Kentucky Bids > Bid Detail

Notice of Intent: Operations of the Portsmouth/Paducah Project Office (PPPO) Depleted Uranium Conversion Facilities Contract Extension

Agency:
Level of Government: Federal
Category:
  • M - Operation of Government Owned Facilities
Opps ID: NBD00159369292646649
Posted Date: Dec 26, 2023
Due Date: Jan 10, 2024
Source: https://sam.gov/opp/93c7c3d3b4...
Follow
Notice of Intent: Operations of the Portsmouth/Paducah Project Office (PPPO) Depleted Uranium Conversion Facilities Contract Extension
Active
Contract Opportunity
Notice ID
DE-EM0004559-003
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 01:09 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: M1PD - OPERATION OF WASTE TREATMENT AND STORAGE FACILITIES
  • NAICS Code:
  • Place of Performance:
    Lexington , KY 40513
    USA
Description

The Department of Energy (DOE) Portsmouth/Paducah Project Office (PPPO) intends to issue a noncompetitive modification to Contract Number DE-EM0004559. This modification will extend the period of performance for up to six (6) months from April 1, 2024 to September 30, 2024 with Mid-America Conversion Services, LLC (MCS) for the operations of the depleted uranium hexafluoride (DUF6) conversion facilities in Paducah, Kentucky and Piketon, Ohio. MCS is comprised of Atkins Global Nuclear Secured, Inc., Fluor Federal Services, Inc., and Westinghouse Government Services, Inc. The DUF6 contract provides for the surveillance and maintenance (S&M) of the two DUF6 facilities and associated equipment, operations of the conversion facilities to convert the DUF6 from the inventory to uranium oxide, reuse and/or transportation and disposition of the DUF6 conversion process end products and wastes, recycling of the aqueous hydrofluoric acid product, and providing S&M services for the cylinder storage yards. The DUF6 Contract also includes scope to make modifications to both DUF6 facilities to improve worker safety, plant reliability and increase production. The incumbent contractor is the only responsible source that can reasonably satisfy these requirements pending the competitive award of a follow on contract, which is currently pending at the Environmental Management Consolidated Business Center (EMCBC).



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 325180.



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 Stephen D’Antoni by email at stephen.d’antoni@pppo.gov.



THIS NOTICE OF INTENT DOES NOT CONSTITUTE A REQUEST FOR 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 01:09 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 >