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
    REQUEST FOR PROPOSAL; HMIS RFP# 386369 - Warehouse Space to Replace 2101M
    Buyer not available
    The Department of Energy, through Hanford Mission Integration Solutions, Inc. (HMIS), is seeking proposals for a Request for Proposal (RFP 386369) to lease warehouse space as part of its exit strategy from an outdated facility. The procurement requires a minimum of 30,000 square feet and a maximum of 215,000 square feet of contiguous warehouse space, along with at least 5,000 ABOA square feet of office space, all located in a modern building with a minimum clear ceiling height of 20 feet and additional laydown yard space. This initiative is critical for supporting the Hanford cleanup operations, ensuring compliance with federal, state, and local regulations, and maintaining high standards of safety and quality. Interested offerors must submit their proposals by December 29, 2025, and direct any inquiries to Kristina Hamby at kristinaghamby@rl.gov or by phone at 509-376-3011.
    68--SODIUM PHOSPHATE,TR
    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 Phosphate, a chemical product classified under NAICS code 325199. The procurement involves various requirements including production lot testing, inspection and acceptance protocols, and adherence to specific delivery timelines, with a focus on ensuring quality and compliance with military specifications. This chemical is critical for various defense applications, emphasizing the importance of reliable supply and quality assurance in military operations. Interested vendors should submit their proposals, including all required documentation, by the specified closing date, and can direct inquiries to Trevor L. Allander at 564-230-2182 or via email at TREVOR.L.ALLANDER.CIV@US.NAVY.MIL.
    GS1 Glass
    Buyer not available
    The Department of Energy, through Oak Ridge National Laboratory (ORNL), is soliciting firm fixed price quotes for Lithium 6 Glass Scintillators under Solicitation Number 420845. The procurement specifically requires the delivery of various sizes of GS1 Glass, as detailed in the bill of materials, which includes polished and as-cast glass options. These scintillators are crucial for applications in nuclear science and radiation detection, emphasizing the importance of sourcing high-quality materials. Proposals are due by December 10, 2025, at 5:00 PM EST, with questions to be submitted by December 8, 2025, to Shannon Davis at davisst@ornl.gov. Offerors must adhere to specific terms and conditions outlined in the associated documents, including compliance with federal regulations and certifications.
    Hazardous Waste Transportation and Disposal Services
    Buyer not available
    The Department of Energy's National Renewable Energy Laboratory (NREL) is seeking qualified subcontractors for Hazardous Waste Transportation and Disposal Services. The primary objective is to identify companies capable of providing professional hazardous waste management, including transportation and disposal services, to support NREL's operations, which generate various regulated and non-regulated waste streams. This procurement is crucial for ensuring safe and compliant waste management practices, with services potentially including lab pack chemist support and bulk waste disposal. Interested companies must submit capability statements, rough order of magnitude estimates, and lead times by December 19, 2025, with the project anticipated to start in February 2026 and extend for up to 60 months. For further inquiries, contact Alex Joseph at ASP.Responses@nrel.gov.
    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.
    Sources Sought Notice for the Purchase of Sodium Hypochlorite
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) Baltimore District is seeking sources for the procurement of Sodium Hypochlorite (Bulk Liquid) through a Single Award Task Order Contract (SATOC) with an indefinite-delivery indefinite-quantity (IDIQ) structure. This procurement aims to fulfill the requirements of ANSI/AWWA Standard B300 and ensure certification to meet NSF/ANSI Standard 60, highlighting the importance of quality and safety in water treatment processes. The contract will have a five-year ordering period, and the NAICS code for this procurement is 325180, which pertains to Other Basic Inorganic Chemical Manufacturing, with a small business size standard of 1,000 employees. Interested vendors can reach out to Vincent Gier at vincent.j.gier@usace.army.mil or call 410-962-2584 for further information.
    Type A Reusable Shielded Container Rental and Transportation
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory (BNL), is soliciting quotes for the rental and transportation of Type A reusable shielded containers for the shipment of radioactive waste. The procurement requires fully compliant multi-use SMAC containers and a transportation system to facilitate recurring shipments from BNL to a designated disposal facility, including necessary decontamination and demobilization services. This initiative is critical for ensuring safe and compliant management of radioactive waste, adhering to federal regulations and environmental standards. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Mark Brock at mbrock@bnl.gov or Ben Furlow at bfurlow@bnl.gov for further clarification.
    NRIC Reactor Supplemental Shielding Construction
    Buyer not available
    The Department of Energy, through Battelle Energy Alliance, LLC, is soliciting Expressions of Interest (EOI) for the construction of the National Reactor Innovation Center (NRIC) Reactor Supplemental Shielding (RSS) at the Idaho National Laboratory (INL). This project aims to construct a modular, high-density concrete structure designed to provide radiation shielding for microreactor experiments at the Demonstration of Microreactor Experiments (DOME) testbed. The scope of work includes the fabrication of precast concrete blocks, an expansion tank, a heat exchanger/pump skid, as well as the installation of piping, instrumentation, and controls, with all work subject to the Davis-Bacon Act. Interested firms must submit their EOIs by December 23, 2025, with a Request for Proposal (RFP) anticipated for release in January 2026 and contract award expected in February 2026. For further inquiries, interested parties may contact Braxton Mouser at Braxton.Mouser@inl.gov or Chase Egbert at Chase.Egbert@inl.gov.
    Portable Small Article Monitor for Shipboard Use
    Buyer not available
    The Department of Energy, through the Naval Nuclear Laboratory (FMP), is seeking proposals for the development of a Portable Small Article Monitor (PSAM) intended for use on nuclear vessels at US Navy shipyards. The PSAM is required to replace existing manual frisking stations, featuring a modular design that is both smaller and lighter than current commercial Small Article Monitors, with a maximum weight of 1200 lbs and external dimensions not exceeding 21.5" x 24" x 24". This device is crucial for enhancing safety and efficiency during servicing and maintenance operations, as it must detect specific radiation levels within a defined time frame and be easily assembled and disassembled by personnel without tools. Interested vendors should contact Jon Ruffley at Jonathan.Ruffley@unnpp.gov for further details and to discuss the submission of proposals, which must include compliance with ISO 9001:2008 standards and various deliverables such as design packages and operational manuals.
    Ductless Fume Hood
    Buyer not available
    The Department of Energy, through the Hanford Laboratory Management and Integration LLC (HLMI), is seeking interested parties to provide a Ductless Fume Hood for the 222-S Laboratory at the Hanford Site in Washington. This request serves as a means of market research to identify potential suppliers capable of delivering this essential laboratory equipment, which is critical for ensuring safe and efficient laboratory operations. Interested vendors are encouraged to reach out to Vickie Alexander at victoriaaalexander@rl.gov or by phone at 509-373-4990 for further information. There are no set-aside restrictions for this opportunity, and it falls under the NAICS code 334516 for Analytical Laboratory Instrument Manufacturing.