W Portsmouth LLC
Robert.Miles@fbports.com
(740) 897-3055, or (740) 897-4781
Page 4 of 4
Download