Bulk Sodium Sampling and Analysis
ID: 384663Type: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFCENTRAL PLATEAU CLEANUP COMPANY - DOE CONTRACTORRichland, WA, 99352, USA

NAICS

Remediation Services (562910)

PSC

NUCLEAR COMPONENTS (1140)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Energy, through the Central Plateau Cleanup Company, is seeking proposals for a Firm Fixed Price contract for Bulk Sodium Sampling and Analysis services in Richland, Washington. The contractor will be responsible for sampling and analyzing solid bulk sodium stored in drums and tanks at the Hanford Site, with the objective of supporting the development of processing and disposition options for this material. This project is critical for identifying potential uses of bulk sodium in commercial reactors and ensuring compliance with safety and environmental standards. Interested parties must submit their proposals by October 23, 2025, and can direct inquiries to Elisa Donovan at elisa_l_donovan@rl.gov or Rayna R Moe at rayna_r_moe@rl.gov.

    Files
    Title
    Posted
    This Statement of Work (SOW) outlines the requirements for Bulk Sodium Sampling and Analysis services for the Central Plateau Cleanup Company (CPCCo), a prime contractor to the Department of Energy (DOE). The project involves sampling and analyzing solid bulk sodium from three drums at a contractor facility and assisting CPCCo in sampling two tanks at the Hanford Site. The purpose is to support the development of processing and disposition options and to identify potential uses for the bulk sodium in commercial reactors. The contractor is responsible for developing handling and sampling plans, waste management plans, and providing analytical results. Special requirements include demonstrated procedures for handling bulk sodium with low radioactivity. The project emphasizes safety, environmental compliance, and adherence to quality assurance provisions.
    The Central Plateau Cleanup Company's 'Bulk Sodium Sampling and Analysis' contract is a Firm Fixed Price (FFP) agreement outlining financial terms, general provisions, and special administrative conditions. Key financial aspects include milestone payments, invoicing instructions, cost adjustment mechanisms, and provisions for back charges. The contract emphasizes compliance with general and special provisions covering government property, transportation, hazardous waste, and representations/certifications. Administrative terms detail the contract's duration, options for extension, communication protocols, and procedures for addressing abnormal situations, technical clarifications, and change requests. It also includes restrictions on foreign national access and on-site work, and mandates adherence to Service Contract Labor Standards. This document serves as a draft, subject to updates based on proposals and discussions, ensuring contractors are prepared to meet all requirements for bulk sodium sampling and analysis.
    RFP 384663 outlines the cost proposal structure for tasks related to sampling and analysis of drums and a Hanford Storage Tank. The document serves as a template for contractors to submit a fixed-price proposal, covering all-inclusive costs such as personnel time, training, travel, direct and indirect costs, profit, overhead, and other markups. It details categories for cost breakdown, including labor, travel, materials, subcontractors, and other direct costs. Instructions emphasize entering data into specific highlighted cells for automatic calculation of totals. The RFP provides a detailed framework for financial submissions, ensuring transparency and comprehensive cost accounting for government contracts.
    The document is an RFP attachment requesting past performance references from potential contractors. It requires details for three past projects, including client company name, address, point of contact, contract number, email, brief work scope description, period of performance, original contract value, and final contract value. Contractors must also provide a brief explanation if the original and final contract values differ. This attachment is crucial for evaluating a bidder's experience and capability to successfully complete government contracts, grants, or RFPs.
    The document acts as a placeholder or error message indicating that the PDF viewer may not be able to display the content. It advises the user to upgrade to the latest version of Adobe Reader for Windows, Mac, or Linux by visiting http://www.adobe.com/go/reader_download, or to seek further assistance at http://www.adobe.com/go/acrreader. The document also includes trademark information for Windows, Mac, and Linux. This content is not a government file in the context of RFPs or grants but rather a technical instruction for resolving a display issue.
    The provided government file is a placeholder document indicating that the user's PDF viewer may not be able to display its contents. It advises upgrading to the latest version of Adobe Reader and provides links for download and further assistance. The document also includes trademark information for Windows, Mac, and Linux. It does not contain any substantive information related to federal government RFPs, federal grants, or state and local RFPs, but rather serves as an error message for accessing the intended content.
    The Lower-Tier Subcontractor Flowdown Certification ensures that prime contractors identify and certify their lower-tier subcontractors, especially those working on the Hanford site or performing significant offsite work. This form requires detailing subcontractor company names, contact information, services/supplies, performance locations, and approximate award amounts. Contractors must certify that all applicable contract requirements and regulations are flowed down to these subcontractors. Additionally, contractors must notify CPCCo if the total cost of lower-tier subcontracted effort exceeds 70% of the prime contract's total cost. The document also outlines instructions for contractors, including the requirement to submit the form prior to issuing subcontracts and to provide updates for any additions or changes. CPCCo reserves the right to refuse proposed subcontractors and request copies of subcontracts for compliance verification.
    The document is a placeholder message indicating that the PDF viewer may not be able to display the document's contents. It advises the user to upgrade to the latest version of Adobe Reader for Windows, Mac, or Linux, providing links for download and further assistance. It also includes trademark information for Windows, Mac, and Linux. The main purpose of this file, in the context of government documents, is to serve as a technical advisory for users experiencing display issues with a PDF document, likely a federal RFP, federal grant, or state/local RFP, ensuring they can access and view critical information.
    The Central Plateau Cleanup Company (CPCC) has issued Request for Proposal (RFP) No. 384663 for Bulk Sodium Sampling and Analysis services in Richland, Washington, under a U.S. Department of Energy contract. This RFP seeks proposals for a Firm Fixed Price contract, with a best value trade-off process guiding the award, considering technical merit and cost. Key dates include October 6, 2025, for notification of intent to propose and questions, and October 23, 2025, for proposal submission. Proposals must be organized into a Technical Proposal (Volume I) and a Cost/Price and Contractual Proposal (Volume II), with specific content and documentation required. Evaluation criteria prioritize management approach, technical approach, and past performance, followed by cost/price. Offerors must also comply with various certifications, disclosures, and federal regulations, including SAM registration.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Potentiometric Titrator or domestic equivalent
    Buyer not available
    The Department of Energy, specifically the Oak Ridge National Laboratory (ORNL), is seeking proposals for a potentiometric titrator or a domestic equivalent, as outlined in RFQ 413461. The procurement aims to acquire essential analytical laboratory equipment, including software and additional options, to support the Radioisotope Science and Technology Division's research activities. This equipment is crucial for conducting precise chemical analyses and ensuring high-quality results in laboratory settings. Proposals are due by November 13, 2025, at 4 PM EST, and interested parties should direct their inquiries to Brittany Waring at waringbc@ornl.gov, ensuring compliance with all specified terms and conditions.
    DEPARTMENT OF ENERGY OFFICE OF ENVIRONMENTAL MANAGEMENT SPECIAL NOTICE - PROCUREMENT SCHEDULE UPDATE
    Buyer not available
    The Department of Energy's Office of Environmental Management (DOE-EM) is issuing a series of special notices to provide updates on upcoming procurement schedules for major Request for Proposals (RFPs) related to environmental remediation services. The notices aim to ensure high-quality proposals and robust competition for upcoming acquisitions, with key projected RFP release dates including the Portsmouth Infrastructure Support Services in September 2025, the Los Alamos Legacy Cleanup Contract in December 2025, and the Hanford General Support Services Contract in March 2026. These procurements are critical for advancing the DOE's environmental management objectives and ensuring effective cleanup operations across various sites. Interested parties can direct inquiries to Aaron Deckard, Procurement Director at EMCBC, via email at EMProcurementNews@emcbc.doe.gov for further information.
    66--ELECTRODE,SODIUM
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of sodium electrodes, classified under the NAICS code 334515 for Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals. The procurement involves the acquisition of commercial products, with specific requirements for production lot testing and inspection, including the submission of samples to the Puget Sound Naval Shipyard prior to delivery. This procurement is critical for supporting naval operations and ensuring the reliability of electrical measurement instruments. Interested vendors should contact Trevor Allander at 564-230-2182 or via email at TREVOR.L.ALLANDER.CIV@US.NAVY.MIL for further details, and proposals must be submitted in accordance with the specified timelines outlined in the solicitation.
    Request for Applications: Surplus Plutonium Utilization Program
    Buyer not available
    The Department of Energy, specifically the Idaho Operations Office, is seeking applications for its Surplus Plutonium Utilization Program, aimed at making surplus plutonium materials available to industry for advanced nuclear technologies. Applicants, particularly from commercial companies, are required to submit detailed recycling and processing plans that include funding commitments and a schedule for utilizing the surplus plutonium materials from the Department of Energy's inventories as nuclear fuel for reactors in the United States. This initiative is crucial for advancing nuclear energy solutions and ensuring the effective use of existing plutonium resources. Interested parties can reach out to Jeffrey C. Fogg at doeplutonium@id.doe.gov for further information, as there are no set-asides for this opportunity.
    SODIUM NITRATE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of sodium nitrate, classified under the NAICS code 325199 for All Other Basic Organic Chemical Manufacturing. The procurement includes requirements for item unique identification, production lot testing, and compliance with various inspection and acceptance standards, emphasizing the need for safety data sheets and globally harmonized system labels. This chemical is critical for military applications, and the contract will include provisions for accelerated delivery and partial shipments, with samples required to be submitted 40 days prior to delivery. Interested vendors should contact Trevor L. Allander at 564-230-2182 or via email at TREVOR.L.ALLANDER.CIV@US.NAVY.MIL for further details and to obtain necessary technical documents from the specified e-commerce website.
    SP450026R0002 Northeastern Regional Hazardous waste Incineration Contract
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the Northeastern Regional Hazardous Waste Incineration Contract (SP450026R0002), which involves the removal, transportation, incineration, and final disposal of various hazardous and non-hazardous wastes generated by DoD and U.S. Coast Guard installations across 19 states and Washington, D.C. The contract is structured as a firm-fixed price, indefinite delivery/indefinite quantity (IDIQ) agreement, with a base period of 30 months anticipated to begin in January 2026, followed by an optional 30-month period. This procurement is critical for ensuring compliance with environmental regulations and safe disposal of hazardous materials, which include polychlorinated biphenyls (PCBs), corrosive acids, and PFAS-containing substances. Proposals are due by 2:00 PM EST on November 20, 2025, and must be submitted electronically to the designated contacts, Raymond Empie at raymond.empie@dla.mil and Hazardouscontracts@dla.mil.
    Solicitation for Input from Advanced Nuclear Developers to Inform Launch Pad Siting and Facility Needs
    Buyer not available
    The Department of Energy, through the National Reactor Innovation Center (NRIC) at Idaho National Laboratory (INL), is seeking input from advanced nuclear developers to inform the establishment of a Nuclear Energy Launch Pad initiative. This Request for Information (RFI) aims to gather insights on the requirements for siting, infrastructure, and services necessary for the development and operation of advanced nuclear facilities, including reactors and fuel fabrication plants. The initiative is critical for enhancing U.S. energy capabilities and addressing challenges faced by nuclear developers in securing suitable sites and navigating regulatory pathways. Responses to this RFI are due by November 20, 2025, and should be submitted electronically to AnnMarie Marshall at ann.marshall@inl.gov.
    Sale of Reusable Sodium Nitrate and Steel Drums
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking buyers for reusable sodium nitrate and steel drums, known as Document Destroyers (M814 and M605), located in Anniston, Alabama. The procurement involves the sale of 2,868 units of these emergency incendiary drums, which contain approximately 544,920 lbs. of sodium nitrate, an oxidizer used for rapid destruction of materials. These drums, which have been sealed for over 50 years, are being offered for reuse or recycling, with all disassembly operations conducted by ANMC personnel prior to sale to ensure safety. Interested parties should coordinate site visits at least two weeks in advance, with visits scheduled between June 2025 and June 2026. For further inquiries, contact Debby C. Broyles at debby.c.broyles.civ@army.mil or call 520-693-1301.
    The purpose of this solicitation is to establish a fuel oil quality management program and to test marine fuel oils and bunkers.
    Buyer not available
    The U.S. Department of Transportation's Maritime Administration (MARAD) is seeking proposals for a contract to establish a Fuel Oil Quality Management Program and conduct testing of marine fuel oils and bunkers. The primary objective is to support the National Defense Reserve Fleet (NDRF) by ensuring the quality of fuel used in military operations, which requires comprehensive laboratory services including forensic analysis and training for government personnel on sampling procedures. This contract will have a base period from February 1, 2026, to January 31, 2031, with the possibility of four additional one-year option periods, and is set aside for Total Small Businesses under NAICS code 541380. Interested parties must submit their proposals via email to Lisa Miles by November 21, 2025, at 4:00 PM EST, and are encouraged to review the solicitation documents for detailed requirements and evaluation criteria.
    LBNL Decommissioning and Demolition (D&D)
    Buyer not available
    The Department of Energy, through the Lawrence Berkeley National Laboratory (LBNL), is seeking qualified companies to provide decommissioning and demolition (D&D) services for multiple buildings located on its property in Berkeley, California. The procurement aims to gather information on capabilities related to comprehensive D&D services, including project management, safety oversight, waste management, and site restoration, among others. This initiative is critical for ensuring the safe and efficient removal of structures and materials, particularly in compliance with federal regulations. Interested parties must submit their qualifications by October 31, 2025, at 4:00 PM PST via email to Tracy Kaae at tracykaae@lbl.gov, with a formal Request for Proposal (RFP) anticipated in January 2026 and contract award expected in December 2026.