HMIS SOLICITATION - Advanced Resource Conservation and Recovery Act (RCRA) Training at Hammer
ID: 374500Type: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFHANFORD MISSION INTEGRATION SOLUTIONS, INC (HMIS) - DOE CONTRACTORRichland, WA, 99354, USA

NAICS

Professional and Management Development Training (611430)

PSC

EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMENT (U008)
Timeline
    Description

    The Department of Energy, through Hanford Mission Integration Solutions, Inc. (HMIS), is soliciting proposals for Advanced Resource Conservation and Recovery Act (RCRA) Training to be conducted at the Volpentest HAMMER Federal Training Center in Richland, Washington. This training aims to equip Hanford Site workers with essential knowledge regarding the differences between Washington State Dangerous Waste Regulations and federal RCRA regulations, thereby enhancing safety and compliance in hazardous waste management. The selected contractor will be responsible for delivering structured courses, providing instructional materials, and ensuring that all trainers possess relevant qualifications and experience. Proposals are due by November 1, 2024, and should be directed to the primary contact, Erica Richardson, at erica_d_richardson@rl.gov or by phone at 509-376-6420. Compliance with federal safety standards and adherence to the outlined proposal requirements will be critical in the evaluation process.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for advanced Resource Conservation and Recovery Act (RCRA) training targeted at workers at the Hanford Site, overseen by the Department of Energy’s Richland Operations Office. The objective is to provide in-person training at the Volpentest HAMMER Federal Training Center to enhance safety and compliance regarding hazardous waste management regulations. The training, held periodically, will cover various advanced RCRA topics, emphasizing differences between Washington State and federal regulations, and aims to equip personnel involved in waste generation, treatment, storage, and disposal with essential knowledge. The subcontractor will be required to deliver well-structured courses, including instructional materials, and ensure all trainers are qualified with experience in the field. Specific logistics for course delivery, such as student enrollment, training materials, and classroom arrangements, are also detailed. The expectation is for high-quality service, adherence to environmental and safety standards, and timely communication with relevant stakeholders. Ultimately, this initiative supports the overarching mission of ensuring a safe and compliant work environment during the Hanford Site cleanup operations.
    The document outlines a Firm Fixed Price cost proposal, detailing various financial components associated with a government contract solicitation. It begins with a summary of costs, highlighting labor, materials, and other direct costs (ODCs), followed by a breakdown of costs including Base, Fringe, Overhead, and General & Administrative (G&A) expenses. The labor section specifies rates and hours per classification, while the material section lists items and respective costs from suppliers. Additionally, there is a section dedicated to ODCs not included in labor or material costs, along with notes for clarity. This structured format is designed to provide comprehensive cost estimates for evaluation in tandem with federal and local Requests for Proposals (RFPs) or grants, ensuring compliance and transparency in financial submissions to government entities. Overall, the document serves to clarify the proposed amount while facilitating concise and organized budgetary assessments for stakeholders involved in the procurement process.
    The Hanford Mission Integration Solutions (HMIS) provides comprehensive general provisions for fixed-price subcontracts. This document outlines crucial definitions, safety and quality standards, procedures for monitoring work progress, and protocols for termination or changes in work scope. It emphasizes the Subcontractor's responsibility for quality control, compliance with safety standards, and adherence to reporting requirements while working alongside other contractors at the site. Key areas include handling inspections, addressing potential hazards, and managing the progress of work through written notifications and recovery plans if schedules are not met. The document also delineates procedures for termination for convenience or default, ensuring clear responsibilities regarding permit acquisition, confidentiality of information, and management of proprietary rights. The aim is to establish a structured framework to safeguard legal and operational efficiencies in subcontracting processes, aligning with federal guidelines and ensuring compliance with Department of Energy standards. Overall, this provision is designed to facilitate effective project execution while minimizing risks and ensuring the integrity of operations at the Hanford site.
    The Request for Proposal (RFP) No. 373574, issued by Hanford Mission Integration Solutions, LLC (HMIS), seeks proposals for Fall Protection Qualified Person Training for workers at the Hanford Site at HAMMER. The training is part of the Hanford Mission Essential Services Contract with the U.S. Department of Energy. Proposals must be submitted by November 1, 2024, and will be evaluated based on the lowest price technically acceptable. The RFP outlines rigorous requirements for both technical qualifications and pricing details, alongside various forms and supporting exhibits that need to be included. Importantly, all communication must be directed to the Procurement Specialist, with any deviation leading to possible disqualification. The proposal preparation instructions emphasize clarity and completeness, while the evaluation criteria include compliance with federal safety standards. HMIS retains the right to amend the proposal terms and ensure compliance with relevant state and federal regulations. The essence of this RFP is to secure specialized training to enhance safety protocols for Hanford workers, ensuring strict adherence to assessment and oversight requirements.
    The document outlines wage determinations under the Service Contract Act (SCA) for federal contracts, specifically providing minimum wage rates and job classifications for employees in Washington State. It establishes that contracts awarded or extended as of January 30, 2022, must comply with Executive Order 14026, mandating a minimum wage of $16.20 per hour, while those awarded before this date are subject to Executive Order 13658, requiring at least $12.15 per hour. A comprehensive list of occupations and corresponding wage rates, including fringe benefits, is available, along with additional obligations related to paid sick leave under Executive Order 13706. The document specifies various health and welfare benefits, vacation accrual, and paid holidays, in addition to protocol for unlisted job classifications through a conformance process. The information aims to ensure compliance with wage laws and worker protections for federal contractors, thereby aligning with broader objectives of promoting fair labor standards in government procurements.
    The Hanford Mission Integration Solutions Provisions document outlines special provisions for on-site services related to hazardous work at the Hanford Site, emphasizing safety, compliance, and environmental considerations. The document is structured into several key sections, including definitions, general provisions, safety standards, medical requirements, and protocols for hazardous materials management. It mandates rigorous safety and quality assurance practices, requiring subcontractors to flow down requirements to lower-tier subcontractors. There are specific guidelines for protection of materials and existing site infrastructure, comprehensive training protocols, and detailed transportation and shipment safety measures, especially for hazardous and radiological materials. The document also contains strict security personnel qualifications, confidentiality requirements, and insurance obligations for subcontractors. Overall, the purpose of the provisions is to ensure a safe working environment, uphold environmental standards, and facilitate compliance with federal regulations throughout the execution of on-site work at the Hanford Site.
    Similar Opportunities
    REQUEST FOR PROPOSAL - FALL PROTECTION QUALIFIED PERSON TRAINING FOR HANFORD SITE WORKERS AT HAMMER
    Active
    Energy, Department Of
    The Department of Energy, through Hanford Mission Integration Solutions, Inc. (HMIS), is soliciting proposals for Fall Protection Qualified Person Training for workers at the Hanford Site, specifically at the Volpentest HAMMER Federal Training Center. The objective is to provide in-person, on-site training that complies with the ANSI/ASSE Z359.2 Fall Protection Code, ensuring that workers are equipped with essential knowledge regarding personal fall arrest systems and safety protocols during the ongoing Hanford cleanup efforts. This training is critical for enhancing worker safety and environmental protection in hazardous conditions, with proposals due by November 1, 2024. Interested subcontractors should contact Erica Richardson at ericadrichardson@rl.gov or call 509-376-6420 for further details.
    Request for Proposal - HeavyBid Software Development Support
    Active
    Energy, Department Of
    The Hanford Mission Integration Solutions, LLC (HMIS), under the U.S. Department of Energy, is soliciting proposals for HeavyBid Software Development Support through Request for Proposal (RFP) No. 374868. The primary objective is to enhance estimating services by providing training and developing codebooks tailored to the specific needs of HMIS, which includes delivering HCSS HeavyBid Master Estimates, Codebooks, and software training. Proposals must be submitted by October 23, 2024, at 1:00 PM PST, and should adhere to the "Lowest Price Technically Acceptable" evaluation criteria. Interested parties can direct inquiries to Jennifer Torres at jennifertorres@rl.gov or by phone at 509-376-2046.
    R--Hanford Mission Essential Services Contract (HMESC)
    Active
    None
    Special Notice: R--Hanford Mission Essential Services Contract (HMESC) The Department of Energy (DOE) is seeking input from industry for the Hanford Mission Essential Services Contract (HMESC) procurement. The DOE is exploring alternative approaches to determine potential efficiencies for offerors in preparing proposals for this contract and future procurements. The DOE is specifically requesting objective input on two cost models, including the cost model in the Draft Request for Proposal (RFP) and an Alternate Cost Model. Offerors are encouraged to provide favorable comments, recommended changes, and non-favorable comments on both cost models by January 19, 2018. The DOE will analyze industry input and take it into consideration for the final RFP.
    REV. 01 - Request for Lease Proposals 376811 Safeguard and Security Facility
    Active
    Energy, Department Of
    The Department of Energy, through Hanford Mission Integration Solutions, LLC (HMIS), is soliciting lease proposals for a Safeguard and Security Facility in Richland, Washington. The procurement seeks approximately 33,000 to 38,000 rentable square feet of general office space, with a lease term anticipated to last ten years, supporting the Hanford Mission Essential Services Contract. This facility will play a crucial role in supporting the Department of Energy's operations at the Hanford Site, which is integral to environmental cleanup efforts. Proposals are due by October 30, 2024, at 3:00 PM (PDT), and interested parties should direct inquiries to Kristina Hamby at kristinaghamby@rl.gov or call 509-376-3011.
    SOLICITATION NUMBER 375892 - SY-103 Remediation Control Trailer Fabrication
    Active
    Energy, Department Of
    The Department of Energy, through Washington River Protection Solutions, LLC (WRPS), is seeking proposals for the fabrication of the SY-103 Remediation Control Trailer. This procurement aims to support WRPS’s Prime Contract DE-AC27-08RV14800 with the U.S. Department of Energy, Office of River Protection, highlighting the importance of effective remediation efforts in environmental management. Interested vendors should note that the work will take place in Richland, Washington, and are encouraged to reach out to Mario Amaro at marioamaro@rl.gov for further details regarding the submission process and requirements.
    Formerly Utilized Sites Remedial Action Program (FUSRAP) Hazardous Toxic Radioactive Waste (HTRW) Laboratory, Verification, Environmental Services - USACE St. Louis District
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, St. Louis District, is seeking a qualified firm to provide ongoing support for the Formerly Utilized Sites Remedial Action Program (FUSRAP) related to Hazardous Toxic Radioactive Waste (HTRW) Laboratory, Verification, and Environmental Services. The procurement aims to ensure effective management and remediation of hazardous waste sites, which is critical for environmental safety and compliance with federal regulations. Interested firms can reach out to Whitney Dee at whitney.r.dee@usace.army.mil or Angie Grimes at angie.l.grimes@usace.army.mil for further inquiries. Additional details, including updates from Amendment 0001, can be accessed through ProjNet Bidder Inquiries.
    CONSTRUCTION HAZMAT & AML RESPONSE IDIQ
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the Construction HAZMAT & AML Response Indefinite Delivery/Indefinite Quantity (IDIQ) contract, aimed at addressing hazardous materials and abandoned mine lands across various Western states. Contractors will be required to perform environmental construction services, including hazardous substance removal actions, site assessments, and compliance with environmental regulations under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA). This initiative is critical for restoring ecological integrity and ensuring public safety in areas affected by historical mining activities. Proposals are due by November 11, 2024, with a maximum contract ceiling of $45 million and a minimum task order of $5,000, and interested parties should contact Greetchen Jeremie at gjeremie@blm.gov for further details.
    Central Plateau Cleanup Contract (CPCC) Revised Draft RFP
    Active
    None
    Special Notice Department of Energy (DOE) is planning to release the Central Plateau Cleanup Contract (CPCC) Draft Request For Proposal by the end of the fourth quarter of Fiscal Year (FY) 2018. The DOE is seeking input on the incorporation of the End States initiative into the CPCC solicitation. An Industry Exchange will be held the week of August 13, 2018, where interested parties can provide their input. The details and registration instructions for the Industry Exchange will be provided on the EMCBC procurement website. The CPCC electronic documents library has also been updated with information related to the acquisition. Interested parties can request additional information to be added to the documents library by sending an email to CPCC@emcbc.doe.gov.
    REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT – Collection, Transportation, and Disposal of Hazardous Waste, Non-Regulated Hazardous Waste, Special Wastes, Chemical Refuse and Recycling of Universal Waste items
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking potential sources for a Firm Fixed/Indefinite-Delivery/Indefinite-Quantity contract for the collection, transportation, and disposal of hazardous waste, non-regulated hazardous waste, special wastes, chemical refuse, and recycling of universal waste items generated at the Crane facility in Indiana. The contractor will be responsible for ensuring compliance with federal, state, and local environmental regulations while providing necessary labor, management, and equipment for waste handling, including the development of standard operating procedures and adherence to safety protocols. This procurement is critical for maintaining environmental safety and operational compliance, with an anticipated contract term of five years and an estimated total of 3,750 tons of waste to be managed over this period. Interested parties must submit their capability statements to Matthew Sward at matthew.r.sward2.civ@us.navy.mil by 4 PM EDT on October 29, 2024, as part of the market research process, which will inform the acquisition strategy for a future solicitation expected to be issued around February 12, 2025.
    SOLICITATION NUMBER 371783 - Bottom Sealant Material Testing
    Active
    Energy, Department Of
    The Department of Energy, through Washington River Protection Solutions, LLC (WRPS), is seeking proposals for Bottom Sealant Material Testing as part of its Prime Contract DE-AC27-08RV14800. This procurement aims to ensure the effectiveness and reliability of sealant materials used in various applications related to river protection efforts. The testing is critical for maintaining safety and compliance in environmental management projects. Interested vendors should contact Janelle Freepons at janellekfreepons@rl.gov or call 509-376-7856 for further details regarding the submission process and requirements.