CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
i
Task Order 4 – Safe and Compliant Base Operations
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
ii
This page intentionally left blank.
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
iii
Table of Contents
Section A – Solicitation/Contract Form .........................................................................................
Section B – Supplies or Services and Prices/Costs ....................................................................... 1
Section C – Performance Work Statement .................................................................................. 3
Section D – Packaging and Marking .......................................................................................... 18
Section E – Inspection and Acceptance ...................................................................................... 18
Section F – Deliveries or Performance ....................................................................................... 18
Section G – Contract Administration Data ................................................................................ 18
Section H – Special Contract Requirements .............................................................................. 18
Section I – Contract Clauses ........................................................................................................ 19
Section J – List of Documents, Exhibits, and Other Attachments ........................................... 19
Appendices
Appendix A – Supplemental Information for Section C.2.2.4 ............................................... A-1
Appendix B – Task Order 4 Proposal Preparation Instructions – Cost and Fee
Proposal .............................................................................................................. B-1
Appendix C – Cost Assumptions .............................................................................................. C-1
Appendix D – Task Order 4 WBS ............................................................................................ D-1
Appendix E – Cost Detail Worksheets ...................................................................................... E-1
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
iv
This page intentionally left blank.
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
1
Section B - Supplies or Services and Prices/Costs
This Task Order work shall be performed under Contract Line Item Number (CLIN) 00001 of the
Hanford Central Plateau Cleanup Contract (CPCC) Master Indefinite Delivery/Indefinite Quantity (IDIQ)
Contract (herein referred to as the Master IDIQ Contract). Section B of the Master IDIQ Contract is
incorporated by reference, and is revised for purposes of this Task Order with the information below
specifically identified for this Task Order.
B.1 DOE-B-2012 Supplies/Services Being Procured/Delivery Requirements (Oct 2014)
The Contractor shall furnish all personnel, facilities, equipment, material, supplies, and services
(except as may be expressly set forth in this Task Order as furnished by the Government) and otherwise
do all things necessary for, or incident to, the performance of work as described in Section C,
Performance Work Statement (PWS) under this Task Order.
B.2 DOE-B-2003 Cost-Plus-Incentive-Fee Task Order: Total Estimated Cost and Incentive Fee
(OCT 2014)
(a) This is a Cost-Plus-Incentive-Fee Task Order. In accordance with the Clause at FAR 52.216-10,
Incentive Fee, the target cost, target fee, maximum and minimum fees, and the target fee increase and
decrease ratios for this contract are shown in Table B-1.
Table B-1. Target Cost and Fee
Target Cost [$proposed]
Target Fee [$proposed]
Maximum Fee 15%
Minimum Fee 0%
Target Fee Increase Ratio: 30 Cents/Dollar Less Than Target Cost
Target Fee Decrease Ratio: 30 Cents/Dollar More Than Target Cost
(b) The target cost, target fee, minimum and maximum fee, and target fee increase/decrease ratios are
applicable to the following CLIN. The Target Cost does not include the estimated cost associated
with Usage Based Services (UBS) Provided by Other Hanford Contractors (OHC), which is non-fee
bearing.
Table B-2. Task Order CLIN Structure
CLIN CLIN Title
CLIN
Type
Target Cost +
UBS Cost Target Fee Total
00001 Safe and Compliant Base Operations CPIF [$proposed] [$proposed] [$proposed]
UBS provided by OHCs CR [$proposed] N/A [$proposed]
Usage Based Services Reimbursement from
OHCs (offset CLIN 00001)
[-$ Proposed] N/A [-$ Proposed]
Total [$proposed] [$proposed] [$proposed]
CLIN = Contract Line Item Number
N/A = Not Applicable
OHC = Other Hanford Contractor
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
2
(c) CLIN 00001 – Safe and Compliant Base Operations:
This CLIN includes the target cost and fee associated with performing the safe and compliant base
operations identified within the Task Order PWS.
This CLIN includes all scope for field operations to maintain Central Plateau Operations in a Safe and
Compliant Configuration. This includes: Minimum Safe Operations, Ready-to-serve, Surveillance
and Maintenance, and Facility Base Operations associated with all Project Baseline summary (PBS)
scopes of work within this Task Order.
This CLIN also includes the estimated costs and fee for CPCC-provided services to OHCs listed
within Section C and Section J, Attachment J-3, Hanford Site Services and Interface Requirements
Matrix. The funds for UBS provided to OHCs are not obligated to this Contract, but rather obligated
to the OHCs receiving the CPCC-provided UBS. Costs for CPCC UBS services provided to OHCs
will be reimbursed directly by OHCs receiving the UBS. The Contractor shall provide an annual
report to the Contracting Officer (CO) setting forth the reimbursement it received for each service
provided to each OHC.
This CLIN also includes UBS provided by OHCs, which includes the estimated costs (no fee)
associated with reimbursing OHCs for services provided to CPCC listed within the Master IDIQ
Contract Section J, Attachment J-3, Hanford Site Services and Interface Requirements Matrix.
The target costs within this CLIN does not include general administration and management cost for
Core Functions associated with administering this Task Order. The estimated costs for Core
Functions to perform the general administration and management of this CLIN is included within
Task Order 3 – Core Functions.
(d) Payment of target fee shall be made in accordance with the Clause FAR 52.216-10, Incentive Fee,
and the Payments clauses in the Master IDIQ Contract applicable to this Task Order.
The final fee calculation includes a reconciliation of the actual UBSs provided by OHCs at the end of
the Task Order for CLIN 00001, safe and compliant base operations. If there are any differences
between the actual UBS costs in relation to the UBS negotiated cost, an adjustment will be made to
the target cost and fee to reflect the change to services utilized.
(e) The target fee percentage for Task Order 4 – Safe and Compliant Base Operations, shall not exceed
the target fee percentage established on Task 3 – Core Functions.
B.3 DOE-B-2013 Obligation of Funds (Oct 2014)
(a) Pursuant to the Clause of this contract in FAR 52.232-22, Limitation of Funds, total funds in the
amount(s) specified below are obligated for the payment of allowable costs and fee. It is estimated
that this amount is sufficient to cover performance through the date(s) shown below. Funding below
includes fee for UBS provided by CPCC to OHCs. Funding below includes fee for UBS provided by
CPCC to OHCs.
(b) To be determined at Task Order award.
(c) UBS to Be Provided to OHCs – Funding for the cost associated with the UBS to be provided to
OHCs is not included in the amount specified in paragraph (a) above. The Contractor shall recognize
OHC reimbursement for the UBS provided as a reimbursement from OHCs.
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
3
Section C - Performance Work Statement
C.1 Task Order Purpose and Overview
This is the sample task to be performed for the U.S. Department of Energy (DOE) Richland Operations
Office (RL) Central Plateau Cleanup, located on the Hanford Site north of Richland, Washington.
The purpose of this Task Order is to describe the work scope to be performed during this Task Order
period of performance.
C.2 Scope of Work
Table C-1.Listing of Task-Specific Scope
Task: Safe and Compliant Base Operations Work Scope
Subtask # Subtask Title Task Order Section CWBS Reference*
1 Facility/Waste Site Safe and
Compliant Base Operations
C.2.1 RL-0040.01; RL-0040.50;
RL-0041.01; RL-0041.50;
RL-0042.01; RL-0042.50
2 Groundwater Safe and Compliant
Base Operations
C.2.2 RL-0030.01; RL-0030.02;
RL-0030.10; RL-0030.11;
RL-0030.12, RL-0030.13;
RL-0030.14; RL-0030.20;
RL-0030.21; RL-0030.22;
RL-0030.23; RL-0030.30;
RL-0030.33
3 Waste Stabilization and
Disposition Safe and Compliant
Base Operations
C.2.3 RL-0013.01; RL-0013.02;
RL-0013.03; RL-0013.04;
RL-0013.07; RL-0013.08;
RL-0013.09; RL-0013.10;
RL-0013.12; RL-0013.15;
RL-0013.20; RL-0013.26
* The CWBS Reference(s) for the Subtasks can be found in the Environmental Management Consolidated Business Center
Document Library.
CWBS = Contract Work Breakdown Structure
General Requirements
Safe and Compliant Base Operations: Includes day-to-day management and operation of nuclear,
radiological, and industrial facilities and waste sites (including pipelines) to maintain safe and
compliant configuration; maintain safe and compliant base operation of surplus facilities and inactive
waste sites/pipelines; maintain specified facilities in a ready-to-serve capacity; perform surveillance
and maintenance (S&M) activities; operate groundwater treatment facilities under the current
configuration; provide general operations for solid waste treatment, storage, and disposal (TSD)
services in support of Hanford Site cleanup; provide risk mitigation evaluations; and provide program
management and core business management services. The operational and surplus facilities that must
be maintained in a safe and compliant configuration are listed in Section J, Attachments J-12, Central
Plateau Cleanup Contract Structures Responsibility Assignment Matrix, and J-13, Central Plateau
Cleanup Contract Waste Site Responsibility Assignment Matrix.
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
4
Safe and compliant base operations include upkeep, repair, or replacement of equipment, instruments,
and systems needed to maintain or preserve the facility’s ready-to-serve functions, a safe and
compliant condition, or normal operational functions. Replacement includes replacing obsolete or
unrepairable equipment, instruments, and systems with those that perform the same or similar
functions, as needed. Ready-to-serve refers to the capabilities used to deliver a service under the
Contract and includes all staff, equipment, and facilities necessary to maintain a service capability,
but does not advance the Hanford Site cleanup mission.
The minimum requirements associated with maintaining safe and compliant base operations, in
priority, are as follows:
1. The resources necessary to maintain safe nuclear operations under an approved Documented
Safety Analysis (DSA) complying with all Technical Safety Requirements.
2. The minimum resources to meet site and facility permits or other legal requirements and
commitments.
3. The minimum resources necessary to maintain the Hanford Site and facilities safe and secure
condition while no programmatic or operational activities are conducted.
The Contractor shall first utilize the priorities described above in their management of safe and
compliant base operations.
UBS from OHCs and Non-Fee Bearing Costs
The Contractor shall include the estimated costs (no fee) associated with reimbursing OHCs for services
provided to CPCC listed within Section J, Attachment J-3, Hanford Site Services and Interface
Requirements Matrix. These costs shall be included in each subtask below (showing quantity and costs),
but not included in the targeted fee calculation. All of the UBSs from OHCs and non-fee bearing costs
will be identified in the proposal and Offeror shall provide the backup of how the targeted fee calculation
was calculated removing these costs. The UBS and non-fee bearing costs apply to the work scope
identified in this Task Order.
C.2.1 Subtask 1 - Facility/Waste Site Safe and Compliant Base Operations
(a) The desired outcome for Facility/Waste Site safe and compliant base operations is to maintain nuclear
and non-nuclear operational and surplus facilities and inactive waste sites (including pipelines) in a
safe, compliant, energy efficient, and cost-effective manner in accordance with state and federal
requirements, approved authorization basis, and regulatory permit requirements. The desired outcome
for the surplus facilities and inactive waste sites (including pipelines) is to bring them to a safe state
ready for remediation and demolition.
(b) This work scope is safe and compliant base operations, defined in the “General Requirements”
section of this PWS, associated with surplus and operational facilities and inactive waste sites
(including pipelines) for the remaining River Corridor (Project Baseline Summary [PBS] RL-0041)
and Central Plateau (PBS RL-0040) work scopes. The River Corridor Closure surplus facilities and
inactive waste sites (including pipelines) are located in the 100-K and 300 Areas. The 100-K Area
includes two former production reactors and their associated ancillary support facilities, including a
fuel storage basin (a nuclear facility) and numerous inactive waste sites. The 300 Area primarily
includes the 324 Building (a nuclear facility) and a few ancillary support facilities. The 300 Area also
includes some other remaining waste sites and a river pipeline on leased land.
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
5
(c) The Central Plateau facilities, used to support Hanford Site activities, include five canyon facilities
(B, T, and U Plants; Plutonium Uranium Extraction [PUREX]; and Reduction Oxidation [REDOX]);
large material processing, storage, or handling facilities and the liquid waste tank waste evaporators;
and industrial and general purpose buildings, such as offices, shops, trailers, and miscellaneous
facilities. Structures may be above ground, below ground, or both, consisting of facilities and/or
buildings, stacks, and diversion boxes that are not in a facility or building. These facilities are either
operational or are being maintained under an S&M program.
(d) The Central Plateau and River Corridor contain waste sites (including pipelines) that are
contaminated with radioactive and other hazardous materials from past Hanford Site operations.
These waste sites were grouped into process-based and geographic-based OUs and are identified in
Appendix C of the TPA for RI and remedial action decision-making purposes. For purposes of
performing S&M, site structures and waste sites were grouped into geographical IAs as indicated in
the list of structures and waste sites included in Section J, Attachments J-12 and J-13, respectively.
(e) Consistent with the information provided under “General Requirements” associated with performing
safe and compliant base operations, the Contractor shall include, but is not limited to, performing the
following activities as stated or as further optimized:
(1) Complete planned maintenance, including any corrective actions or activities identified as a result
of ongoing S&M activities.
(2) Provide required safety and regulatory inspections; S&M of structures, systems, and components
(SSC) and processes to ensure operation within the approved safety, environmental, and permit
compliance requirements envelope, including preventive maintenance and calibrations, repair or
replacement of failed and malfunctioning equipment (including capital equipment); inspection of
safety systems, equipment and facility grounds (operational surveillance); waste container
storage, and routine radiological surveys.
(3) Ensure control of radioactive and hazardous materials and the physical safety of Hanford Site
personnel, the public, and the environment.
(4) Monitor, maintain, and track chemical and radiological inventories; provide monitoring and
reporting of mandatory permit-related environmental requirements; and maintain abnormal and
emergency response capabilities.
(5) Maintain safety management programs, equipment, and personnel required for worker protection
and DOE Order compliance.
(6) Maintain management services that ensure performance and support to safe and compliant base
operations, such as an access control/entry system, training requirements, and a Solid Waste
Information Tracking System (SWITS).
(7) Provide preventive and corrective maintenance activities needed to maintain operational
equipment, radiological control, mandatory training and procedures, surplus facilities, and
inactive waste sites in a safe and compliant condition.
(8) Provide S&M of surplus facilities and inactive and active waste sites to ensure protection of
worker, public health, and the environment in accordance with applicable S&M plans.
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
6
C.2.1.1 Surplus Structures and Inactive Waste Sites Safe and Compliant Base Operations
(a) The desired outcome is implementation of an S&M program that monitors Hanford Site structures,
waste sites, and pipelines, as required, to meet regulatory and DOE requirements.
(b) In addition to the requirements for safe and compliant base operations in Section C.2.1, the
Contractor shall perform S&M on the following:
(1) Assigned Hanford Site structures and waste sites (including pipelines) identified in the Section J,
Attachments J-12 and J-13, respectively; and
(2) Inactive steam lines and their associated underground injection control (UIC) wells.
This excludes steam lines and UICs inside facilities operated by OHCs including those
associated with tank farm operational areas.
C.2.1.2 Post-Remediation Activities
The Contractor shall perform post-remediation actions for waste sites, structures, or geographical IAs for
all completed Central Plateau and River Corridor remedial actions, in accordance with regulator approved
Operations and Maintenance (O&M) Plans and RODs, and coordinate the transition of geographical areas
(defined by IAs/SQUIDs) to the LTS program with HMESC.
C.2.1.3 Building 324 Boiler Annex
(a) The desired outcome is to maintain steam and heating for the 324 Facility until the building is
deactivated and placed in a cold and dark configuration pending its future demolition.
(b) Johnson Controls has a contract with the DOE Richland Operations Office (DOE-RL) to provide
steam and heating for the 324 Facility and the natural gas used to fuel the boilers. This contract
expires on November 14, 2021. Currently, the 324 Facility is only using steam for space heating
purposes.
(c) The Contractor shall:
(1) Assume responsibility for O&M of the 324 Boiler Annex (including the associated boilers) upon
receipt of NTP, given that the 324 Boiler Annex and boilers are still going to be needed.
(2) Create a transition plan for the 324 Boiler Annex and boilers, to ensure that required heating can
be provided reliably to the 324 Facility, that shall be given to DOE for review and consent.
(3) Have an agreement (cost, reliability, and quantity) with the supplier of natural gas for the
300 Area to operate and maintain the natural gas distribution system.
C.2.1.4 Fast Flux Test Facility
(a) The desired outcome is that the Fast Flux Test Facility (FFTF) will remain in a long-term, low cost,
S&M condition until final disposition detailed planning is performed and D4 funding is allocated.
The Contractor shall maintain and monitor all systems and operations associated with storage of bulk
sodium.
(b) FFTF is a DOE-owned, formerly operating, 400-megawatt (thermal) liquid-metal cooled (sodium)
research and test reactor located in the 400 Area of the Hanford Site near the City of Richland,
Washington.
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
7
C.2.1.5 Aging Facility Risk Mitigation
(a) The desired outcome is to characterize aging facility risks on the Hanford Site and mitigate those
risks by stabilizing high-risk facilities to minimize the potential for catastrophic failure events.
(b) The Contractor shall:
(1) Assess aging facility and structure risk for the entire Hanford Site and provide an annual report to
DOE that includes an update of the Project Evaluation Matrix and recommendations for
mitigating the risks.
(2) Perform the mitigation activities for high risk facilities as agreed to with DOE to minimize the
potential for catastrophic failure events.
(3) Maintain a capability to respond to emergency incidents related to aging facilities.
(4) Perform any work activities necessary to complete stabilization of the PUREX Tunnel 2.
(5) Complete the 216-Z-9 Crib structural integrity assessment.
C.2.2 Subtask 2 - Groundwater Safe and Compliant Base Operations
Consistent with the information provided under “General Requirements” associated with performing safe
and compliant base operations, the Contractor shall include, but is not limited to, performing the
following activities as stated or as further optimized:
C.2.2.1 Remediation Activities
(a) The desired outcome for the existing groundwater and deep vadose zone remediation systems is to
operate and maintain the systems safely, while meeting all requirements of the RD/Remedial Action
Work Plan (RAWP).
(b) The Contractor shall operate the existing or any newly established groundwater and deep vadose zone
remediation systems in accordance with the appropriate implementation and other
regulatory-supporting documents (e.g., O&M plan, RD/RAWP, RAWP, Atomic Energy Act [AEA],
DOE directives, sampling and analysis plan [SAP], and waste control/waste management plan).
Perform any upgrades required to meet the remedial action objectives (RAO) and requirements within
RODs, CAD/RODs, closure plans, and other regulatory decision documents.
(c) The Contractor should closely integrate and coordinate groundwater and deep vadose remediation
systems with other vadose zone and facility remediation and closure activities. This shall include
coordination of remedy implementation with RL-0040 to facilitate geographic area remediation.
C.2.2.2 Project Integration
C.2.2.2.1 Groundwater and Vadose Zone Remediation Integration
(a) The desired outcome is a well-coordinated integration of functions associated with monitoring,
protection, and remediation of facilities, soil/vadose zone waste sites, and groundwater.
(b) The Contractor shall support DOE in integrating all crosscutting activities related to monitoring,
protection, and remediation of facilities, soil/vadose zone waste sites, and groundwater of the Soil and
Groundwater Program. This function includes leading strategic integration efforts; creating and
maintaining integrated baseline project schedules; evaluating integrated baseline project schedules for
all remediation activities across the Hanford Site; supporting stakeholder and regulators activities;
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
8
and providing periodic revisions to DOE/RL-2007-20, Integrated Groundwater and Vadose Zone
Management Plan, to keep this Plan current.
C.2.2.2.2 Risk Assessment Activity Integration
(a) The desired outcome is a well-coordinated integration function associated with the performance of
risk assessments that meets regulatory and DOE directive requirements supporting the Cumulative
Impact Evaluation (CIE), the Composite Analysis (CA), and project decision-making.
(b) The Contractor shall support DOE in integrating the performance of risk assessments, supporting the
CIE and CA, and providing a technical basis for making project decisions. The Contractor shall
maintain a document under configuration control for DOE that contains key physical, chemical, and
other parameters/assumptions associated with modeling the fate and transport of environmental
contaminants from structures and waste sites for risk assessment purposes.
C.2.2.3 Hanford Environmental Data Management
(a) The desired outcome of environmental data management is efficient and effective collection,
documentation, organization, storage, and retrieval of data, documents, and analyses that demonstrate
compliance with environmental requirements and provides credible objective evidence for completing
environmental remediation, monitoring, and transition.
(b) Environmental data management provides the necessary information to support ongoing Hanford Site
environmental cleanup, monitoring, and LTS missions. The information supports key environmental
functions such as remediation decision making and demonstration of compliance with the AEA,
CERCLA, RCRA, TPA, and other applicable laws, environmental regulations, and directives.
Environmental data are essential to build the record of cleanup actions to support closure of the Site,
delisting from the National Priorities List (NPL), and transition to other entities or Legacy
Management.
(c) The Contractor shall serve as the manager for environmental databases, associated information
systems, web-based information access systems/portals, and project specific databases.
These databases and systems/portals include, but are not limited to, the following: Hanford
Environmental Information System (HEIS), Sample Data Tracking System, Electronic Data
Deliverable Processor, Hanford Well Information System, Well Maintenance Application, Waste
Information Data System (WIDS) and WIDS Application, Hanford Intranet and Hanford Internet
HEIS websites, EnviroDataAccess web-based information access system, Sample and Data
Management, Pump and Treat (P&T) Project Specific Databases, and the In Situ Redox Manipulation
Project Specific Database.
(d) The Contractor shall manage these databases and systems/portals to ensure that they are integrated,
maintained, and designed to keep the software up-to-date at all times. The enterprise system provides
access to information about the history, cleanup, and as-left condition of the land to support land
management, land transfer, LTS, ongoing regulatory permitting and compliance activities,
monitoring, and delisting of the Hanford Site from the NPL. The Contractor shall integrate the
development of the Hanford Environmental Data Management Program Plan with the Hanford
Geospatial Information Program Plan, developed by HMESC, responsible for Geospatial Information
Management.
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
9
C.2.2.4 Groundwater Well Maintenance, Monitoring, Assessment, and Reporting
(a) The desired outcome is implementation of a program that monitors Hanford Site groundwater
conditions to meet regulatory and DOE requirements.
(b) The Contractor shall:
(1) Safely operate and maintain, per the applicable well maintenance plan, the groundwater
remediation and monitoring wells and networks.
(2) Monitor Hanford Site groundwater conditions to meet regulatory and DOE requirements.
(3) Collect groundwater samples and perform or arrange for onsite and offsite analyses of
groundwater, soil vapor, surface water, and other related samples.
(4) Perform data assessment/reporting to meet regulatory and DOE requirements for groundwater
monitoring and remediation and allow continued operation of Hanford Site waste management
facilities. Wells are used at the Hanford Site to remediate groundwater, monitor groundwater
quality at the Hanford Site, delineate existing groundwater plumes, and meet regulatory
requirements associated with CERCLA, RCRA, and AEA (i.e., DOE directives).
(c) In addition, the Contractor shall:
(1) Prepare and submit an annual evaluation of the active P&T systems with the objective to optimize
the P&T system to achieve the best tradeoff among contaminant mass removal, river protection,
and plume size reduction. The evaluation shall provide the technical basis to achieve these
objectives and include a recommendation regarding any P&T upgrades and/or expansion of
capacity.
(2) Prepare and submit the annual Hanford Site Groundwater Monitoring Report, consistent with the
established content and format, and provide input to HMESC for preparation of the Hanford
Annual Site Environmental Report (ASER).
(3) Prepare and submit the annual Hanford Site RCRA Groundwater Monitoring Report to DOE for
subsequent submittal to regulators by March 1 of each year.
(4) Prepare and submit required regulatory reports (i.e., notification of exceedance determination
report, assessment monitoring plans, as needed, and solid waste landfill groundwater monitoring
report).
(5) Conduct routine preventative maintenance and corrective actions, as necessary, to optimize
performance of groundwater remediation and monitoring wells and associated networks.
C.2.3 Subtask 3 - Waste Stabilization and Disposition Safe and Compliant Base Operations
(a) Consistent with the information provided under “General Requirements” associated with performing
safe and compliant base operations, the Contractor shall include, but is not limited to, performing the
following activities as stated or as further optimized:
(1) The desired outcome for Waste Retrieval, Treatment, Storage, and Disposal Operations is to
maintain nuclear facilities and inactive waste sites in a safe, compliant, energy efficient, and
cost-effective manner in accordance with state and federal requirements, approved
authorization basis, and regulatory permit requirements, including the implementation of all
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
10
required programs and services to support and manage the solid waste TSD services in support
of Hanford Site cleanup for the following facilities:
(i) T Plant Complex;
(ii) Central Waste Complex (CWC)/German Logs/Sodium Storage;
(iii) Waste Receiving and Processing (WRAP) Facility;
(iv) Low-Level Burial Grounds (LLBG) including Alpha Caissons and Naval Reactors
Trench;
(v) Mixed Low-Level Waste (MLLW) Trenches (31 and 34);
(vi) ERDF;
(vii) IDF;
(viii) Waste Encapsulation and Storage Facility (WESF);
(ix) Canister Storage Building (CSB);
(x) Interim Storage Area (ISA); and
(xi) Cs/ Sr Capsule Storage Area (to be built).
(b) In addition, the Contractor shall:
(1) Complete planned maintenance, including any corrective actions or activities identified as a
result of ongoing S&M activities.
(2) Provide required safety and regulatory inspections; S&M of SSC and processes to ensure
operation within the approved safety, environmental, and permit compliance requirements
envelope, including preventive maintenance and calibrations, repair or replacement of failed
and malfunctioning equipment (including capital equipment); inspection of safety systems,
equipment and facility grounds (operational surveillance); waste container storage, and routine
radiological surveys.
(3) Ensure control of radioactive and hazardous materials and the physical safety of site personnel,
the public, and the environment.
(4) Monitor, maintain, and track chemical and radiological inventories; provide monitoring and
reporting of mandatory permit-related environmental requirements; and maintain abnormal and
emergency response capabilities.
(5) Provide recommended upgrades, and modifications required to remain within applicable permit
and approved safety basis documents as well as to address issues related to imminent failure
that can be prevented prior to a potential failure.
(6) Maintain safety management programs, equipment, and personnel required for worker
protection and DOE Order compliance.
(7) Maintain management services that ensure performance and support to safe and compliant base
operations, such as an access control/entry system, training requirements, and SWITS.
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
11
(8) Provide preventive and corrective maintenance activities needed to maintain operational
equipment, radiological control, mandatory training and procedures, and surplus facilities and
inactive waste sites in a safe and compliant condition.
(9) Provide S&M of facilities and inactive waste sites to ensure protection of worker and public
health and the environment in accordance with applicable S&M plans.
C.2.3.1 Program Management Support, Planning, and Integration
(a) The Contractor shall implement all required programs and services to support and manage the solid
waste storage, treatment, and disposal services in support of Hanford Site cleanup; treat and dispose
of legacy and newly generated low-level waste (LLW), MLLW, and TRU waste under this Contract
to meet Land Disposal Restriction (LDR) requirements or other applicable disposal requirements
(e.g., TPA); retrieve suspect TRU waste from the LLBGs; support certification of TRU waste for
disposal at offsite disposal facilities; and provide interim storage of irradiated nuclear fuel and Cs and
Sr capsules.
(b) In addition, the Contractor shall:
(1) Annually update and maintain TPA Milestone M-091-03, Project Management Plan.
(2) Provide input and waste management facility access for preparation of the Hanford Site Mixed
Waste LDR Summary Report in accordance with the requirements of TPA Milestone M-026-01
and related RCRA LDR.
(3) Provide audit capability, including providing auditors, to support the DOE Consolidated Audit
Program for audits of external commercial RCRA TSD facilities and laboratories to support the
annual request for use of offsite TSDs, as needed.
(4) Operate the existing SWITS for waste managed at the Hanford Site. This system shall also be
used to collect and maintain the Hanford Site lifecycle waste forecast, which shall include all
types of radioactive solid waste.
C.2.3.2 T Plant
(a) The desired outcome is to maintain the facility in a safe and compliant configuration and
ready-to-serve status, including any necessary facility upgrades, and maintain the ability to send
liquid wastes to the Treated Effluent Disposal Facility or other facility.
(b) The T Plant complex is a treatment and storage unit that has a number of functions, including
equipment decontamination, waste treatment, storage, sampling, nondestructive examination, and
repackaging. Radioactive and hazardous wastes are processed and packaged at the facility to meet
state and federal regulations as well as criteria associated with transporting waste to specific waste
disposal facilities. Wastes that can be managed at the T Plant Complex include LLW, TRU,
transuranic mixed (TRUM), hazardous/dangerous MLLW, and Toxic Substances Control Act
(TSCA) polychlorinated biphenyl waste. The T Plant Canyon Building is being prepared for
receiving, storing, and possibly treating radioactive sludge that has been containerized within the
K West Basin.
C.2.3.3 Central Waste Complex/German Logs/Sodium Storage
(a) The desired outcome is to maintain CWC facility operations in a safe and compliant configuration
and ready-to-serve status so it can receive and store LLW, MLLW, TRU/TRUM waste, and other
waste from onsite and offsite generators consistent with waste acceptance criteria.
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
12
(b) CWC is a storage and treatment unit for RCRA mixed waste, TRU/TRUM waste, and LLW.
CWC also stores alkali metal products, waste from CERCLA cleanup activities, low flash point
waste, sodium waste, and German Logs.
C.2.3.4 Waste Receiving and Processing Facility
(a) The desired outcome is to maintain WRAP facility operations in a safe and compliant configuration
and ready-to-serve status so it receives, verifies, stores, repackages, treats as required, and ships TRU
and MLLW to a TSD facility, including the Waste Isolation Pilot Plant (WIPP), and has the capability
to process contact handled (CH) and limited remote handled (RH) TRU waste.
(b) The WRAP is located in the 200 West Area near CWC. It is comprised of several buildings: 2336W
(the main processing facility), 2740W (an administrative support building), 2620W (a maintenance
support building), and several smaller support buildings. The WRAP complex also includes the
2404-WB and 2404-WC waste storage buildings.
C.2.3.5 Low-Level Burial Grounds
(a) The desired outcome is to maintain the LLBG in a safe and compliant configuration and
ready-to-serve status in the 200 East and 200 West areas of the Hanford Nuclear Reservation,
specifically, burial grounds: 218-W-4C, 218-W-4B, 218-W-3A, 218-W-3AE, 218-W-5, 218-W-6,
218-E-10, and 218-E-12B.
(b) The Contractor shall:
(1) Maintain the capability to receive MLLW for disposal in MLLW Burial Ground 218-W-5,
Trenches 31 and 34, and LLW in designated trenches.
(2) Support disposal of naval reactor compartments consistent with waste acceptance criteria and the
Memorandum of Understanding (MOU) between the U.S. Department of the Navy and DOE, in
Burial Ground 218-E-12B, Trench 94. Other related equipment is disposed of in the 200 West
Solid Waste Burial Ground.
(3) Receive waste for disposal from other generators only with prior DOE approval.
(4) Perform upgrades in the form of gravel addition to Burial Ground 218-W-5, Trenches 31 and 34.
(5) Operate the leachate collection system and dispose of collected leachate to liquid processing
facilities managed by Tank Cleanup Contract (TCC).
C.2.3.6 Environmental Restoration Disposal Facility
(a) The desired outcome is to maintain ERDF operations in a safe and compliant configuration and
ready-to-serve status so it continues to serve as the primary capability for disposition of CERCLA
remediation waste on the Hanford Site.
(b) ERDF is the primary engineered burial ground in the 200 Area and is geographically located on the
Central Plateau of the Hanford Site. The primary waste type disposed at ERDF is generated from
CERCLA remediation activities at the Hanford Site. The Contractor shall maintain ERDF within the
safety basis and all applicable environmental permits and regulations.
(c) The Contractor shall:
(1) Transport waste to ERDF for disposal.
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
13
(2) Maintain the facility to include all operational and support functions needed and infrastructure
required for ERDF operation, waste receiving and tracking system, waste treatment capability,
operation of haul trucks, maintenance of the trucks, maintenance of containers, purchase of new
trucks/containers as needed, equipment maintenance, leachate collection operations,
specifically collection sampling, analysis, and pumping to treatment facilities, lysimeter
operation, haul road maintenance, air monitoring operation, and groundwater monitoring wells
sampling and analysis.
(d) In addition, the Contractor shall expand ERDF, with approval by the CO, to accommodate future
waste volumes and prepare, submit, and maintain all required modifications to the regulatory and
supporting documentation for the expansion.
C.2.3.7 Integrated Disposal Facility
(a) The desired outcome is to maintain the IDF operations in a safe and compliant configuration and
ensure the facility is fully operational and ready to receive waste from the TCC by the end of FY21.
(b) The Contractor shall perform activities necessary to make the IDF a fully operational facility for
waste receipt and disposal. The IDF is not finished and it is in a preoperational state of readiness.
The facility is not operable and it has not undergone any form of readiness review (by contractor or
DOE). While the disposal pits have been dug, numerous infrastructure-related work needs completion
(e.g., access road, parking, and staff trailers). Add-on equipment (e.g., waste storage/treatment pad)
also needs to be put in place to support the principle user of the facility (i.e., TCC) once in
operation. Both the facility safety basis (i.e., DSA) and environmental permits need updates.
The environmental permits need to allow for the waste storage/treatment pad and expanded waste
streams. Waste acceptance criteria have not been developed.
C.2.3.8 Waste Encapsulation and Storage Facility
(a) The desired outcome for WESF and its support systems is to perform operations in a safe and
compliant configuration in order to maintain the capability to store the Cs and Sr capsules until their
removal to dry storage. After capsule removal, the facility shall be transitioned for D4. This would
involve decontaminating and decommissioning the facility, revising the safety analysis, pumping
water out of the pools, and deactivating the equipment and support (e.g., electrical, potable water, and
fire water).
(b) WESF adjoins the deactivated B Plant in the 200 East Area. The facility went into operation in 1974
to convert solutions of radioactive Cs and Sr into solid compounds. These solids were then
encapsulated in double-shell capsules and stored in water-filled pools.
C.2.3.9 Canister Storage Building/Interim Storage Area/Cs/Sr Capsule Storage Area
(a) The desired outcome is to maintain the CSB operations ISA operation, and Cask Storage Area
operation in a safe and compliant configuration, so the facility can continue to serve as an interim
storage facility.
(b) The CSB contains equipment to support the receipt, staging, and interim storage of Multi-Canister
Overpacks containing spent nuclear fuel (SNF). The ISA is designed as an interim storage location
for SNF packaged in a variety of storage containers. It is the fenced area west of the CSB, with
concrete pads and compacted gravel, where the fuel is stored. No new fuel shipments are expected to
be received by either the CSB or ISA. In addition, the Contractor shall interface with the National
SNF Program to review repository documentation and perform analyses to enable final disposition
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
14
and acceptance of SNF at an Offsite Repository, manage related technical interfaces, and integrate
Hanford Site planning associated with Offsite Repository activities.
(c) The Capsule Storage Area is designed as a storage location for casks containing capsules filled with
highly radioactive Cs or Sr. All of the storage casks are of the same design. The storage pad is a
fenced secured area near the CSB but not part of that facility. The Contractor shall maintain capsule
storage area within the applicable safety basis documents and all applicable environmental permits
and regulations and security requirements.
C.3 Additional Supplemental Scope Information
The Supplemental Information in Table C-2 below provides additional required information to be used
for defining the scope of work performed under this Task Order.
Table C-2. Supplemental Information
Task Order Section Supplemental Information
C.2.1.4, Fast Flux Test
Facility
Tumbleweed disposal is provided by others.
C.2.1.5, Aging Facility
Risk Mitigation
Assume Emergency Response for Facility/Waste Site ESH&Q or
Remediation, WBS: 040.01.26 scope includes tasks necessary to address
aging facility or waste site conditions that are above and beyond anticipated
operational and maintenance plans. In priority order, the following activities
will be addressed.
1. Unplanned or unforeseen facility or waste site conditions impacting
safety, human health, or environment
2. Perform hazard removal e.g., asbestos abatement, mercury switch
disposition, legacy contamination
3. RTD or stabilization of waste site if cost effective in terms of
deferred action or increased S&M.
Section C.2.2.1, Subtask
2 - Groundwater Safe and
Complaint Base
Operations
Remedy evaluations are necessary to ensure RAO's and ROD requirements
are being met and necessary planning required for remedy system upgrades
for 100-BC, 100-K, 100-N, 100-D/H, 100-F, 200-BP5/PO-1, 200-UP-1,
200-ZP-1, and 300-FF-5.
Monitored Natural Attenuation and Technical Impracticability are potential
remedial alternatives for limited constituents for 100-BC, 100-K, 100-N,
200-BP5/PO-1, 200-UP-1, and 200-ZP-1.
OU structure could change to facilitate accelerated cleanup for 200-WA-1,
200-EA-1, 200-OA-1, 200-IS-1, 200-SW-2, 200-BP5/PO-1, 200-UP-1, 200-
ZP-1, 200-CB-1, 200-CP-1, 200-CR-1, and 200-DV-1.
Interim remedies will continue on the River Corridor until superseded by
final decisions for 100-BC-5, 100-K, and 100-N.
Interim decisions may be necessary steps before a final decision can be
obtained (source area contributors to groundwater need to be assessed before
an integrated source and groundwater decision can be made) for
00-BP5/PO-1, 200-UP-1, and 200-ZP-1.
Section C.2.2.4,
Groundwater Well
Maintenance, Monitoring,
Assessment, and
Reporting
(See Appendix A)
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
15
Table C-2. Supplemental Information
Task Order Section Supplemental Information
Section C.2.3, Subtask
3 - Waste Stabilization
and Disposition safe and
compliant base operations
There are no planned upgrades of the CSB. This includes no rail spur or
other improvements for ORP. ORP requires no upgrades.
Supercell 11 will not be required at the ERDF in FY20.
Supercell 12 will not be required at ERDF.
The CSB will continue to operate as is during the contract period of
performance.
TRU disposition assumes CBFO pays and provides personnel for CCP and
for shipping resources (i.e., trucks/trailers, shipping containers, and drivers).
CPCC contractor provides support including personnel, office space, HLAN
access, and computers etc.
The WRAP cannot process RH TRU.
WRAP will be used for CH TRU loading to ship to WIPP.
Generators are responsible for paying the costs for MLLW treatment and
disposal in trenches 31 and 34. This is a USB provided by CPCC.
CERCLA or Non-CERCLA (specifically identified in the waste acceptance
criteria) MLLW non-TRU waste can be shipped to ERDF if it meets ERDF
waste acceptance criteria.
WESF transition to D&D will begin after removal of the Cs/Sr capsules.
Transition may include de-watering of the pools and stabilization of residual
contamination.
All newly generated TRU waste is assumed to meet WIPP waste acceptance
criteria prior to receipt for certification. Generators are responsible for
paying the costs to meet waste acceptance criteria.
At most, 24 STSCs containing K Basin sludge will be shipped to T Plant for
temporary storage.
$500 K per year is assumed to be needed for WESF maintenance and
upgrades.
$1,000 K per year is assumed to be needed for CWC maintenance and
upgrades.
One ramp operation is assumed for ERDF.
German Logs will remain in storage until a final disposition path has been
determined or a National Repository accepts them for final disposition.
The U.S. Navy will continue to pay for all shipping and disposal costs of
naval reactors or other items placed into Trench 94, and for any upgrades or
replacement of any shipping or disposal equipment. Minimum safe costs for
the Trench will not be paid by the Navy.
All TRU waste shipped will be unclassified waste.
All sodium waste currently in storage within the solid waste operating
complex will remain in storage until a disposition path has been defined.
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
16
Table C-2. Supplemental Information
Task Order Section Supplemental Information
15 MCOs remain to have their canister covers welded. Sampling of MCOs
will be discontinued once all MCOs have had their canister covers welded
onto them.
Approximate Base Volumes for Outside waste containers is 300 containers
and 4,000 m3.
All TRU waste will be shipped to WIPP.
TRU waste will be certified for disposal using either the Idaho AMWTP or
WIPP CCP for TRU waste certification.
Approximate Volumes of TRU Waste Available for Retrieval and
Processing are as follows:
Burial Grounds, CH Waste is 12,000 containers and 2,700 m3
Burial Grounds, RH Waste is 150 containers and 100 m3
Alpha Caisson Retrieval is 5,500 containers and 25 m3
Above Ground CH Waste is 8,800 containers and 10,400 m3
Above Ground RH Waste is 800 containers and 600 m3
K Basin sludge processing (does not include filter media) is 24
containers and 29 m3
Newly Generated CH Waste is 30,000 containers and 8,800 m3
Newly Generated RH Waste is 500 containers and 300 m3
Some TRU waste may require criticality controls.
Utilize the current definition of High Level Waste as defined in
DOE O 435.1.
Section C.2.3.4, Waste
Receiving and Processing
Facility
WRAP will be used for CH TRU loading to ship to WIPP.
Section C.2.3.5, Low-
Level Burial Grounds
No treatment of MLLW currently contained in Trenches 31 or 34 will be
needed.
No temporary cap will be needed on the MLLW Trenches 31 or 34 prior to
2030.
In the event of severe weather impacts or settling events in the burial
grounds, work may require placement of cover material over burial ground
selected CA with the purpose to progress toward conversion to Underground
Radiological Material Areas. This includes 20 acres of 218-W-3AE
(Large CA) (200 West) and 218-W-3A (North of RBA).
Trench 94 (Naval Reactors) transition and closeout does not occur prior to
FY 2030.
Section C.2.3.6,
Environmental
Restoration Disposal
Facility
Groundwater ZP-1 facility (200 West pump and treat facility) will remain
available to receive leachate via the ERDF transfer line.
No additional collection tanks will be needed.
No upgrades of the leachate collection system will be performed. This does
not preclude tie-in of Supercell 11 to the collection system.
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
17
Table C-2. Supplemental Information
Task Order Section Supplemental Information
Section C.2.3.7,
Integrated Disposal
Facility
ORP will be responsible for preparation and approval of the PA and disposal
authorization statement.
IDF will be ready for disposal such that LAW treatment operations will not
be impacted.
Both IDF pits will be licensed under RCRA.
IDF Waste Operations to begin in FY2022 to support LAW Vitrification
Facility Hot Commissioning (Oct. 2021).
Once IDF begin operations approximately 300 ILAW containers of non-rad
hazardous waste generated during LAW Vitrification Facility Cold
Commissioning would be disposed of at IDF.
Starting in FY2022, vitrified waste will be generated at a rate of 3.5
containers per day, 365 days a years, and will be disposed of at IDF in
ILAW Containers (1.22 meter diameter by 2.3 meter height).
Approximately 675 m3/year of grouted Liquid Waste from LERF/ETF will
be disposed as MLLW at IDF in 55 gallon drums (.257 m3/drum).
Approximately 1500 m3 of treated debris MLLW and LLW from WTP
operations, Tank Farms, and other onsite RCRA generated waste will be
disposed of at IDF annually in assorted drums and boxes. This includes
debris waste such as HEPA Filters, LAW Carbon beds, worker’s personal
protective equipment, tools, pumps, etc.
LAW melters from WTP will be treated and disposed of as MLLW at IDF.
One melter will be disposed every 2.5 years.
Section C.2.3.8, Waste
Encapsulation and
Storage Facility
$500 K per year is assumed to be needed for WESF maintenance and
upgrades until transition to D&D.
WESF will not be demolished during the contract period of performance.
Section C.2.3.9, Canister
Storage Building/Interim
Storage Area/Cs/Sr
Capsule Storage Area
Refurbishment of the roll up doors will be required in the contract period of
performance.
CSB will not receive HLW glass logs from the WTP during the contract
period of performance.
AMWTP = Advanced Mixed Waste Treatment Project
CA = Contamination Areas
CBFO = Carlsbad Field Office
CSB = Canister Storage Building
CCP = Central Characterization Program
CERCLA = Comprehensive Environmental Response,
Compensation, and Liability Act
CH TRU = Contact-Handled Transuranic
CPCC = Central Plateau Cleanup Contract
CSB = Canister Storage Building
CWC = Central Waste Complex
D&D = Decontamination and Decommissioning
ILAW = Immobilized Low-Activity Waste
LAW = Low-Activity Waste
LERF = Liquid Effluent Retention Facility
MCO = Multi-Canister Overpacks
MLLW = Mixed Low-Level Waste
ORP = DOE Office of River Protection
OU = Operable Unit
PA = Performance Assessment
RAO = Remedial Action Objective
RCRA = Resource Conservation and Recovery Act
RH-TRU = Remote Handled Transuranic
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
18
Table C-2. Supplemental Information
Task Order Section Supplemental Information
ETF = Effluent Treatment Facility
ERDF = Environmental Restoration Disposal
Facility
ESH&Q = Environmental, Safety, Health, and
Quality
FY = Fiscal Year
HEPA = High-Efficiency Particulate Air
HLW = Hanford Local Area Network
HLW = High-Level Waste
IDF = Integrated Disposal Facility
ROD = Record of Decision
RTD = Remove, Treat, and Dispose
S&M = Surveillance and Maintenance
STSC = Sludge Transportation and Storage
Containers
UBS = Usage-Based Service
WESF = Waste Encapsulation Storage Facility
WIPP = Waste Isolation Pilot Plant
WRAP = Waste Receiving and Processing Facility
WTP = Waste Treatment Plant
Section D - Packaging and Marking
Section D of the Master IDIQ Contract is incorporated by reference.
Section E - Inspection and Acceptance
Section E of the Master IDIQ Contract is incorporated by reference.
Section F - Deliveries or Performance
Section F of the Master IDIQ Contract is incorporated by reference, with the exception of Clause F.1,
which is filled in and provided below.
F.1 Period of Performance
(a) The overall Task Order period of performance shall be for one year from the end of the period of
performance of Task Order 1 - Transition.
(b) The Contractor shall not be paid for work performed or costs incurred prior to the Task Order
effective date. The Contractor is not authorized to proceed beyond the Task Order period of
performance, nor will the Contractor be paid for any costs incurred beyond that period unless the Task
Order is modified by the CO to extend the period of performance.
Section G - Contract Administration Data
Section G of the Master IDIQ Contract is incorporated by reference.
Section H - Special Contract Requirements
Section H of the Master IDIQ Contract is incorporated by reference.
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
19
Section I - Contract Clauses
Section I of the Master IDIQ Contract is incorporated by reference, expect for the following Section I
Clause which is filled-in as follows:
Table I-1. Section I Clause Fill-Ins
Clause
No.
FAR/DEAR
Reference Title
Fill-In Information;
See FAR 52.104(d)
I.45 FAR 52.217-8 Option to Extend Services Any time prior to the expiration
of the Task Order
DEAR = Department of Energy Acquisition Regulation FAR = Federal Acquisition Regulation
Section J - List of Documents, Exhibits, and Other Attachments
Section J of the Master IDIQ Contract is incorporated by reference, as applicable to this Task Order, with
the exception of the following, which are hereby incorporated in this Task Order.
Section J-6 – Task Order Separate Small Business Subcontracting Goals
Solicitation Note: The Contractor’s executed Separate Small Business Subcontracting Goals for this Task
Order will be inserted here. See applicable I Clause entitled, FAR 52.219-9, Small Business
Subcontracting Plan, Section H Clause entitled, Subcontracted Work, and Section H Clause entitled Task
Ordering Procedures.
Section J-10 - Contract Deliverables
The following list of Safe and Compliant Base Operations Deliverables are required for this Task Order.
Task Order 4 - Safe and Compliant Base Operations Deliverables
Deliverable
Number Deliverable
DOE
Deliverable Due Date Task Order Section Action
Response
Time*
TO3-0001 Transition Plan for the 324
Boiler Annex and Boilers
Approve 30 days 90 days after completion
of Transition
C.2.1.3, Building 324
Boiler Annex
TO3-0002 Aging Facilities Risk
Mitigation Report
Approve 30 days 90 days after completion
of Transition and then
update annually
C.2.1.5, Aging Facility
Risk Mitigation
TO3-0003 Evaluation of the Active
Pump and Treat Systems
Approve 30 days 90 days after completion
of Transition and then
update annually
C.2.2.4, Groundwater
Well Maintenance,
Monitoring, Assessment,
and Reporting
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
20
Task Order 4 - Safe and Compliant Base Operations Deliverables
Deliverable
Number Deliverable
DOE
Deliverable Due Date Task Order Section Action
Response
Time*
TO3-0004 Hanford Site Groundwater
Monitoring Report
(e.g., DOE/RL-2016-67)
Approve 30 days 90 days after completion
of Transition and then
update annually
C.2.2.4, Groundwater
Well Maintenance,
Monitoring, Assessment,
and Reporting
TO3-0005 Hanford Site RCRA
Groundwater Monitoring
Report
Approve 30 days Annually by March 1 of
each year
C.2.2.4, Groundwater
Well Maintenance,
Monitoring, Assessment,
and Reporting
TO3-0006 Required Regulatory
Reports (e.g., notification of
exceedance determination
report, assessment
monitoring plans, annual
solid waste landfill
groundwater monitoring
report)
Approve 30 days As required C.2.2.4, Groundwater
Well Maintenance,
Monitoring, Assessment,
and Reporting
DOE = U.S. Department of Energy RCRA = Resource Conservation and Recovery Act
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
A-i
Appendix A
Supplemental Information for Section C.2.2.4
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
A-ii
This page intentionally left blank.
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
A-1
Table A-1. Groundwater Laboratory Analysis and Data Management Information
Common Name of Analysis Method Total/Year
Conductance 9050 11
pH 9045 or equivalent 7
Total Dissolved Solids (TDS) 160.1 or equivalent 10
Oil & Grease 1664 66
Alkalinity SM2320B or equivalent 230
Alkalinity SM2320B or equivalent 262
Total Dissolved Solids (TDS) 160.1 or equivalent 10
Anions by IC 9056 or equivalent 1,714
Alkalinity SM2320B or equivalent 158
Alkalinity SM2320B or equivalent 254
Ammonia 350.1 wo/distillation 41
NO2/NO3 353.1 or equivalent 10
Sulfides 9030 32
Trace ICP (4 or more metals) 6010 1,174
Trace ICP (4 or more metals) 6010 1,496
Trace ICP (4 or more metals) 6010 68
Trace ICP (4 or more metals) 6010 20
ICP/MS Metals (1 to 3 metals) 6020 33
ICP/MS Metals (1 to 3 metals) 6020 978
ICP/MS Metals (1 to 3 metals) 6020 1,653
ICP/MS Metals (1 to 3 metals) 6020 30
ICP/MS Metals (4 or more metals) 6020 20
ICP/MS Metals (1 to 3 metals) 6020 471
Chromium (hex) 7196 2,651
Mercury 7470 540
TCLP Pesticide 1311/8081 101
TCLP Pesticide 1311/8081 22
PCBs - Arochlors only (4) 8082 166
Herbicides - Appendix IX List 8151 160
Volatile Organics 8260 387
Volatile Organics 8260 1
Volatile Organics 8260 10
Volatile Organics 8260 301
Phenols 8041 130
Dioxins 8280 37
Semi-Volatiles -Appendix IX List 8270 20
Semi-Volatiles -Appendix IX List 8270 11
Semi-Volatiles -Appendix IX List 8270 2
Semi-Volatiles -Appendix IX List 8270 166
Semi-Volatiles -Appendix IX List 8270 47
Dioxins/Furans - single compound only 8290 93
Total Cyanide 9012 282
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
A-2
Table A-1. Groundwater Laboratory Analysis and Data Management Information
Common Name of Analysis Method Total/Year
Total Cyanide 9012 408
Total Cyanide 9012 165
Total Cyanide 9012 282
Total Cyanide 9012 5
Total Organic Halides (TOX) (3) 9020 365
Radium-226 Gamma Energy Analysis or equivalent 72
Sulfides 9030 126
Anions by IC 9056 or equivalent 516
Tritium Liquid Scintillation 559
Tritium Liquid Scintillation 15
Total Organic Carbon (TOC) 9060 426
Total Coliform 9131 89
Gross Alpha\Beta Gas Flow Proportional 593
Gross Alpha discrete Gas Flow Proportional 28
Gross Beta discrete Gas Flow Proportional 118
Americium-241 and/or Curium-244 Alpha Energy Analysis 64
Americium-241 and/or Curium-244 Alpha Energy Analysis 115
Carbon-14 EPA C-01 or equivalent 515
Chlorine 36, not listed; assume equal to
Radium-226
4
Gamma Spec Gamma Energy Analysis 438
Gamma Spec Gamma Energy Analysis 1
Iodine-129 - Low Level Gamma Energy Analysis 480
Neptunium-237 Alpha Energy Analysis 12
Neptunium-237 Alpha Energy Analysis 14
Plutonium-241 Liquid Scintillation 193
Isotopic Plutonium- Pu-238, Pu-239/240 Alpha Energy Analysis 156
Isotopic Plutonium- Pu-238, Pu-239/240 Alpha Energy Analysis 80
Radium-226 Gamma Energy Analysis or equivalent 4
Radium-226 Gamma Energy Analysis or equivalent 63
Radium-226 Gamma Energy Analysis or equivalent 4
Selenium-79 Liquid Scintillation 245
Isotopic Strontium - 89, 90 Gas Flow Proportional 991
Technetium-99 Gas Flow Proportional/Liquid Scintillation 448
Technetium-99 Gas Flow Proportional/Liquid Scintillation 337
Isotopic Thorium - Th-228, Th-230, Th-232 Alpha Energy Analysis 14
Isotopic Thorium - Th-228, Th-230, Th-232 Alpha Energy Analysis 7
Total Alpha Radium GFPC 5
Tritium Liquid Scintillation 610
Isotopic Uranium - U-234/235, U-238 Alpha Energy Analysis 114
Isotopic Uranium - U-234/235, U-238 Alpha Energy Analysis 106
WTPH - D (TPH Diesel and/or Kerosene
and/or motor oil or higher ranges)
Washington Dept. of Ecology 35
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
A-3
Table A-1. Groundwater Laboratory Analysis and Data Management Information
Common Name of Analysis Method Total/Year
WTPH - D (TPH Diesel and/or Kerosene
and/or motor oil or higher ranges)
8015M/NwTPH 168
TPH - Gasoline Range (WTPH - G) 8015M/NwTPH 75
WTPH - D (TPH Diesel and/or Kerosene
and/or motor oil or higher ranges)
8015M/NwTPH 22
WTPH - D (TPH Diesel and/or Kerosene
and/or motor oil or higher ranges)
8015M/NwTPH 78
ICP = Inductively Coupled Plasma
IC = Ion Chromatography
ICP/MS = Inductively Coupled Plasma/Mass Spectrometry
TCLP = Toxicity Characteristic Leaching Procedure
PCB = Polychlorinated Biphenyl
WTPH-D = Washington Total Petroleum Hydrocarbons-diesel
WTPH-G = Washington Total Petroleum Hydrocarbons-
gasoline
TPH = Total Petroleum Hydrocarbon
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
A-4
This page intentionally left blank.
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
B-i
Appendix B – Task Order 4 Proposal Preparation Instructions – Cost and Fee Proposal
This Appendix will be deleted at Contract award.
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
B-ii
This page intentionally left blank.
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
B-1
General – The Offeror shall submit the Task Order proposal in accordance with FAR Part 15, Table 15-2
– Instructions for Submitting Cost/Price Proposals When Certified Cost or Pricing Data Are Required. In
addition to certified cost/price information, the Offeror shall provide all supplemental information as
required in the instructions in this appendix.
Instructions: Task Order 4 Cost and Fee Proposal
The Offeror shall prepare its Task Order Proposal in accordance with the instructions in paragraphs (a)
through (k):
(a) The Offeror shall propose cost and fee by completing the fill in values in Table B-1 Target Cost and
Fee and Table B-2 Task Order CLIN Structure in this Task Order. The Offeror shall ensure the
completed tables are consistent with the Estimating Flat File tab in Appendix E and all cost estimate
backup information.
(b) There is no page limitation on this Task Order proposal.
(c) The rates and pricing proposed by the Offeror are contract binding.
(d) The Offeror shall utilize, with no exceptions, the binding assumptions included within the Section J,
Attachment J-15, Appendix C, and the Supplemental Information contained within this Task Order
when preparing its cost estimate. Proposed costs and fee shall be on a Government fiscal year (GFY)
basis from October 1 through September 30. Costs shall be proposed in FY20 dollars (October 1,
2019 through September 30, 2020).
(e) The Offeror shall not propose a target fee percentage that exceeds the target fee percentage proposed
for Task Order 3 – Core Functions.
(f) Basis of Estimate (BOE) – The Offeror shall provide narrative support sufficient to explain the
development of the costs/prices proposed for each ‘Task Order WBS Level’ shown in Attachment J-
15, Appendix D ‘Task Order 4 WBS’ tab, using the Basis of Estimate (BOE) template provided in
section (k) of these cost instructions. The Offeror shall provide BOEs that thoroughly document
respective estimates.
The detailed BOE narrative description shall provide, at a minimum, the following information:
(1) Detailed description of proposed scope and technical approach to allow a complete
understanding of how the Offeror plans to complete the proposed work scope in its entirety, as
well as, how the resources were estimated in order to implement technical approach;
(2) The lower level estimate structure, including at a minimum the Task Order WBS Level 4 and the
Offeror’s proposed schedule P6 Activity IDs.
(3) Description of the estimating method, estimating rationale, the estimating process and detailed
assumptions, including the assumptions (both DOE-provided and Offeror specific) that were
used to prepare the estimate;
(4) Basis for the reasonableness of proposed costs/prices;
(5) Source(s) of estimate information such as parameters, values, model approach, and model
calibration (where parametric estimates were used);
(6) Description of how each labor resource code, manual and non-manual labor hours, and any
estimating factors were determined;
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
B-2
(7) Basis for development of the hours of a full-time equivalent (FTE) employee if FTEs are used as
a unit of measure in the estimate;
(8) All relevant Task Order schedule P6 activities and descriptions of how the P6 activities align
with the estimate;
(9) The work scope associated with subcontractors’ costs. The Offeror shall provide an explanation
as to how the costs were developed and provide company names if available; and
(10) Other related information that provides clarity and facilitates understanding of the Offeror’s
proposed cost/price.
The Offeror may propose the following allowances or factors as part of its proposal if consistent with
the Offeror’s estimating practices: small tools; fuel, oil, gas and maintenance; personal protective
equipment; office supplies; and consumables. For proposed allowances or factors, the Offeror shall
submit information and support for the use of estimating allowances or factors in order to thoroughly
provide the basis and a clear understanding for the proposed pricing. Each estimating factor that the
Offeror uses shall be described in each relevant BOE.
The BOE shall be a standalone document, separate from the estimate calculations.
(g) Proposed Task Order Cost – The Offeror shall complete the cost proposal to the level of detail
sufficient to determine cost/price reasonableness. The Offeror shall provide an activity based estimate
and the required supporting documentation in accordance with this provision.
(1) The Task Order Cost and Fee Proposal shall be mathematically correct with full traceability and
consistency between the Appendix E Estimating Flat File; the estimated cost; the assumptions;
the WBS Dictionaries; the BOEs; the P6 schedule; and the technical approach to perform the
scope. Any backup data provided in Microsoft Excel format (.xls or .xlsx) shall have all Excel
formulas visible and cells unlocked. The Offeror shall include all relevant formulas used during
development of any backup worksheets.
(2) Offeror Proposed Non-Labor Resource Codes - The Offeror shall propose unique resource
codes for ‘Materials/Supplies’, ‘Subcontracts’, ‘Taxable PO’s & Contracts’, ‘Owned
Equipment’, Rented Equipment’, and ‘Misc. Other Originated Costs.’ The Offeror shall create
unique resource codes, using the example in Appendix E ‘Proposed Non-Labor Resource
Codes - Example.’ The Offeror shall utilize the Government Provided Resource Code from
Appendix C, tab entitled ‘Resource Codes’ with a dash and a unique numeric value for each
Offeror Proposed Resource Code.
(i) Each Offeror Proposed Resource Code shall be assigned the corresponding resource type
and resource class of each base resource element (‘Materials/Supplies’, ‘Subcontracts’,
‘Taxable PO’s & Contracts’, ‘Owned Equipment’, Rented Equipment’, and ‘Misc. Other
Originated Costs.’) as indicated in Appendix C within the ‘Resource Codes’ tab, for each
Offeror proposed resource code. A unique unit of measure and unique unit rate shall be
assigned for each Offeror Proposed Resource Code. The Offeror shall provide a list of all
unique resource codes that are used in the proposal, following the example in Appendix E
‘Proposed Non-Labor Resource Codes - Example.’ The Offerors list of proposed non-labor
resource codes shall include at a minimum the resource type, resource class, Offeror
Proposed Resource Code, Offeror Proposed Resource Code Description, unit of measure,
Government Provided Resource Code, and Government Provided Resource Code
Description.
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
B-3
(3) Usage Based Services (UBS) – The Offeror shall utilize (UBS) rates in Appendix C tab entitled
‘UBS Rates’ for services provided to the Offeror from OHCs. The Offeror shall not create new
resources or rates for UBS. The UBS resources and rates are representative of all services
provided to the Offeror (Mandatory and Optional) in Section J, Attachment J-3, Hanford Site
Services and Interface Requirements Matrix. If the Offeror chooses not to receive an optional
UBS then the Offeror shall clearly define and backup all labor, material, and other costs related
to self-performing that service. Optional and mandatory services are defined in Section J,
Attachment J-3.
(4) Task Order Cost Elements – The Offeror’s Task Order Proposal shall be provided by labor
(including labor codes, labor hours, and labor rate for each labor resource type), fringe,
materials/supplies, equipment, subcontract, other direct costs, use tax, and Business and
Occupation (B&O) tax.
(a) Labor – The Offeror shall complete the Appendix E ‘Offeror Proposed Labor Rate
Buildup’ worksheet in the tab entitled ‘Proposed Labor Rate BU’ and ‘J-14 IDIQ Labor
Rate Schedule – Government Fiscal Year (FY) 2020’ worksheet in the tab entitled ‘J-14
IDIQ Labor Rate Schedule’ for any labor resources not included in the current Section J,
Attachment J-14 in the conformed contract. The Offeror shall provide an updated
Attachment J-14 if there are additional labor resources that are required for this Task Order.
The Offeror shall utilize a single labor rate per labor resource during proposal development.
(i) All proposed rates shall be accompanied by supporting documentation.
(ii) The Offeror shall not propose new labor rates and Fringe percentage for resources that
were proposed in the original contract proposal RFP (Task Order 1, Task Order 2, and
Task Order 3).
(iii) The Offeror shall use the Government Provided Resource Codes and Government
Provided Resource Code Descriptions identified in Appendix C ‘Cost Assumptions’ as
the ‘Equivalent Gov’t Provided COCS Code’ and ‘Equivalent Gov’t Provided COCS
Code Description’ when preparing the Labor Rate Build-Up. The Offeror may propose
labor rates for labor resources not identified in Appendix C, provided the labor
resources are consistent with the ‘Environmental Restoration/Waste Management
Activities Common Occupational Classification System (COCS), Revision 3’. If the
Offeror chooses to provide labor resource codes not identified in Appendix C, then the
Offeror shall list the relevant COCS code and description from the ‘Environmental
Restoration/Waste Management Activities Common Occupational Classification
System (COCS), Revision 3’ in the ‘Equivalent Gov’t Provided COCS Code’ and
‘Equivalent Gov’t Provided COCS Code Description’ columns of the Offeror Proposed
Labor Rate Build-Up.
(iv) The Offeror proposed labor rates shall be consistent with the terms and conditions of
the solicitation, applicable law, including the Wage Rate Requirements in accordance
with the HAMTC Bargaining Agreement, the Hanford Site Stabilization Agreement
(HSSA), and the Service Contract Labor Standards, as applicable.
(b) Fringe – The Offeror shall use the same Fringe rates that were proposed in the contract
proposed IDIQ Labor Rate Schedule in Section J, Attachment J-14. If the Offeror proposes
new labor resource codes for this Task Order proposal, in accordance with provisions in
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
B-4
section (g)(4)(a) of these instructions, then the Offeror shall use the same Fringe calculation
methodology that was used in the contract proposal.
(c) Subcontracts – For proposed subcontractors, as well as taxable PO’s and contracts, the
Offeror shall submit the information to the level of detail indicated in Appendix E as well as
related instructions within this provision. The Offeror shall provide basis information for all
proposed subcontracts which includes but is not limited to the scope, resources, rates,
materials, and any other information used to develop the proposed subcontract costs.
Examples of supporting documentation for subcontract costs that can be used to provide basis
information include vendor quotes and affiliate pricing agreements.
(d) Other Direct Costs – Items not covered elsewhere, and included in the cost/price proposal
as a direct cost, shall be documented and justified by providing a breakout of costs and the
cost basis in the BOE (e.g., the number of hours/quantities and the hourly/unit charge).
(e) Taxes – As applicable, the Offeror shall show the calculation of taxes against total price, or
portions thereof. The Offeror shall disclose the types of taxes and the rate(s) used in its
computation. The Offeror shall use the following provided rates:
(i) Use Tax – 8.6 percent shall be applied to materials/supplies, taxable subcontracts and
taxable equipment only.
(ii) B&O Tax – 0.471 percent shall be applied to all resources following the application of
all other burdens (excluding fee).
(f) Materials/Supplies – For the proposed materials/supplies, the Offeror shall submit the
information to the level of detail indicated in Appendix D at a minimum as well as related
instructions within this provision. The Offeror shall supply a bill of materials or other
equivalent basis information where applicable in order to show the material cost and pricing.
(g) Equipment – For the proposed equipment, the Offeror shall submit the information to the
level of detail indicated in Appendix D at a minimum as well as related instructions within
this provision.
(h) Other Support – The Offeror shall not propose costs for corporate home office support.
Corporate home office is defined as office responsible for directing or managing two or
more but not necessarily every segment of an organization. Offeror may submit request for
fair and reasonable recovery of allowable and allocable costs related to any parent
organization support approved by DOE in accordance with Section H clause entitled,
Parent Organization Support.
(h) Appendix E Task Order Cost Worksheet Instructions – These instructions apply to the Appendix E of
this Task Order.
(i) ‘J-14 IDIQ Labor Rate Schedule’ tab - This worksheet is an electronic format of Section J,
Attachment J-14, ‘J-14 IDIQ Labor Rate Schedule’ for the Offeror’s use in proposal of new labor
resources. The Offeror may propose new labor resources as necessary in accordance with the
provisions in section (g)(3)(a) of these cost instructions. The Offeror shall only enter data into this
tab if the Offeror proposes new labor resource codes for Task Order 4. If the Offeror proposes
new labor resources, then this worksheet shall be provided with proposed new labor resources
and rates and current labor resources and rates from the Section J, Attachment J-14. See Section
(g)(3)(a) of these cost instructions.
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
B-5
The ‘Offerors Labor Resource Code’ column requires a unique code to identify each new
labor resource.
The ‘Offerors Labor Resource Code Description’ column requires a unique description
for each resource code that effectively describes the labor resource.
The ‘Equivalent Gov’t Provided COCS Code’ column requires the equivalent
government provided labor resource code for each new proposed resource. See Section
(g)(4)(a)(i) of these cost instructions for government equivalent labor resource code
information.
The ‘Equivalent Gov’t Provided COCS Code Description’ column requires the
corresponding resource description for each Equivalent Gov’t Provided COCS Code. See
Section (g)(4)(a)(i) of these cost instructions for government equivalent labor resource
code information.
The ‘Offerors Labor Base Rate’ column shall provide the proposed resource rate for each
new labor resource in FY20 dollars. The labor base rates shall match the rates used in the
‘Estimating Flat File’ tab for the respective resources.
The ‘Offerors Burdened Labor Rate’ column shall provide the burdened labor rate as
calculated in the ‘Proposed Labor Rate BU’ tab in the ‘Offerors Burdened Labor Rate’
column.
The ‘Fringe Percent Adder’ column shall provide the total fringe percentage applied to
each labor base rate. The Offerors Burdened Labor Rate shall equal the Offerors Labor
Base Rate multiplied by the total of one plus the Fringe Percent Adder for each resource
code.
The new labor resources provided in the ‘J-14 IDIQ Labor Rate Schedule’ tab shall match
the resources provided in the ‘Proposed Labor Rate BU’ tab in the Appendix E.
(ii) ‘Proposed Labor Rate BU’ tab – The Offeror shall use this worksheet to provide a labor rate
buildup for all new proposed labor resource codes. The values in this tab shall be used to fill in
the ‘J-14 IDIQ Labor Rate Schedule - Government Fiscal Year (FY) 2020’ worksheet in the ‘J-14
IDIQ Labor Rate Schedule’ tab in Appendix E. The Offeror shall provide an updated Section J,
Attachment J-14, if required in section (h)(i) of these instructions, that includes all new proposed
labor resource codes in alignment with the rates in this worksheet.
a. The Offeror shall develop the Fringe section of this worksheet according to the Offeror’s
Fringe estimate methodology. Columns within the Fringe section of the worksheet may
be added or deleted based on the Offerors labor rate buildup methodology, as applicable.
The Offeror’s Fringe shall be calculated in accordance to the requirements in section
(g)(4)(b) of these instructions.
b. The Fringe section of this tab shall contain formulas and links as necessary for
calculation of the Offeror’s Burdened Rate.
c. The ‘Fringe Percent Adder’ column shall be calculated by taking the ‘Offerors Burdened
Labor Rate’ (after Fringe is applied) minus the ‘Offerors Base Labor Rate’ then divided
by the ‘Offerors Base Labor Rate’ for each labor resource. The Fringe Percent Adder
shall match the Fringe Percent Adder used in the ‘Estimating Flat File’ tab.
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
B-6
(iii) ‘Proposed Non-Labor Res.Codes’ tab provides an example of how the Offeror is to assign
resource codes for Non-Labor resources. The Offeror shall provide a list of resource codes for
all proposed non-labor resources. See paragraph (g)(2) of these instructions.
(iv) ‘Estimating Flat File’ tab – The data within the Estimating Flat File are not to include entries for
roll-up WBS elements (i.e., no subtotal or total lines). Any estimating factors proposed by the
Offeror shall be applied prior to entering the data into the Flat File and shall be supported in the
BOE (i.e., if using a productivity factor for labor, the flat file should reflect the labor cost post-
application).
The Offeror shall not add or delete columns from the Estimating Flat File. The Offeror
shall not edit column titles in the estimating flat file.
The Estimating Flat File shall be completed under the following specifications and instructions:
The ‘Control Position’ column requires a unique identifier for data evaluation.
The ‘Control Position’ shall start with one (1) and continue in sequential order for all
lines of data and shall never repeat. Control Position values shall not be skipped.
Section ‘Task Order WBS’ in the table shall contain Government provided and Offeror
defined numbers and descriptions in accordance with Appendix D, Task Order 4 WBS’.
The Offeror shall assign a ‘Task Order WBS Number’ and its associated 'Task Order
WBS Description' for each line of data for Task Order WBS levels 1 thru 4.
Section ‘Offeror's Estimating Data’ contains the Offeror’s data and shall be filled out
according to each column title as follows:
Columns ‘P6 Activity ID’ and ‘P6 Activity ID Description’ – The Offeror shall
provide an Activity ID and associated description for each line of data. The activity
ID and description shall correspond to an activity ID and description provided within
the Offeror’s Primavera P6 schedule (.XER). See Section (j) of these instructions.
Column ‘Resource Type’ – Offeror shall provide the Resource Type (Labor,
Material, Subcontractor, Other) for each line of data. See Appendix C, ‘Resource
Codes’ tab for a complete listing of Resource Type designations. Only one (1)
Resource Type may be used for each entry. The Resource Type for Offeror proposed
resources shall match the values of the parent resource type in Appendix C,
‘Resource Codes’ tab. See Offeror proposed resource provision in (h)(2) of these cost
instructions.
Column ‘Resource Class’ – Offeror shall provide the resource class associated with
the Resource Code represented on each line of data. See Appendix C, ‘Resource
Codes’ tab for Resource Class designations. Only one (1) Resource Class may be
used for each entry. The Resource Class for Offeror proposed resources shall match
the values of the parent resource type in Appendix C, ‘Resource Codes’ tab. See
Offeror proposed resource provision in (h)(2) of these cost instructions.
For each line of data with a Resource Class of ‘Labor’, Offeror shall also apply
fringe, and B&O tax in accordance with sub-paragraphs (g)(4)(b), and
(g)(4)(e)(ii) of these instructions.
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
B-7
For each line of data with a Resource Class of ‘Materials’, ‘Taxable
Subcontracts’, or ‘Taxable Equipment’, Offeror shall also apply use tax, and
B&O tax in accordance with sub-paragraphs (g)(4)(e)(i) and (g)(4)(e)(ii) of these
instructions.
For each line of data with a resource class of ‘Subcontracts’, ‘Equipment’, or
‘Other Direct Cost’, Offeror shall also apply B&O tax in accordance with sub-
paragraphs (g)(4)(e)(ii) of these instructions.
– Columns ‘Offeror Proposed Resource Code’ and ‘Offeror Proposed Resource Code
Description’ – Offeror shall assign a Resource Code and its associated resource code
description for each line of data. The Offeror’s labor resource codes shall align with
the resource codes from the ‘Offerors Labor Resource Codes’ column in Appendix E,
tab ‘J-14 IDIQ Labor Rate Schedule’ and the Offeror’s non-labor resource codes
shall align with the resource codes to be provided in the Offeror’s non-labor resource
code list. See provisions (g)(2) and (g)(4)(a) of these cost instructions. Only one (1)
Offeror Proposed Resource Code and its associated Offeror Proposed Resource Code
Description may be used for each entry.
– Columns ‘Government Provided Resource Code’ and ‘Government Provided
Resource Code Description’ – Offeror shall assign a resource code and its associated
description for each line of data. The Government provided code and description
shall match with a government provided resource code from the Appendix C,
‘Resource Codes’ tab columns (C) and (D). For added labor resources that do not
have an equivalent Government Provided Resource Code in Appendix C, the Offeror
shall instead list the value from the Offeror’s Appendix E ‘J-14 IDIQ Labor Rate
Schedule’ tab, ‘Equivalent Gov’t Provided COCS Code’ and ‘Equivalent Gov’t
Provided COCS Code Description.’
– Column ‘Labor Base Rate' – Offeror shall provide the base unit rate for each
respective labor resource. The Labor Base Rate should match the base rate provided
in the ‘J-14 IDIQ Labor Rate Schedule’ tab. The value shall be “0” for all non-labor
resources.
Section ‘Cost Data’ shall contain the Offeror’s data and shall contain no blank cells.
Offeror shall include a value of “0” for those cells that have no data. Number values in
the Cost Data section shall be provided to 6 significant digits. The percent Adder
columns shall contain the value of the adder applied to that line; For example, 8.6% shall
be listed for Use Tax Percent Adder for taxable resources and 0% for non-taxable
resources. Offeror’s data shall be completed according to each column title as follows:
Quantity
Unit of Measure
Labor Hrs Per Unit Quantity
Total Labor Hours (Labor Hrs Per Unit Quantity × Quantity)
Labor Cost (Total Labor Hours × Labor Base Rate)
Fringe Percent Adder
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
B-8
Fringe Cost (Labor Cost × Fringe Percent Adder)
Total Labor Cost (Labor Cost + Fringe Cost)
Materials/ Supplies Unit Rate
Materials/ Supplies Cost (Materials / Supplies Unit Rate × Quantity)
Equipment Unit Rate
Equipment Cost (Equipment Unit Rate × Quantity)
Subcontract Unit Rate
Subcontract Cost (Subcontract Unit Rate × Quantity)
Other Direct Cost Unit Rate
Other Direct Cost (Other Direct Cost Unit Rate × Quantity)
Use Tax Percent Adder
Use Tax Cost (Taxable Resource Cost × Use Tax Percent Adder)
Total Direct Cost (Total Labor Cost + Material/ Supplies Cost + Equipment Cost +
Subcontract Cost + Other Direct Cost + Use Tax Cost)
B&O Tax Percent Adder
B&O Tax Cost (Total Direct Cost × B&O Tax Percent Adder)
Total Cost Without Fee (Total Direct Cost + B&O Tax Cost)
Column ‘Notes’ – The Offeror shall provide the cost basis for each proposed non-labor
Resource Code represented on each line of data.
(i) DOE or its cognizant audit entity may request additional supporting information for purposes of
clarification.
(j) The Offeror shall not propose cost for Government-Furnished Property for use during the
performance of this Contract.
(k) BOE Template – The Offeror shall fill in the template provided below for each 4th Level Task Order
WBS according to the instructions in paragraph (f) of these instructions.
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
B-9
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
B-10
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
C-i
Appendix C – Cost Assumptions
(See Attached File)
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
C-ii
This page intentionally left blank.
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
D-i
Appendix D – Task Order 4 WBS
(See Attached File)
This Work Breakdown Structure (WBS) will be incorporated into the overall Contract WBS, but is
specifically tailored for this Task Order.
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
D-ii
This page intentionally left blank.
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
E-i
Appendix E – Cost Detail Worksheets
(See Attached File)
This Appendix will be deleted at Contract award.
CENTRAL PLATEAU CLEANUP CONTRACT – FINAL RFP SOLICITATION NO. 89303318REM000008 – TASK ORDER 4
E-ii
This page intentionally left blank.