ML20138A711

From kanterella
Jump to navigation Jump to search
Requests Div of Contracts Issue RFP for Competitive Procurement Action for FY81 to Analysis of Safeguards Needs for Transport of High Level Waste
ML20138A711
Person / Time
Issue date: 09/25/1980
From: Brown R
NRC OFFICE OF NUCLEAR MATERIAL SAFETY & SAFEGUARDS (NMSS)
To:
NRC OFFICE OF ADMINISTRATION (ADM)
Shared Package
ML20136E458 List: ... further results
References
CON-FIN-B-6990-1, FOIA-84-682 NUDOCS 8512120088
Download: ML20138A711 (11)


Text

. . > _ _ . _ -

- .. O O- .,

MEMORANDUM FOR: Director, Division of Contracts /f[

1

'. FROM:

R. S. B rown , J r. .

Office of. Nuclear Material Safety and Safeguards (This form is designed to accomodate varying kinds of procurement requests, including small purchases, sole source actions and competitive solicitations.

i Inapplicable items or those for which you have not developed infomation should be blank. In such cases, project officer should contact Division of Contracts' personnel for appropriate guidance.)-  ;

Part I - Project Data  !

1. It is requested that the Division of Contracts take the following action:

/X / Issue a Request for Proposal /~/ Execute a Modification to t

, (RFP) Contract No.

/ / Issue a RFP to firms awarded with ,

j Basic Ordering Agreement (Name of Person or Firm) 1- (type)

/ / Award a sole Source Contract / / Award a contract on basis of l

,! to our acceptance of an Unsolicited-Name of Person or Firm Proposal j t

2. Title of Project and brief description of work: " Analysis Of Sa feouards Needs For L Transport of High 1.evel Waste" This is a request for a competitive procurement action for FY81.

i .

If a Modification action is requested, briefly describe nature of action:

I 1

1 I

-l I

j- ,

i 0512120008 851112 PDR l FOIA

MILLAR84-682 PDR I

[

k'

. ...~....u v

,' SEP 2 51980 -

  • - 3 .-

I request that work; pursuant to this award / codification te perforced fro - March 31.1980 throuch 630 days plus o,ption, if exercised.

~ ~

Month-Day-Ye ar Montn-Day-Year Changes Current Period of Perfonnance

/ /Yes ,f f No /X/ U/A

4. The expiration date for receipt of proposais is 30 days after

. issuance of RFP.

'. 5. A preproposal conference is / /- is not /X/ contecpl a ted.

6./ / "o classified information is anticipated.

/ x / Classified information is anticipated. See NRC Form 1E7, attached.

7. The Technical F.epresentative or Project Officer is: C,..B. Sawyer telephone number 7418l' Name Part II - Funds
1. Estirated Cost: $200K Current FY- NA Second FY: 575K FY81 Third FY:

575K FYa2 /550K FY83

- Funds Availability: This certifies that funds in the amcunt of 5_ NA are available for obligation in -he current budget

  • for the subject work and/or that estimated funds in the accunt of

. S__575K FY85 have been included in next years budget recuest for the ,

work (if work is centemplated beyond this Fiscal Year). ,- <

ELR Ko. : so.19.02-02 FIN 1 Pa6)990-1 Apprtpriation Symbol: NA ft M. Hansen e --

1:

Certifying Official, Prograr:: Suppert Branch, HMSS Part -III - Duplication of Effort

1. . /

/

I certify that, based on inquiries made with other H?.C offices, no  ;

no unnecessary duplication of effort will result from the conduct of the

s.ubject work (less than $100,000.00)'

l 8

i e

'. tor, ;ivision of Contracts  !-

O 8 ' " O '88

2. /

/ Attached are the certifications executed by each of the re:-bers of the Contract Review Board (more than $100,000.00).

3. / / Contract Review Board L_ _/ k'aste Mar.agement Review 3roup j j Safeguards Technical Assistance Review Group Certifications have been forwarded to Board Members for concurrence and/or cor:rnen Completed certifications will be forwarded.

Part IV *ttach.ments

/X/ Statement of b'ork (Attachment No._ 1 )

fyf Evaluation criteria and their numerical weights (Attachment No. 2 )

j j l.ist of firms to be invited to submit proposals in addition to general public notification (Attach. Tent No.

_)

/x/ Copy of letter designating Source Evaluation Panel Mimbers (Attachment No. 3 )

/ / Sole Source Justification, if applicable. (Attachmen No.

)

j f- Unsolicited Proposal Justification, if applicable. . ppr: val and

  • execution of a contract with on f;ar.e of Proposer the basis of an unsolicited proposal is recomended.

, ( Atta chment

?;o.

)

yX/

__Safecuards Technical Assistance Review Gcafertifica:icns (Attachm __)

/X/ Special Requirements * (Attachment A 5

)

T- \ ,

}

}

- .l

(. orown,

_x. 2.

/3' % vr.,

e isUrarit to the Director ani Chief, ,

Program Support Brinch, fiMSS

-This pertains to instructions concerning schedules, reports, data, Government

furriished equipment, or other special requirements.  ;

l  : t l

I,-

m __.

Q Q (September 22, 1980)

Attachment 1 Analysis of Safeguards Needs for Transport of High Level Waste FIN: B-6990-1 , B & R: 50-19-02-02

,1. 0 BACKGROUND: The Nuclear Regulatory Commission (NRC) is now engaged in or will soon undertake several related studies to provide detailed analyses of safeguards needs for specific nuclear materials in produc-tion, transport or use by the commercial nuclear power industry. These studies address s pecific regulatory concerns, i.e., the need to confirm or refute current safeguards needs for High Level Waste in Repositories, for Byproducts and Small Quantities of SNM, for High Enriched Uranium

, facilities, and for graded physical protection measures. This Statement of Work (S0W) addresses still another area of regulatory con-cern, the potential need to safeguard High Level Waste (HLW) during transport. Taken together, these studies will establish regulatory needs, if any, and a technical basis for comprehensive and consistent safeguards regulations, as required.

2.0 WORK REQUIRED: The contractor will provide the personnel, facilities, and materials necessary to accomplish the work specified in this state-ment of work.

Task 1 - The contractor shall review and screen recycle studies and pro-cesses to determine the types and amounts of HLU generated and the various waste handlino technioues that might be applied to each (e.g., vitrification, calcination,etc.). In addition, the contractor shall consider other possible operations (e.g., decantamination, decommissioning, etc.) in the nuclear fuel cycle that would generate waste products having high radio-activity (comparable to HLW) which might need to be transported from fixed sites for disposal.

Task 2 - The contractor shall review and screen available and ongoing ship-ment cask design and cask utilization studies on transport of HLW or other waste products of high specific radioactivity to characterize the type, capacity, and major design features of each cask, the applicability to the various transport modes, the projected type, form, and amount of material per cask and per shipment, and pertinent conditions of shipment affecting use of these cask designs.

Tasks 1 and 2 will focus on the detailed search and careful screening of 4 existing ' DOE and NRC in-house reports and sponsored contract studies. The contractor will develop and submit for NRC staff approval prior to initia-tion of these tasks, a list of the reports and studies to be reviewed.

For each task the contractor will prepare and submit an interim report

, summarizing findings and conclusions.

Task 3 - The contractor will utilize the results of Tasks 1 and 2 to evalu-ate and determine which types of waste material, if dispersed malevolently, would produce consequences of sufficient severity to public health and safety as to warrant consideration of safeguards regulations and measures.

~~

~

E 4 2 -

The desired products to be sumitted in a report to NRC are twofold first, the contractor will prepare a rank ordering of the waste types in terms of the relative potential consequences to public health and safety associ-ated with sabotage during t ransport operations.

dogament the factors and rationale supporting these conclusions.The Second, contra the sontractor will prepare a plan which outlines the approach for com-pletion of subsequent tasks, the impact of findings from related idSS data needs and gaps, if any. sponsored projects (such as the Cask Vuln The plan will include recommendations on which of the HLW types defined in Task 1 and ranked in Task 3 warrant affecting public health and safety. detailed consequence evalua Option Upon1,receipt Task 2', of the Task 3 report above, NRC will review the results of and 3, to determine if the contract will be terminated at that time or continued through completion of Tasks 4 and 5 below. NRC will inform the receipt contractor of the report. of the results of this review within 30 days after 4 or 5 until contracting receipt of appropriate contract modification o fficer. from the The NRC contracting officer will issue appropriate contract modification within 45 days after receipt of the Task 3 report.

Option ~

Task 4 - On NRC modification and

~

approval of the plan developed in Task 3, the contractor will perform a detailed analysis, and estimate of af ter thef t or sabotaoe of selected HLW materials.the conseq The contractor will capabilities and resources and impact of meteorologic The contractor will utilize, to the extent appropriate and feasible, the methodologies, data bases and/or findings from related NRC sponsored stu (e.g. , the Spent fuel Cask Vulnerability Studies, the transport of Radio-nuclides tions in Urban Environs, the Sa feguards for HLW Repositories, Calcula-Spent Fuel and HLW, etc.).of Radiological Consequences from Sabotage o the extent and impact of public health consequences, , use contamina of HLW in both urban and rural environments. denial end clea These data must be of the for safeguards regulations and measures for HLW. type and Option Task 5 - The contractor will identify example safeguards measures for consistent with established NRC policy. reduction of consequenc ,

These examples will include, but not be limited measures. to consideration of currently employed transport safeguards The desired product will include a comparative analysis of example HLW safeguards measures with respect to potential public health consequences, involved. measure effectiveness and cost / benefit for each type of HLW

O O l f 3 3.0 TASK REPORTS:

The contractor will provide three copies of interim task repo thoroughly document findings, problems and specific recomendations resulting from work performed in accordance with this schedule.

Talk.1 within 90 days af ter contract award Ta.sk 2 within 180 days af ter, contract award Ta'sk 3 within 360 days after contract award

  • Task 4 within 630 days af ter contract award Interim task reports wilJ be prepared in accordance with format require-ments set forth in NRC Manual Chapter 3202, a copy of which will be pro-vided to the contractor by the NMSS Project Manager (PM) within 10 days of contract award. Distribution of these reports by the contractor will be as follows:

Carl B. Sawyer, SGRI/NMSS PM Contracting Officer, NRC 1 copy Office of the Director, NMSS (Attn: 1 cony (xerox)

Program Support) I copy (xerox)

The HMSS PM will furnish coments on each interim task report within 30 days (1 month) af ter receipt o f the report.

in addition, the contractor will provide to the HMSS PM a list of reports and studies to be reviewed under Tasks 1 and 2. This list will be sub-mitted within 30 days of the effective date of the contract award. The NMSS PM will provide comments on these lists within 10 working days after their receipt.

of the documents The areNMSS PM will not readily assist the contractor in the event some available. It is the responsibility of-the contractor, however, to assure that all necessary reports, and design studies a re obtained in a timely manner to meet the task schedule.

3.1 FINAL REPORT:

Within 870 days (29 months) after the effective date of this contract, the of the final report. contractor shall furnish to the NMSS pea draft copy This draft final report will be prepared in the format specified in NRC Manual Chapter 3202 and will include thorough documentation of findings, problems, and recommendations for all tasks.

The draft final report will include revision of Tasks 1 thfough 4 based on review and comments from the NRC staff provided by the NMSS PM. This draft final report will also include thorough documentation of findi>ngs, problems, and recomendations resulting from' work perfor:6ed on_, Task 5, specifically addressing:

y a) definition of candidate safeguards systems.for grotection of' -

HLW during transport operations, and.

b) a comparative -analysis of candidate HLW tra$sportation safe-guard systems relative to potential public health and safety a

( '

consequences resulting from malevolent dispersal, system

-effectiveness, and cost /benOfit.

S

, w \

Projected schedule assumis that option for task- 4 and 5 is exercised by NRC Contracting Officer, -i h

-p y E

  • e S 4

The NMSS PM will furnish corarents on the draft final report within 30 days after receipt of the draf t. Based on these cor:inents, the contractor will revise the draft and submit the final report in 11 copies to the NMSS PM and 1 copy to the NRC Divisiori of Contracts not later than 930 days (q months) after the effective date of this contract.

3.2 MEETINGS

The contractor may deem it necessary to visit NRC, DOE, DOE National Laboratories, and other sources to perform the literature search, obtain and review HLW cask design information, and confer on HLW safe-guard analyses. The contractor will meet with the N'iSS PM at the con-clusion of each task to discuss the work results. These meetings shall be of one day duration and shall be held at the NRC offices in Washington, I DC or suburban Maryland, as appropriate. The contractor will conduct briefings on study results for the NRC staff at these rieetings, in addition, it is anticipated that the NMSS PM will meet with the con-4 tractor at his business location up to three times per year. These visits will be of two days duration, or less as required, and will focus on definition of project direction, problems, and status.

3.3 MONTHLY LETTER REPORTS: See Special Requirements.

4.0 NRC FURNISHED MATERI/1: See Section 3.0, Task Reports.

5.0 KEY PERSONNEL - Not applicable.

6.0 PERIOD OF PERFORMANCE: The period of performance of work described in Se'ction 2.0, Work Required will commence as of the effective date of this contract and shall continue for 930 days (31 months) contingent upon con-tract continuation after NRC review of Tasks 1, 2 and 3 results.

6.1 DELIVERABLES and SCHEDULING - The following summarizes project milestones and deliverable products:

Milestones and Products SCHEDULE

1. Initiation of Contract day 1 (Contract Aucrd)
2. Literature Search List-Tasks 1 & 2 day 30-
3. NRC Comments on Literature Search List day 45
4. Interim Report - Task 1. day 90
5. NRC Comments Task 1 Report day 120

~

6. Interim Repo" t - Task 2 day 180
7. NRC Comments in Task 2 Report day 210

.8. Interim Report - Task 3 day 360 t

g )-

I 1 5 l 9. NRC Coments in Task 3 day 390

  • 10. _ Interim Report - Task 4 day 630 f

- 11. NRC Comments in Task 4 day 660 I- 12.[3 raft Final Report

~ , day 870

13. . NRC Comments on Draft Final Report day 900
14. Submission of Final Report day 930 1 7.0 LEVEL OF EFf0RT: It is estimated that the contractor shall be required  :

to expend approximately 2.2 man years of effort to complete the work  ;

specified i n this s tatement of work. '

i i

iI l

i i

l t

i i

i t

F

  • Projected schedule assumes that option for task 4 and 5_is exercised by

, NRC Contracting Officer.

i f'

-..-....,...-.--u..--- , . - . . . .._.-.__...-.___.-_.,,-2,,--.,.-.._-

q g Attachment 2 PROPOSAL EVALUATION CRITERIA Analysis of Safeguards Needs for Transport of High Level Waste -

RELATED 1. PAST EXPERIENCE (TOTAL WEIGHT 60) 1 Extent the offeror has deonstrated payt experience in the area of safe (to include both physical security and material accountabilitj aspects) experience (SUBWEIGHT45) in nuclear waste management and radiological consecuence e .

2 of key personnel related to the effort. Extent of the experience, e (SUBWEIGHT 15)

TECHNICAL APPROACH (TOTAL WEIGHT 30) 1.

Qualityfor success of the offeror's proposed t echnical project. approach to each task and the probability (SUBWEIGHT 5) 2 Extent the proposal reflects t he offeror's understanding of the requiremen as set forth in the Statement of Work.

(SUBWEIGHT 5) 3 Offeror's identification of any difficulties and the rationale provided to support the soundness and adequacy of his proposed solution.

(SUBWEIGHT 5) 4 Extent the proposal reflects familiarity with fuel cycle concepts concerning plans and Dolicies a ffecting these matters. conce (SUBWEIGHT 5) 5.

regulations recarding nuclear material safeguards. Extent t (SUBWEIGHT10) fiApAGEMENT (TOTAL WEIGHT 10) 1 Clear definition of the roles and adequate organization authority of the program (SUBWElGHT manager

5) and other key personnel to accomplish the defined tasks 2

consistency (SUBWEIGHT5) of reasoning in progression and integr .

GR?.ND TOTAL - 100 l

== --

y .

_. O O Criteria Weicht/%

Other Consideraticis

1. _Cest Evaluation While cost may nc: be a controlling factor, it will not be disregarded in the negotiation and award of a cont act uncer this solicitation. A separate cost analysis will be perferred on each pricing proposal received.
2. .Best-Buy A alysis A final best-buy analysis will be perforred taking into consid-eration the results of the technical evaluation, cost analysis, and ability required to complete the work within the Government's schedule.

The Government reserves the right to r.ake an award to the best advantage of the Government, cost and other factors considered.

3. Conflict of Interest The two paramount principles that the Commission must consider in determining whether a conflict. of interest would exist by award of this contract are:

(1) Does the award in any way give rise to a conflict that biases or prejudices the results that the Commission expects frem the proposed work.

(2) Would the award put the contractor in an unfair compe-titive advantage with respect to other contractors.

In order to assist the Commission in this evaluation, the offeror shall describe any significant contractual and organizational relationships of the offeror, its employees or expected. subcontractors on this contract, with industries regulated by the NRC (e.g., utilities, etc.) and suppliers thereof (e.g., architect engineers and reactor manufacturers, etc.) that might give rise to an apparent or actual conflict of interest in the event of a contract award to offeror.

m

, , ~ --. ,-. ,

f Attachment 3 Q

3____.~~ ,

LETTER OF DESIGNATION TO: C. B.-Sawyer, SGRI Panel Chairman FROM:

R. S. Brown, Jr.

Designating Official SOURCE EVALUATION FOR " Analysis of Needs for Transport of Hiah Level Wastes" Pursuant to Chapter V of the NRC Procurement Handbook, I hereby designate you as Chairman of the Source Evaluation Panel for Project: NMS-81-030, FIN B-6990-1, B&R 50-19-02-02 I hereby designate the following individuals as members of that Panel:'

(Names of individuals and their organizational location.)

P. A. Dwyer, SGRI Technical Member H. M. Mitchell, SGPD Technical Member The Source Evaluation Panel will conduct its business in accordance with the provisions of the NRC Procurement Handbook and applicable policies and procedures in the Federal Procurement Regulations. It will be the responsibility of the Chairmanintothe centained determine Handbook.thatPanel each Panel member is conversant with the instructions duties will take precedence over other normal duties of the Panel members.

The Panel may disclose only such information as may be necessary for the proper conduct of its duties and only to the extent and to those persons considered essential for that purpose.

3 i

\ .\ *

' h'g+R , n. ,,

R. S. Brown, Jr. , As stant to the Director and C ief, Program Support Bran j Office of Nuclear Matelial. Safety and Safeguards

! l

..