solicitation 307550 - hanford site · pdf filesolicitation 307550 . ... how resin/ix column...

57

Upload: hadung

Post on 29-Mar-2018

216 views

Category:

Documents


3 download

TRANSCRIPT

SOLICITATION 307550

CONTENTS PART A – SOLICITATION ........................................................................................................... 4

1.0 Introduction ..............................................................................................................4 1.1 Buyer Not Obligated – Irregularities and Notifications ...............................4 1.2 Solicitation Amendments .............................................................................4 1.3 Notification of Intent to Propose..................................................................4

2.0 Proposal Submittal ...................................................................................................5 2.1 Deadline .......................................................................................................5 2.2 Pre-proposal Conference ..............................................................................5 2.3 Identification and Delivery ..........................................................................5 2.4 Withdrawal ...................................................................................................6 2.5 Questions/Comments Regarding the Solicitation ........................................6

3.0 Basis for Award .......................................................................................................6 3.1 Evaluation Criteria .......................................................................................6 3.2 Tradeoff Selection Process ..........................................................................8

4.0 QUALIFICATION STANDARDS .........................................................................8 5.0 Proposal Instructions ................................................................................................9

5.1 General Proposal Requirements ...................................................................9 5.6 Acceptance of Terms and Conditions ........................................................19 5.7 Proposal Validity Period ............................................................................19 5.8 Document Transmittal – Master Submittal Register .................................19

6.0 Notices ...................................................................................................................20 6.1 Identification of Proprietary Data ..............................................................20 6.2 North American Industry Classification System (NAICS) Code and Size Standard .................................................................................................................20 6.3 Buy American Act Compliance .................................................................20 6.4 Employment Eligibility Verification (E-Verify) .......................................20 6.5 Cost or Pricing Data ...................................................................................21

7.0 Price-Anderson Amendments Act (PAAA) ...........................................................21 8.0 Foreign Nationals ...................................................................................................21

PART B – SOLICITATION EXHIBITS ...................................................................................... 22 EXHIBIT 1. Price Exhibit Summary Pricing Table ..........................................................23 EXHIBIT 2. HOURLY RATE SUMMARY (FULLY BURDENED THRU

PROFIT) ................................................................................................................25 EXHIBIT 3. COST ACCOUNTING STANDARDS NOTICES AND

CERTIFICATION .................................................................................................26 EXHIBIT 4. ORGANIZATIONAL CONFLICT OF INTEREST

CERTIFICATION AND DISCLOSURE ..............................................................29 EXHIBIT 5. PAST PERFORMANCE ..............................................................................31 EXHIBIT 6. PROPOSED LOWER-TIER SUBCONTRACTORS...................................32

EXHIBIT 7. AGREEMENT EXCEPTIONS ....................................................................33 EXHIBIT 8. VENDOR ESH&Q QUESTIONNAIRE .....................................................34

PART C – MODEL SUBCONTRACT ........................................................................................ 37

SOLICITATION NO: 307550

4 of 57

PART A – SOLICITATION 1.0 Introduction

Washington River Protection Solutions, LLC (WRPS) acting under its contract with the U.S. Department of Energy – Office of River Protection, requests Offeror to submit a proposal for a Firm Fixed Price contract type of Subcontract to provide Tank Side Cesium Removal (TSCR) Demonstration Project. Part A of this Solicitation describes the proposal submittal requirements, instructions, and applicable exhibits/certifications. Part B contains all of the solicitation exhibits. Part C is the Model Subcontract, which contains all of the terms and conditions, attachments, and references that will govern performance of the work.

1.1 Buyer Not Obligated – Irregularities and Notifications WRPS is not obligated to pay any costs incurred in the preparation and submission of Offeror’s proposal, nor required to enter into a subcontract or any other arrangement with Offeror.

1.2 Solicitation Amendments The Procurement Specialist may issue one or more amendments to the solicitation to make changes or to resolve any problems regarding the solicitation. The Procurement Specialist will issue the amendment in time for prospective Offerors to incorporate any changes into their proposals. If this solicitation is amended, then all terms and conditions that are not amended will remain unchanged. YOUR FAILURE TO ACKNOWLEDGE THE RECEIPT OF THE AMENDMENT AT THE DESIGNATED LOCATION BY THE SPECIFIED DATE AND TIME MAY RESULT IN REJECTION OF YOUR OFFER.

1.3 Notification of Intent to Propose WRPS requests that each prospective Offeror notify the procurement specialist by email no later than Thursday, February 1, 2018 whether the Offeror intends to submit a proposal in response to this Solicitation. If Offeror does intend to submit a proposal, attach to email a copy of Offeror’s QA Manual.

• Name • Phone Number • E-mail address • Company physical address (and mailing address if different).

SOLICITATION NO: 307550

5 of 57

2.0 Proposal Submittal WRPS prefers that the proposal be submitted via e-mail provided that it includes appropriate signatures where required. If Offeror does not have the capability to transmit a signed electronic proposal, Offeror may submit an unsigned proposal via e-mail, however, a signed original must also be submitted. If an e-mail proposal (without signature) is submitted in order to meet the deadline, Offeror must also transmit a signed original and (1) copy via U.S. Postal Service or delivery service Identify the name of the Procurement Specialist and the Solicitation number to which Offeror is responding on the e-mail transmittal document.

2.1 Deadline The proposal is due by 8:00 a.m. PST (Pacific Standard Time) on Monday, March 5, 2018.

2.2 Pre-proposal Conference A pre-proposal conference will be scheduled for 9:00 a.m. Pacific Time, Thursday, January 25, 2018, at 851 Smartpark, Conference Room 903, Richland, WA. The Pre- Proposal Conference is being held to discuss in further detail the RFP, Specification, Statement of Work, etc. and to answer any questions regarding this solicitation. WRPS is not obligated to pay any costs incurred in the Offeror attending this conference. All costs will be incurred by the Offeror.

Badges will be required to attend this event. Please notify the Procurement Specialist, Karen Fuentes, via e-mail ([email protected] ) as soon as possible with the number of attendees, full names of attendees (First, Middle and Last names) along with their DOB – Date of Birth (only month and day required) so badges can be requested. Only U.S. Citizens can obtain a temporary badge. A valid driver license or valid passport will be required for each attendee to pick up their temporary badge. Attendees will be notified prior to the conference where they can pick up their badges.

2.3 Identification and Delivery Address a proposal sent via the U.S. Postal Service to:

Response to Solicitation No. 307550 Karen Fuentes, MSIN H1-42 Washington River Protection Solutions, LLC P.O. Box 850 Richland, WA 99352

SOLICITATION NO: 307550

6 of 57

The address for a proposal sent via another delivery service is:

851 Smartpark Street Richland, WA 99354 Procurement Specialist Contact Information: Name: Karen Fuentes Phone Number: (509)372-3909 Email Address: [email protected]

2.4 Withdrawal Offeror may withdraw its proposal by written or electronic notice received at any time prior to award.

2.5 Questions/Comments Regarding the Solicitation The Offeror must submit any comments or questions regarding the solicitation to the Procurement Specialist no later than Thursday, February 1, 2018. The Procurement Specialist will answer all questions in writing for the benefit of all prospective Offerors.

3.0 Basis for Award Award will be made to the Offeror whose proposal contains the combination of those criteria offering the best overall value to WRPS and the Government. Best Overall Value will be determined by comparing difference in value of technical and management features with difference in price to WRPS. A Subcontract award may be made on the initial offers received, without discussions. Therefore, initial proposals should contain the Offeror’s best price and technical terms. There will be no public opening of proposals. Offerors will be notified when the source selection has been decided.

3.1 Evaluation Criteria WRPS will award this procurement to the responsible Offeror whose offer conforms to the requirements of this Solicitation and provides the most advantageous technical and cost proposal to WRPS and the Government.

1. Technical Comprehension/Approach – your proposal should include information concerning the following areas:

a. Description and approach for design, fabrication, and testing of the TSCR system to meet functional performance criteria in accordance with RPP-SPEC-61910(e.g.

SOLICITATION NO: 307550

7 of 57

meet cesium decontamination factor, flowrate, capability for continued operation.)

b. Discuss approach for operational simplicity for the TSCR system. Include degree of automation and control, potential failure mechanisms, size of required module/system footprint, minimizing operational downtime due to column change out, etc.

c. Description and approach for design, fabrication, and testing of the ASME Section VIII vessels in compliance with specified technical requirements. Include in discussion IX column design/handling to mitigate drop accident consequences, size of equipment, degree of shielding required, and complexity of periodic column replacement.

d. Description and approach for design, fabrication, testing, and operation/maintenance of filtration units in compliance with specified technical requirements.

e. Description and approach for design, fabrication, testing, and operation/maintenance of HVAC equipment in compliance with specified technical requirements.

f. Discuss non-elutable ion exchange media proposed for TSCR system and describe how resin/IX column design will comply with the process requirements of the specification.

g. Discuss plan for transportation of TSCR system components and initial IX columns to the AP Tank Farm site at Hanford.

h. Description and rationale of work to be performed in-house versus subcontracted.

2. Past Experience/Shop Capacity – your proposal should include information concerning the following areas:

a. Demonstrated past experience with IX column design, deployment, and operation that effectively removed cesium from a similar waste stream.

b. Discuss any past relevant experience with Hanford Tank Farms in regards to design work, nuclear safety related equipment, and skid mounted systems.

c. Identify Offeror’s key personnel (e.g. design leads, project managers, QA engineers, shop supervisor, inspectors) performing the work have the qualifications and experience related to all aspects of the TSCR design, fabrication, and testing.

d. Discuss shop/labor capacity and demonstrate how simultaneous fabrications (i.e. vessels, enclosure, filter, skids, etc) and testing will be conducted to meet delivery schedule. Identify shop areas dedicated to material receipt, control, staging, cutting/grinding, welding, assembly, NDE, and testing.

SOLICITATION NO: 307550

8 of 57

e. Description and approach for procurement of items and services to include demonstrated past experience in performing Commercial Grade Dedication (CGD) and discuss where CGD will be required.

3. Schedule – your proposal should include a schedule addressing the information below:

a. Offeror shall provide their proposed schedule showing design, fabrication, factory acceptance testing activities, and durations with logic ties in sufficient detail to allow for proposal evaluation. Schedule milestones shall not be later than the dates in the MSR for design completion and final data package submittal (i.e. ready to ship). Offeror should propose their most realistic, but aggressive schedule. Offeror’s total design/build duration will be a factor in proposal evaluation.

b. Describe the assumptions associated with proposed schedule and any exclusions. 4. Price – your proposal should include cost information as listed below and in

accordance with the Price Exhibit Summary Table.

a. Provide cost of design, fabrication, factory acceptance testing, technical support, and shipping costs on a competitive basis.

b. Provide pricing for future optional TSCR replacement IX columns/resin.

3.2 Tradeoff Selection Process

WRPS will award a subcontract to the responsible offeror whose proposal is most advantageous to WRPS, price and other factors considered. WRPS will evaluate and rank proposals using a tradeoff process. A tradeoff process allows for an award to other than the lowest priced offeror or highest technically rated offeror, but which, in the opinion of the evaluators, represents the “best value.” Proposals will be screened on a combination of scored and pass/fail evaluation factors based on the qualifications demonstrated within the offer. The factors and sub factors listed in Section 3.1 will be used to evaluate offers, together with the pass/fail qualification standards listed in Section 4.0. Non-cost/price evaluation factors, when combined, are significantly more important than cost or price.

4.0 QUALIFICATION STANDARDS It is WRPS’s policy to offer the opportunity to compete for its procurements as broadly as is consistent with the nature of each procurement. However, in view of the distinctive characteristics of WRPS’s programs, those potential Offerors that do not possess the minimum qualifications and resources necessary to perform the proposed work should not be encouraged to incur proposal and other expenses involved in competitive submissions. Therefore, the following Qualification Standards have been established that must be fully met in order for an Offeror to be considered for award.

SOLICITATION NO: 307550

9 of 57

In order to be considered for award, Offerors shall possess at a minimum the following qualifications.

• The Offeror shall have a documented and implemented quality assurance program which is consistent with the applicable criteria of ASME NQA-1 2008/2009a requirements as described in the Statement of Work, including Commercial Grade Dedication.

• The Offeror shall possess an ASME Boiler and Pressure Vessel Code Section VIII “U” stamp, authorized for the location where the Ion Exchange Column(s) and other pressure vessels as required will be fabricated.

If an Offeror fails to meet the stated qualification standards, the proposal shall be rejected and not considered further for award.

5.0 Proposal Instructions

5.1 General Proposal Requirements

Organize the proposal as outlined below. Prepare the proposal simply and economically and provide a straightforward and concise presentation of the information requested in the Solicitation Request. Proposals submitted electronically must consist of separate files for the Technical Proposal and the Business and Price Proposal.

5.1.1 Volume I – Technical Proposal Technical Proposals shall not exceed 50 (fifty) pages in total length. The evaluation criteria identified in Section 3.1 will be used to determine the Offeror’s understanding of the work to be performed, the Offeror’s qualifications to perform this work, and the acceptability of the proposed technical and management approach.

In order for the technical proposal to be evaluated strictly on the merit of the technical and management material submitted, no contractual cost or pricing information shall be included in this volume of the proposal.

The proposal shall describe the proposed technical and management approach in sufficient detail to ensure that the requirements of the Statement of Work (SOW) and specification RPP-SPEC-61910 - are met. Simply repeating the SOW requirements or merely offering to perform the work may result in a lower evaluation or the offer being determined technically unacceptable. 1. Technical Comprehension/Approach: The Offeror shall provide detailed information outlining their approach to address the following areas:

SOLICITATION NO: 307550

10 of 57

a. Description and approach for design, fabrication, and testing of the TSCR system to meet functional performance criteria in accordance with RPP-SPEC-61910 (e.g. meet cesium decontamination factor, flowrate, capability for continued operation.). Narrative should reflect Offeror’s understanding of the design and fabrication phases, challenges, and major deliverables.

b. Discuss approach for operational simplicity for the TSCR system. Include degree of automation and control, potential failure mechanisms, size of required module/system footprint, minimizing operational downtime due to column change out, etc. Provide description and approach for removal of spent IX columns and replacement with new columns, including all safety and contamination prevention protocols.

c. Description and approach for design, fabrication, and testing of the ASME Section VIII vessels in compliance with specified technical requirements. Include in discussion IX column design/handling to mitigate drop accident consequences, size of equipment, degree of shielding required, and complexity of periodic column replacement.

d. Description and approach for design, fabrication, testing, and operation/maintenance of filtration units in compliance with specified technical requirements.

- Provide a detailed description of Offeror’s proposed waste process filtration system technology meeting the requirements of RPP-SPEC-61910, including its ability to meet reliability requirements, maintainability requirements, and availability goals. Provide any filtration technology recommendations.

e. Description and approach for design, fabrication, testing, and operation/maintenance of HVAC equipment in compliance with specified technical requirements.

f. Discuss non-elutable ion exchange media proposed for TSCR system and describe how resin/IX column design will comply with the process requirements of the specification.

g. Discuss plan for transportation and packaging of TSCR system components and initial IX columns to the AP Tank Farm site at Hanford.

h. Description and rationale of work scope to be performed in-house versus scope that is planned to be subcontracted.

i. Propose a pre-conceptual IX column design that is anticipated to meet the requirements of specification RPP-SPEC-61910.

- Provide expected IX column cesium loading and physical configuration that provides design margin to prevent IX column boiling in a no flow condition.

- Provide rough dimensions and weight, and key features of the shielding IX column.

SOLICITATION NO: 307550

11 of 57

- Estimated bed volume of no-elutable resin. - Provide estimated centerline temperature as a function of IX column loading

in a no flow condition.

j. Break out hours and resources proposed for providing technical support for process hazards analysis, hazards evaluation, control development, review of nuclear safety documentation, environmental permitting, safeguards and security, and preparing supporting documents.

k. Break out hours and resources proposed for supporting Hanford Site installation, start-up testing, system acceptance, readiness reviews, training of Buyer’s operations and maintenance personnel, and operating and maintenance procedures development.

2. Past Experience/Shop Capacity:

The Offeror shall provide detailed information outlining their approach to address the following areas:

a. Demonstrated past experience with IX column design, deployment, and operation that effectively removed cesium from a similar waste stream.

Include the following for each past project:

- Year, Customer & Location - Project Title - Company performing the work - Services provided that are directly relevant to this scope of work - Description of the project and types of activities - Description of work for nuclear industry - Description of specialty experience (ASME vessel fabrication, HVAC, piping,

NQA1 fabrication, etc.) - DOE/NCR Experience - Points of Contact

b. Discuss any past relevant experience with Hanford Tank Farms in regards to design work, nuclear safety related equipment, and skid mounted systems.

c. Identify Offeror’s key personnel (e.g. design leads, project managers, QA engineers, shop supervisor, inspectors) performing the work have the qualifications and experience related to all aspects of the TSCR design, fabrication, and testing. Include the following:

- Qualifications and availability of key personnel and relevancy to this work - Résumés of key personnel (Résumés do not figure into the 50 page limitation) - List professional engineering license(s) and with what state(s) licensed. - Evidence of corporate technical capability and experience

d. Discuss shop/labor capacity and demonstrate how simultaneous fabrications (i.e. vessels, enclosure, filter, skids, etc) and testing will be conducted to meet delivery

SOLICITATION NO: 307550

12 of 57

schedule. Identify shop areas dedicated to material receipt, control, staging, cutting/grinding, welding, assembly, NDE, and testing. Provide information/pictures of size and capability of fabrication facility.

e. Description and approach for procurement of items and services to include demonstrated past experience in performing Commercial Grade Dedication (CGD) and discuss where CGD will be required.

f. Describe project organization structure that identifies the relationships between the Prime Offeror, teaming partners, lower-tier subcontractors and proposed Key Personnel.

3. Schedule:

The Offeror shall document the clear understanding of the schedule as outlined in Section 3.1 above as well as the items contained in the Master Submittal Register (MSR) document, Specification and the Statement of Work (SOW). The Offeror shall address the following evaluation criteria as listed below and in Section 3.1 along with the method of performance in meeting these critical items:

a. Offeror shall provide their proposed schedule showing design, fabrication, factory acceptance testing activities, and durations with logic ties in sufficient detail to allow for proposal evaluation. Schedule milestones shall not be later than the dates in the MSR for design completion and final data package submittal (i.e. ready to ship). Offeror should propose their most realistic, but aggressive schedule. Offeror’s total design/build duration will be a factor in proposal evaluation.

b. Describe the assumptions associated with proposed schedule and any exclusions.

4. General Requirements:

a. Statement of compliance with subcontract insurance requirements (if applicable) as specified in the On-Site Work Provisions, including confirmation that all required insurance certificates will be provided prior to any on-site work.

c. An acknowledgement of compliance with the Buy American Act.

d. An Acknowledgement that Offeror is enrolled in E-Verify

e. Validate that your firm is registered in the System for Award Management (SAM, www.sam.gov)

f. Milestone payments – submit your proposed milestone payments, which will be negotiated prior to award.

SOLICITATION NO: 307550

13 of 57

5.1.2 Volume II – Business and Price Proposal 5.1.2.1 Price Proposal Instructions

The Price Proposal must provide the narrative used to support and explain the Subcontractor’s supporting pricing and associated pricing assumptions. This must be practicable, straight forward, concise, and complete. a. Price Exhibit Summary Table The Price Exhibit Summary Table which is attached to this solicitation shall be fully completed with all specified information included. An incomplete Price Exhibit Pricing Table will not be considered responsive to the solicitation unless fully completed according to the instructions. b. Price Exhibit Work Descriptions Provided below are the work scope descriptions for estimating the values specified in the Price Exhibit Table. Each element shall be priced accordingly and included in the Price Exhibit Summary Table. 1.0 Design

1.1 Project Management

Offeror will include personnel for project management, project controls, quality assurance, administrative support and other resources required to support the project during the design phase.

1.2 TSCR Main Enclosure (including enclosed structures, systems and components [SSCs])

The Offeror will include all design and engineering costs associated with the performance of calculations, studies, lists, data sheets, drawings and other design media for the main TSCR enclosure. The enclosure will house the process equipment necessary to meet the requirements set forth in the procurement specification. This element shall also include pad design costs for the enclosure, ventilation skid, and support skids. This scope is limited to the design portion as the fabrication will be captured in 2.0 Fabrication/Assembly.

1.3 Ventilation Skid

The Offeror will include all design and engineering costs associated with the performance of calculations, studies, lists, data sheets, drawings and other design media for the ventilation skid. The skid will exhaust air within the main

SOLICITATION NO: 307550

14 of 57

enclosure and shall meet requirements contained in the procurement specification. This scope is limited to the design portion as the fabrication will be captured in 2.0 Fabrication/Assembly.

1.4 Water/Air/Reagent/Inert Gas Skids

The Offeror shall provide the cost to design and engineer the utility equipment need for the operation of the TSCR systems. The skids will provide water for flushing, compressed air for instrumentation and resin drying, caustic for resin conditioning and resin flushing, and inert gas (if needed) to mitigate hydrogen buildup in the IX columns. Utility tie-ins will meet current tank farm standards and comply with the procurement specification. This scope is limited to the design portion as the fabrication will be captured in 2.0 Fabrication/Assembly.

1.5 Control Trailer/HMI

Offeror shall include all costs to design and engineer the control trailer skid, and control systems software and associated documentation to support TSCR operations. The design shall contain all items necessary to test and operate the entire TSCR equipment and comply with the procurement specification. This scope is limited to the design portion as the fabrication will be captured in 2.0 Fabrication/Assembly.

2.0 Fabrication/Assembly 2.1 Project Management

Offeror will include personnel for project management, project controls, quality assurance, supervisors, inspectors, and administrative support and other resources required to support the project during the fabrication phase.

2.2 Filtration Assembly

The Offeror shall provide the cost associated with the fabrication of the filter components and housing prior to installation into the main enclosure. These items will be consistent with all approved design media and include all applicable quality and certification documentation.

2.3 Shielded IX Columns

The Offeror shall provide the cost associated with the fabrication of the initial set of IX columns and shielding prior to installation into the main enclosure. These items will be consistent with all approved design media and include all applicable quality and certification documentation.

SOLICITATION NO: 307550

15 of 57

2.4 Non-elutable Cesium Ion Exchange Resin

The Offeror will provide the cost of the resin media necessary to fill the initial set of IX columns. This resin shall meet the performance specification requirements. Resin will be consistent with all approved design media and include all applicable quality and certification documentation.

2.5 Balance of TSCR Main Enclosure

The Offeror will include all fabrication costs associated with the main enclosure and the supply/installation of the equipment and materials into the enclosure. The skid shall meet the requirements contained within the procurement specification, all approved design media, and applicable quality and certification documentation.

2.6 Ventilation Skid/Heating/ Air Conditioning

The Offeror shall include all costs associated with fabrication of the ventilation skid and the heating/cooling equipment for the enclosure/control trailer. The skid shall meet requirements contained in the procurement specification, all approved design media, and applicable quality and certification documentation.

2.7 Water/Air/Reagent/Inert Gas Skids

The Offeror shall include all costs associated with the erection of structures, equipment, rentals, labor, and misc. materials required to fabricate the utility equipment need for the operational support of the TSCR systems. The skids will provide water for flushing, compressed air for instrumentation and resin drying, caustic for resin conditioning and resin flushing, and inert gas (if needed) to mitigate hydrogen buildup in the IX columns. Skids shall meet requirements contained in the procurement specification, all approved design media, and applicable quality and certification documentation.

2.8 Control Trailer/HMI

Offeror shall include all costs to fabricate the control trailer skid and control system hardware. The design shall contain all items necessary to test and operate the entire TSCR equipment and comply with the procurement specification that has been provided. It shall meet requirements contained in all approved design media, and applicable quality and certification documentation.

SOLICITATION NO: 307550

16 of 57

3.0 Factory Acceptance Testing and Preparation for Transport

The Offeror will provide the estimated cost to carry out Factory Acceptance Testing, including meeting all the objectives of the approved test plan along with providing test reports, test data, and documentation. The Offeror will also include the disassembly of any components (as required) in order to ship the units, and packaging/preparation for shipment.

4.0 Technical Support During the Design Phase

The Offeror shall assume 500 hours to provide technical support to the Buyer for process hazards analysis, hazards evaluation, control development, review of nuclear safety documentation, environmental permitting, safeguards and security, and preparing supporting documents.

5.0 Technical Support (Hanford Site Installation and Commissioning)

The Offeror shall assume 500 hours to support Hanford Site installation, start-up testing, system acceptance, readiness reviews, training of Buyer’s operations and maintenance personnel, and operating and maintenance procedures development.

6.0 Delivery to Hanford Site The Offeror will provide the cost required to load and deliver all equipment to the Hanford site after successful completion of testing activities. All associated documentation required for transportation will be provided by the Offeror before the time of shipment. 7.0 Phase II –Optional Pricing for TSCR Replacement IX Columns The Offeror will provide two sets of pricing on a firm fixed price basis. One price will be a complete set (i.e. the number of columns proposed in the Offeror’s main enclosure design) of replacement columns that are fully loaded with Offeror resin in a caustic washed condition. The second price will be a complete set of replacement columns that will have the resin provided to the Offeror as GFE for subcontractor loading.

5.1.2.2 Pricing and Estimating Assumptions All pricing and estimating assumptions shall be clearly delineated and included in this section of the Price Proposal. These statements shall be included to ensure the Offerors proposal is fully understood with the basis for the proposed costs and be properly evaluated.

SOLICITATION NO: 307550

17 of 57

5.1.2.3 Column Pricing for Estimating Purposes Only In this section of the Price Proposal, the Offeror shall provide IX Column pricing based on the number columns required to process approximately 1.5 million gallons of tank waste. The Offeror will provide two estimates. One estimate will be columns that are fully loaded with Offeror resin in a caustic washed condition. The second estimate will be columns that have the resin provided to the Offeror as GFE for Offeror loading. The Offeror is requested to provide price breaks at Offeror specified quantities. This information will be used for estimating purposes and is not a commitment by WRPS to purchase these columns.

5.1.2.4 Accounting System Adequacy

The Offeror shall provide evidence that the accounting system is adequate for government contracting purposes. Examples include accounting system determinations completed by a Federal entity such as a Corporate Administrative Contracting Officer (CACO) or the Defense Contract Audit Agency (DCAA).

5.1.2.5 Cost Accounting Standards (CAS) Certification The Offeror shall complete the Cost Accounting Standards (CAS) certification (Exhibit 3) and include the Exhibit under this section of the Cost Proposal.

5.1.2.6 Financial Capability Determination Information WRPS reserves the right, prior to award, to require the Offeror to submit information which WRPS will use to make a determination whether Offeror has the financial capability to perform the contemplated Subcontract. Such information may include, but not be limited to: annual reports; lines of credit with financial institutions and suppliers; and any other information that may be required to make the appropriate determination.

5.1.3 Volume III-Quality Assurance Program Manual The Offeror shall submit one uncontrolled copy of their Quality Assurance (QA) Program Manual. The Offeror shall address how the Offeror’s QA Program meets the requirements included in the SOW. If the Offerors’s manual has been previously approved by WRPS, the manual shall be updated to make it current and resubmitted to WRPS with the proposal. If the manual has not changed since its previous approval by WRPS, a statement to this effect shall be submitted with the proposal.

5.2 Direct Pay Permit - Taxes

The WRPS Direct Pay Permit will not apply to the resultant subcontract/purchase order. Therefore, the Offeror’s price shall include all applicable Federal, State, county,

SOLICITATION NO: 307550

18 of 57

municipal, or other taxes. For information relating to Sales and Use Tax in Washington State please reference the following website: http://dor.wa.gov/content/home/ Offeror shall list separately, in its price proposal, any such tax applicable to any goods/service payable by WRPS.

5.3 Representations and Certifications WRPS requires the electronic submission of the Representations and Certifications through its vendor registration web site. To start the submission, the offeror will need to be registered with WRPS and have obtained a vendor identification number and form number (password). If assistance is required, please contact WRPS Contract Support at [email protected]. For this solicitation, an offeror is required to have an electronic Representations and Certifications on file with WRPS for the North American Standard Coding System (NAICS) code identified in the paragraph entitled “North American Industry Classification System (NAICS) Code and Size” below. The certification of a specific NAICS code will be valid for twelve (12) months from its submission. If the offeror’s business conditions change within the twelve (12) month validity period, the offeror shall submit an updated Representations and Certification prior to submittal of the proposal.

5.4 Small Business Subcontracting Plan Include a Small Business Subcontracting Plan with the proposal if the proposed amount is more than $700,000 and Offeror is not considered a small business per the size standard shown in the Representations and Certifications. The Plan should contain the information specified and be in the format described in the Federal Acquisition Regulation (FAR Clause 52.219-9, Small Business Subcontracting Plan).

5.5 Additional Information In order for WRPS to adequately evaluate the proposal, some additional information is required. Please complete and return all forms and documents listed below: • Price Exhibit Summary Pricing Table (Exhibit 1). • Hourly Rate Summary (Fully Burdened Thru Profit) (Exhibit 2).

• Cost Accounting Standards Notices and Certification (Exhibit 3).

• Organizational Conflict of Interest Certification and Disclosure (Exhibit 4). • Past Performance Data Form (Exhibit 5).

SOLICITATION NO: 307550

19 of 57

• Proposed Lower-Tier Subcontractors (Exhibit 6). • Agreement Exceptions (Exhibit 7). • Vendor ESH&Q Requirements Questionnaire. (Exhibit 8).

5.6 Acceptance of Terms and Conditions The subcontract resulting from this Solicitation will be substantially the same as the Model Subcontract that is contained in Part C of the Solicitation. Unless otherwise noted in the proposal, Offeror’s submission of a proposal signifies unqualified acceptance of all of the technical requirements and other terms and conditions of the subcontract that are contained in or referenced in this Solicitation. Interpretations established by Offeror to any part of this Solicitation may be considered an exception.

5.6.1 Exceptions to Technical Requirements and Other Terms and Conditions Offeror must describe any exceptions (on the Agreement Exceptions form in Part B of this Solicitation) to the technical requirements and other terms and conditions of the Model Subcontract in Part C on which the proposal is based. WRPS considers compliance with the technical requirements and terms and conditions of the Subcontract to be essential. In case of doubt, Offeror should request clarification from the Procurement Specialist. If any exceptions are taken to the requirements of the Solicitation, the pricing shall be based on the requirements of the Solicitation and the exception(s) priced as alternates. If the proposal is based only on the proposed exceptions, WRPS may determine the proposal to be non-responsive.

5.7 Proposal Validity Period Offeror’s proposal shall remain firm for 120 days after the proposal due date.

5.8 Document Transmittal – Master Submittal Register The Subcontract will contain a Master Submittal Register (MSR) comparable to the exhibit document contained herein. The MSR identifies the required Subcontractor submittals. Offerors shall review the MSR exhibit, assure that the document submittal requirements are clear and understandable, identify any additional submittals on the MSR exhibit, and provide the Buyer with applicable transmittal dates for all planned submittals. The MSR with added Offeror information shall be returned with Offeror’s proposal.

SOLICITATION NO: 307550

20 of 57

6.0 Notices

6.1 Identification of Proprietary Data If the Offeror submits any data which it considers proprietary data as part of its proposal, the document transmitting the data or which contains the data, shall be boldly marked indicating that the data included is considered to be proprietary.

6.2 North American Industry Classification System (NAICS) Code and Size Standard The Buyer has determined that North American Industry Classification System (NAICS) Code 332999 applies to this acquisition. Therefore, the size standard for determining whether an Offeror is a small business in regard to this solicitation is 500.

6.3 Buy American Act Compliance The provisions of this procurement include each of the Federal Acquisition Regulation (FAR) clauses that may be applicable to this proposal, as well as any resulting purchase order or Subcontract. The applicability of a specific FAR clause is based on the proposed dollar amount of your proposal for the supplies or materials provided under a services Subcontract. The applicable FAR clauses in the Subcontract provisions and the corresponding clause for which identification may be required are shown below:

FAR Clause in Subcontract Provisions Corresponding FAR Clause Requiring Offeror Certification

FAR 52.225-1, “Buy American Act—Supplies” (Jun 2003)

FAR 52.225-2, “Buy American Act Certificate” (May 2014)

6.4 Employment Eligibility Verification (E-Verify)

WRPS anticipates that this award will be subject to the Employment Eligibility Verification requirements established in Federal Acquisition Regulations (FAR) clause 52.222-54.which requires the successful Offeror to enroll and utilize the E-Verify program. Enrollment is done via the Internet at the Department of Homeland Security Web site at http://www.dhs.gov/E-Verify. This requirement is applicable to awards that are more than $3,000 and considered commercial or noncommercial Services (except for commercial Services that are part of the purchase of a Commercial Off the Shelf (COTS) item (or an item that would be a COTS item, but for minor modifications) performed by the COTS provider, and are normally provided for that COTS item) or Construction. Subcontractors who are only suppliers are not subject to E-Verify.

SOLICITATION NO: 307550

21 of 57

WRPS reserves the right, prior to award, to require Offeror to submit information which WRPS will use to make a determination whether Offeror has successfully enrolled in the E-Verify program. Such information may include a copy of the last three (3) pages of the enrollment form (i.e., pages 11, 12, and 13) and any other information that may be required to make the appropriate determination.

6.5 Cost or Pricing Data This is not a request for cost or pricing data, but notification to all Offerors that this information may be required prior to award unless the Subcontract is determined by the Buyer to be exempt from the requirements of Public Law 87-653 (10 USC Sec.2306(a).

7.0 Price-Anderson Amendments Act (PAAA) The Subcontractor shall comply with the Article entitled Price-Anderson Amendments Act (PAAA) contained in the General Provisions and shall have a process in place to ensure compliance with the applicable Nuclear Safety Rules.

8.0 Foreign Nationals SUBCONTRACTORS intending to propose use of any Foreign National (non-US citizens), shall indicate their intent as part of the SUBCONTRACTOR’S proposal submission. After being selected for Subcontract Award but prior to start of performance: Foreign National requests will be processed in accordance with Hanford Site Security procedures, DOE Order 142.3a entitled Unclassified Foreign Visits & Assignment Program and Mission Support Alliance (MSA) Procedure MSC-PRO-SEC-392 entitled Unclassified Visits & Assignment by Foreign Nationals. Information for processing requests shall be submitted regardless if the Foreign National works on the Hanford site or elsewhere. Processing of any request are required to be completed/approved prior to commencement of any work. The lead time for processing Foreign National requests can take up to several months depending upon the country of origin and the subject matter involved. If Foreign Nationals are considered for use at any time under a Subcontract, SUBCONTRACTORS shall notify the Procurement Specialist and Hanford Security of the change. SUBCONTRACTORS shall adhere to the requirements for processing and approval as identified above for any changes in Foreign National use.

SOLICITATION NO: 307550

22 of 57

PART B – SOLICITATION EXHIBITS

Exhibit Description

1 Price Exhibit Summary Pricing Table

2 Hourly Rate Summary (Fully Burdened Labor Rate Thru Profit)

3 Cost Accounting Standards Notices and Certification

4 Organizational Conflict of Interest Certification and Disclosure

5 Past Performance Data Form

6 Proposed Lower-Tier Subcontractors

7 Agreement Exceptions

8 Vendor ESH&Q Requirements Questionnaire

SOLICITATION NO: 307550

23 of 57

EXHIBIT 1. Price Exhibit Summary Pricing Table

Phase I - Tank Side Cesium Removal (TSCR) Demonstration Process

Description Statement of Work (SOW) Reference

Firm Fixed Price (FFP)

1.0 Design Section 3.0, Items 1-3

1.1 Project Management

1.2 TSCR Main Enclosure (including enclosed structures, systems, components (SSC))

1.3 Ventilation Skid 1.4 Water/Air/Reagent/Inert Gas Skids 1.5 Control Trailer/HMI

Total Design Price

2.0 Fabrication/Assembly Section 3.0, Items 4-6 2.1 Project Management 2.2 Filtration Assembly 2.3 Shielded IX Columns 2.4 Non-elutable Cesium Ion Exchange Resin 2.5 Balance of TSCR Main Enclosure 2.6 Ventilation Skid/Heating/Air Conditioning 2.7 Water/Air/Reagent/Inert Gas Skids 2.8 Control Trailer/HMI

Total Fabrication/Assembly

3.0 Factory Acceptance Testing and Preparation for Transport

RPP-SPEC-61910, Sections 5.0 and 7.0

4.0 Technical Support During the Design Phase Section 3.0, Item 7

5.0 Technical Support (Hanford Site Installation and Commissioning) Section 3.0, Item 8

6.0 Delivery to Hanford Site (200E Area)

Grand Total

SOLICITATION NO: 307550

24 of 57

Phase II - Optional Pricing for TSCR Replacement IX Columns

7.0 IX Columns, Loaded with Resin IX Column Quantities

Price per IX Column

(Fixed Unit Rate)

Extended IX

Column Pricing

Statement of Work (SOW)

Reference IX Column with resin provided by VENDOR* Section 3.0, Item 9

IX Column with resin provided by BUYER** Section 3.0, Item 9

*Resin is in caustic washed condition **Resin provided as GFE to Subcontractor, for Subcontractor loading

Estimating/Pricing Assumptions The Offeror shall provide a listing of all pricing assumptions that are needed to understand the basis of the offeror's pricing proposal. Clear identification of the assumptions will allow for a more effective evaluation and understanding of the proposed pricing.

SOLICITATION NO: 307550

25 of 57

EXHIBIT 2. HOURLY RATE SUMMARY (FULLY BURDENED THRU PROFIT)

Hourly Rate Summary Instructions: The offeror shall provide a complete listing of all labor categories planned to be utilized during the subcontract's period of performance. The hourly rates shall be fully inclusive of all cost elements and profit.

Hourly Rate Summary (Fully Burdended thru Profit)

Labor Category Description CY2018 CY2019 CY2020

SOLICITATION NO: 307550

26 of 57

EXHIBIT 3. COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION (FAR 52.230-1) (June 2000)

Note: This notice does not apply to small businesses or foreign governments. Check here to indicate that the

offeror is a small business or foreign government and does not need to complete the following certification.

This notice is in three parts; identified by Roman numerals I through III.

Offerors shall examine each part and provide the requested information in order to determine Cost Accounting Standards (CAS) requirements applicable to any resultant contract.

If the offeror is an educational institution, Part II does not apply unless the contemplated contract will be subject to full or modified CAS coverage pursuant to 48 CFR 9903-201-2(c)(5) or 9903.201-2(c)(6), respectively.

I. DISCLOSURE STATEMENT --- COST ACCOUNTING PRACTICES AND CERTIFICATION

(a) Any contract in excess of $750,000 resulting from this solicitation will be subject to the requirements of the Cost Accounting Standards Board (48 CFR Chapter 99) except for those contracts which are exempt as specified in 48 CFR 9903.201-1.

(b) Any offeror submitting a proposal which, if accepted, will result in a contract subject to the requirements of 48 CFR Chapter 99 must, as a condition of contracting, submit a Disclosure Statement as required by 48 CFR 9903.202. When required, the Disclosure Statement must be submitted as a part of the offeror’s proposal under this solicitation unless the offeror has already submitted a Disclosure Statement disclosing the practices used in connection with the pricing of this proposal. If an applicable Disclosure statement has already been submitted, the offeror may satisfy the requirement for submission by providing the information requested in paragraph (c) of Part I of this provision.

CAUTION: In the absence of specific regulations or agreements, a practice disclosed in a Disclosure Statement shall not, by virtue of such disclosure, be deemed to be a proper, approved, or agreed-to practice for pricing proposals or accumulating and report contract performance cost data.

(c) Check the appropriate box below:

(1) Certificate of Concurrent Submission of Disclosure Statement.

The offeror hereby certifies that, as a part of the offer, copies of the Disclosure Statement have been submitted as follows: (i) original and one copy to the cognizant Administrative Contracting Officer (ACO) or cognizant Federal agency official authorized to act in that capacity (Federal official), as applicable, and (ii) one copy to the cognizant Federal auditor.

(Disclosure must be on Form No. CASB DS-1 or CASB DS-2, as applicable. Forms may be obtained from the cognizant ACO or Federal official and/or from the loose-leaf version of the Federal Acquisition Regulation.)

Date of Disclosure Statement:

Name and Address of Cognizant ACO or Federal Official Where Filed:

SOLICITATION NO: 307550

27 of 57

The offeror further certifies that the practices used in estimating costs in pricing this proposal are consistent with the cost accounting practices disclosed in the Disclosure Statement.

(2) Certificate of Previously Submitted Disclosure Statement

The offeror hereby certifies that the required Disclosure Statement was filed as follows:

Date of Disclosure Statement:

Name and Address of Cognizant ACO or Federal Official Where Filed:

The offeror further certifies that the practices used in estimating costs in pricing this proposal are consistent with the cost accounting practices disclosed in the Disclosure Statement.

(3) Certificate of Monetary Exemption

The offeror hereby certifies that the offeror together with all divisions, subsidiaries, and affiliates under common control, did not receive net awards of negotiated prime contracts and subcontracts subject to CAS totaling $50 million or more in the cost accounting period immediately preceding the period in which this proposal was submitted. The offeror further certifies that if such status changes before an award resulting from this proposal, the offeror will advise WRPS immediately.

(4) Certification of Interim Exemption

The offeror hereby certifies that (i) the offeror first exceeded the monetary exemption for disclosure, as defined in (3) of this subsection, in the cost accounting period immediately preceding the period in which this offer was submitted and (ii) in accordance with 48 CFR 9903.202-1, the offeror is not yet required to submit a Disclosure Statement. The offeror further certifies that if an award resulting from this proposal has not been made within 90 days after the end of that period, the offeror will immediately submit a revised certificate to WRPS, in the form specified under subparagraph (c)(1) or (c)(2) of Part I of this provision, as appropriate, to verify submission of a completed Disclosure Statement.

CAUTION: Offerors currently required to disclose because they were awarded a CAS-covered prime contract or subcontract of $50 million or more in the current cost account period may not claim this exemption (4). Further, the exemption applies only in connection with proposals submitted before expiration of the 90-day period following the cost accounting period in which the monetary exemption was exceeded.

II. COST ACCOUNTING STANDARDS --- ELIGIBILITY FOR MODIFIED CONTRACT COVERAGE

If the offeror is eligible to use the modified provisions of 48 CFR 9903.201-2(b) and elects to do so, the offeror shall indicate by checking the box below. Checking the box below shall mean that the resultant contract is subject to the Disclosure and Consistency of Cost Accounting Practices clause in lieu of the Cost Accounting Standards clause.

The offeror hereby claims an exemption from the Cost Accounting Standards clause under the provisions of 48 CFR 9903.201-2(b) and certifies that the offeror is eligible for use of the Disclosure and Consistency of Cost Accounting Practices clause because during the cost accounting period immediately preceding the period in which this proposal was submitted, the offeror received less than $50 million in awards of CAS-covered prime contracts and subcontracts. The offeror further certifies

SOLICITATION NO: 307550

28 of 57

that if such status changes before an award resulting from this proposal, the offeror will advise WRPS immediately.

CAUTION: An offeror may not claim the above eligibility for modified contract coverage if this proposal is expect to result in the award of a CAS-covered contract of $50 million or more or if, during its current cost accounting period, the offeror has been awarded a single CAS-covered prime contract or subcontract of $50 million or more.

III. ADDITIONAL COST ACCOUNTING STANDARDS APPLICABLE TO EXISTING CONTRACTS

The offeror shall indicate below whether award of the contemplated contract should, in accordance with subparagraph (a)(3) of the Cost Accounting Standards clause, require a change in established cost accounting practices affecting existing contracts and subcontracts.

YES NO

Note: If the offeror is an educational institution under the transition provisions of 48 CFR 9903.202-1 (f), contact WRPS for the appropriate alternate certification.

SIGNATURE/CERTIFICATION

By signing below, the bidder/offeror certifies, under penalty of law, that the above certification is accurate, current and complete. The bidder/offeror further certifies that it will notify WRPS of any changes to these certifications. The certifications made by the bidder/offeror, as contained herein, concern matters within the jurisdiction of an agency of the United States and the making of a false, fictitious, or fraudulent representation or certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001.

_________________________________________________

Signature of Offeror Responsible for Offer Date

_______________________________________________________________________________

Typed Name of Person Responsible for the Offer

_______________________________________________________________________________

Title of Person Responsible for the Offer

_______________________________________________________________________________

Name of Organization

_______________________________________________________________________________

Street

_______________________________________________________________________________

City State Zip

SOLICITATION NO: 307550

29 of 57

EXHIBIT 4. ORGANIZATIONAL CONFLICT OF INTEREST

CERTIFICATION AND DISCLOSURE Rev. 3 6/22/16

Organizational conflict of interest means that because of other activities or relationships with other persons, a person is unable or potentially unable to render impartial assistance or advice to the Government or WRPS, or the person’s objectivity in performing the contract work is or might be otherwise impaired, or a person has an unfair competitive advantage.

It is WRPS's policy to avoid situations, which place an Offeror in a position wherein it may not be able to compete on an equal basis for WRPS-controlled work with other qualified Offerors. This representation, and the information disclosed thereby, will serve to advise WRPS whether or not an Offeror's judgment may be biased because of any past, present, or currently planned interest, financial or otherwise, the Offeror may have or appear to have which relates to the work to be performed under a subcontract which may result from this solicitation, thus providing the Offeror an unfair competitive advantage over others. The term "Offeror" herein means the proposing entity or any of its affiliates or proposed consultants or subcontractors of any tier. Therefore: Offeror shall provide WRPS a statement which describes in a concise manner, all relevant facts concerning any past, present, or currently planned interest (financial, contractual, organizational, or otherwise) relating to the work described in the statement of work of this solicitation. Offeror may also provide relevant facts that show how its organizational structure and/or management systems limit its knowledge of affiliates or other divisions or sections of the proposing entity and how that structure or system would avoid or mitigate an organizational conflict of interest. Offeror shall assure that any consultants and/or subcontractors identified in its proposal which will perform part or all of any resulting subcontract submit the same information as required above, either as part of the Offeror’s proposal or directly to WRPS, prior to the time and date set forth for the receipt of proposals, including identification of the solicitation number and the (Offeror's) proposal to which it relates. Offeror shall assure that each of its chief officers or directors, if any, who will be directly involved in the actual performance of the subcontract, submit such information. Offeror shall promptly provide to WRPS information concerning any changes, including additions, in its relevant facts reported, that occur between the time of submission of its proposal and the award of a subcontract or the time the Offeror is notified that it is no longer being considered for an award. WRPS will review the information submitted and may require additional relevant information or certifications from the Offeror. All such information, and any other relevant information known to WRPS, will be used to determine whether an award to the Offeror may create an organizational conflict of interest with respect to the Offeror's (1) bias caused by financial, contractual,

SOLICITATION NO: 307550

30 of 57

organizational, or other interests which relate to the work to be performed under the subcontract, resulting in Offeror being unable to render impartial, technically sound, and objective assistance or advice, or (2)obtaining an unfair competitive advantage over other parties. If WRPS determines a conflict exists which would require some action to mitigate an actual or potential conflict of interest that would otherwise represent an unacceptable risk to WRPS, it may, at its sole discretion: (1) impose appropriate terms or conditions necessary to avoid or mitigate the conflict, (2) disqualify the offer, or (3) proceed with an award despite the conflict. Offeror refusal to submit the representation and/or to provide the disclosure or any additional information requested by WRPS may result in disqualification of the Offeror for an award. Misrepresentation of material facts or other reported information may also result in disqualification. If any such misrepresentation is discovered following award, WRPS may terminate the contract for default or seek other remedies including actions pursuant to 18 U.S.C. 1001. Depending on the nature of the subcontract activities, Offeror may, because of the existence of possible organizational conflicts of interest, propose to exclude specific kinds of work from the statement of work contained in the original solicitation, unless the solicitation specifically prohibits such exclusion. Any proposed exclusion may be considered by WRPS in the evaluation of proposals, but may ultimately determine the proposal to be unacceptable. No work shall be performed, and WRPS will not authorize work to begin, until representations and disclosure information has been evaluated. WRPS may also, at its option, permit missing representations or disclosure information to be provided by an Offeror at any time during the pre-award process. In lieu of or in addition to the above and/or when requested by WRPS, Offeror shall provide a certification similar to the following, altered only to reflect the relevant facts: CONFLICT OF INTEREST DISCLOSURE STATEMENT I hereby certify that, to the best of my knowledge and belief, no facts exist relevant to any past, present, or currently planned interest or activity (financial, contractual, personal, organizational, or otherwise) that relate to the proposed work; and bear on whether I and the Offeror have a possible conflict of interest with respect to being able to render impartial, technically sound, and objective assistance or advice, or being given unfair competitive advantage. __________________________________ _____________________Authorized Offeror Representative Date

SOLICITATION NO: 307550

31 of 57

EXHIBIT 5. PAST PERFORMANCE Rev. 0 1/1/03

Please type or print at least two (2) and as many as five (5) references to recently completed or substantially complete contracts with requirements similar to those described within this solicitation.

CLIENT NAME

CONTACT NAME

TELEPHONE NO.

CONTRACT NO. CONTRACT DATE

START DATE

END DATE CONTRACT VALUE

CONTRACT TERMINATED? (Y/N) Explain in attachment

NAME AND ADDRESS OF OFFEROR NAME OF SIGNER

TITLE OF SIGNER

OFFEROR (Signature of person authorized to sign) DATE

SOLICITATION NO: 307550

32 of 57

EXHIBIT 6. PROPOSED LOWER-TIER SUBCONTRACTORS Rev. 2 8/22/2016

Please type or print the names and contact information for all of the lower-tier subcontractors. Use additional sheets if necessary.

LOWER-TIER SUBCONTRACTOR/SUPPLIER

CONTACT NAME

TELEPHONE NO.

DESCRIPTION OF SERVICES TO BE PROVIDED

**APPROXIMATE AWARD AMOUNT

NAME AND ADDRESS OF OFFEROR NAME OF SIGNER

TITLE OF SIGNER

OFFEROR (Signature of person authorized to sign) DATE

** APPROXIMATELY _____% OF TOTAL SUBCONTRACTED AMOUNT TO BE PERFORMED BY LOWER-TIER SUBCONTRACTOR. PERCENTAGE OF LOWER-TIER SUBCONTRACTED WORK SHALL NOT EXCEED 70% OF TOTAL SUBCONTRACT AMOUNT. SUBCONTRACTOR’S ARE REQUIRED TO NOTIFY PROCUREMENT SPECIALIST WHENEVER % OF LOWER-TIER WORK IS ANTICIPATED OR REACHES 70%.

SOLICITATION NO: 307550

33 of 57

EXHIBIT 7. AGREEMENT EXCEPTIONS

NOTICE: Any exceptions to the proposed subcontract terms and conditions must be indicated below. Washington River Protection Solutions, however, reserves the right to disqualify offers which deviate from the Solicitation. If the offeror has no exceptions, please write “None” below.

NAME AND ADDRESS OF OFFEROR NAME OF SIGNER

TITLE OF SIGNER

OFFEROR (Signature of person authorized to sign) DATE

SOLICITATION NO: 307550

34 of 57

EXHIBIT 8. VENDOR ESH&Q QUESTIONNAIRE Subcontractor Name:

Subcontractor Address:

City: State: Zip:

Subcontractor Point of Contact:

Email:

All contractors working on the Hanford Site are expected to safely perform in a quality manner while protecting worker health and the environment. Please answer the following questions about how your company implements ESH&Q.

# Question

1. Does your company have a documented environmental, occupational safety, healthy and quality program that complies with applicable local, state, federal, and DOE regulatory requirements?

Yes: No:

2. Are your employees trained and equipped to perform their assigned work?

Yes: No:

3. Do you have an established orientation program for new hires that includes ESH&Q?

Yes: No:

4. Does your company have policies and procedures in place to eliminate accidents, injuries/illness, and damage to property and equipment?

Yes: No:

5. Are company ESH&Q records adequately and properly maintained?

Yes: No:

6. Are accidents/incidents investigated promptly and reports generated?

Yes: No:

7. If the investigation discovers inadequacies in either the work process or the policies and procedures, are the appropriate processes in place to avert the accident/incident in the future and are personnel provided proper training?

Yes: No:

SOLICITATION NO: 307550

35 of 57

8. Are hazards identified and appropriate measures taken to ensure that personnel and equipment are adequately protected as a result of identified hazards.

Yes: No:

9. Do your employees have the right to report unsafe conditions and to interrupt or stop work without fear of reprisal?

Yes: No:

10.

Is the frequency of ESH&Q meetings with employees scheduled to discuss the work to be performed hazards associated with the work based on the scope of work and commensurate with the work hazards?

Yes: No:

11.

Are ESH&Q inspections/audits conducted to evaluate the effectiveness of your program?

Yes: No:

12.

Does your company have an average Experience Modification Rate (EMR) of 1.0 or less for the previous three years?

Yes: No: What is your EMR?

13.

Does your company have an average Occupational Safety and Health Administration (OSHA) Recordable Case Rate of 3.2 or less for the previous three years?

Yes: No: What is your Recordable Case rate?

14.

Does your company have an average OSHA Lost Workday case rate of 0.64 or less for the previous three years?

Yes: No: What is your OSHA Lost Workday case rate?

15.

Does your construction company have an average OSHA Lost Workday case rate of 3.0 or less for the previous three years?

Yes: No: What is your OSHA Lost Workday case rate?

16.

Does your company have an established, written Hazard Communication Program?

Yes: No:

17.

Does your company have a system within the Hazard Communication Program to maintain Material Safety Data Sheets (MSDS)?

Yes: No:

SOLICITATION NO: 307550

36 of 57

18.

Has your company been cited for a(n) willful violation(s) from any regulatory agency during the previous three years?

Yes: No:

19.

Has your company been fined for Nuclear Regulatory Commission or agreement state non-compliance during the previous three years?

Yes: No:

SOLICITATION NO: 307550

37 of 57

PART C – MODEL SUBCONTRACT

Subcontract No. TBD

Effective Date: TBD

Issued By: Washington River Protection Solutions, LLC P.O. Box 850 Richland, WA 99352

Subcontractor: TBD

This Subcontract is effective as of TBD, between Washington River Protection Solutions (WRPS) and TBD (“SUBCONTRACTOR”) who hereby agree that all Work specified below, which is a portion of the goods and services to be provided by WRPS for the United States Department of Energy, shall be performed by the SUBCONTRACTOR in accordance with all the provisions of the Subcontract.

1. Work to be Performed: Except as specified elsewhere in the Subcontract, SUBCONTRACTOR shall furnish all labor and materials necessary and required to satisfactorily perform: Tank Side Cesium Removal (TSCR) Demonstration Project

2. Period of Performance: The Subcontract period of performance is specified as: TBD 3. Contract Type: Firm Fixed Price 4. Total Value of Subcontract: TBD 5. Compensation: As full consideration for the satisfactory performance by

SUBCONTRACTOR of this Subcontract, WRPS shall pay to SUBCONTRACTOR compensation in accordance with the prices set forth below or in the attached Price Exhibit Summary Pricing Table consistent with the payment provisions of this Subcontract.

Line Description Total 1 Phase 1 – Tank Side Cesium Removal (TSCR) Demonstration Process $ Grand Total $0.00

6. Payment Terms: As stated in Article 3.0 Terms of Payment, of Supplemental Provisions, payment will be made within 30 calendar days after receipt of a properly prepared invoice unless otherwise agreed to between SUBCONTRACTOR and WRPS.

SOLICITATION NO: 307550

38 of 57

7. Authorized Personnel: Only the following named WRPS individuals are authorized to make changes to this document:

Karen Fuentes, Procurement Specialist Alice Hendrickson, Procurement Specialist Michael Voss, Manager, Material Procurement J. M. Legarreta, Manager, Procurement

8. Designation of Technical Representative: WRPS hereby designates the following as the

Buyer's Technical Representative (BTR), for this Subcontract: Name: TBD Phone: (509) - Mail Stop:

9. Quality Assurance Requirements 9.1 QA/Inspection Requirements 9.1.1 Quality Assurance Program Submittal and Pre-Award Survey

(B01) 5/8/07 The Offeror shall submit the quality assurance program manual that addresses the quality assurance programs identified herein. The formal submittal documentation (cover letter) shall identify the specific bid request and project. If the Offeror's manual has been previously approved by the Buyer but is not current, the manual shall be updated and resubmitted to the Buyer with the proposal. If the manual has not changed since its previous approval by the Buyer, a statement to this effect shall be submitted with the proposal. The Buyer shall evaluate the Offeror’s Quality Assurance program prior to contract award. This evaluation may include a survey of quality program implementation at the Offeror’s facilities. If a program change is required, it will be identified to the Offeror prior to contract award. A deficient or inadequate program may be used as the basis to deny award of this contract.

9.1.2 Supplier Quality Program Evaluation

(B04) Rev. 0 02/22/00 The Supplier shall document, implement, and maintain a quality assurance program which is consistent with applicable criteria of ASME NQA-1, edition 2008 and 2009-1a, per WRPS QAR (WRPS Quality Assurance Requirements) 307550. The Supplier’s program is subject to review at all times by the Buyer. The Supplier’s program, written for compliance with a quality assurance program standard other than the one imposed on

SOLICITATION NO: 307550

39 of 57

the Purchase Order/Contract Order, may be acceptable if it complies with the quality assurance program requirements specified. When subcontracting any portion of this Purchase Order/Contract Order, the Supplier is required to invoke the applicable quality assurance program requirements on the subcontractor. The Buyer reserves the right to verify the quality of work at the Supplier’s facility, including any subcontractor’s facility. Access to a subcontractor’s facility shall be requested through the Supplier and verification may be performed jointly with the Supplier. The Supplier shall, during the performance of this Purchase Order/Contract Order, submit proposed changes to the quality assurance program to the Buyer for review prior to implementation.

9.1.3 Certified Quality Program

(B07) Rev. 0 2/15/1996 The Supplier shall maintain the certified quality program (e.g., ASME, ISO, NIST, Federal Regulations specified in the Purchase Order. A copy of the Supplier’s current quality assurance program manual and Authorizing Certificate shall be submitted to the Buyer with the Proposal. The Certificate shall remain current for the duration of the Purchase Order/Contract Order. The Supplier shall notify the Buyer of Certificate cancellation or revocation.

9.1.4 Fabrication/Inspection/Test Plan (Traveler)

(B13) Rev. 1 12/03/02 The Supplier shall prepare a detailed fabrication/inspection/test plan (Traveler) for insertion of Buyer-designated source inspection/witness notification points. Prior to starting work, the plan shall be submitted to the Buyer for review, approval and insertion of Buyer’s designated inspection/witness notification points unless otherwise specified in procurement documents. The plan shall include the following: 1. Traceability to Buyer’s Purchase Order/ Contract Order document number. 2. Description of items to be fabricated/tested/inspected (e.g., components,

subassemblies, assemblies). 3. Sequential fabrication/process steps. 4. Sequential points for inspection and tests to be performed during

fabrication/processing.

SOLICITATION NO: 307550

40 of 57

5. Method/procedure to be used for performance of inspection/test/fabrication, including:

a. Each characteristic or attribute to be evaluated, b. The report form to be utilized, c. Specific Codes/Standard requirements as specified by procurement

documents i.e., ASME, ASTM, ANSI, etc., and d. Sampling plans for final characteristics (e.g., AQL, lot size, inspection

level), where applicable. Subsequent revisions/modifications to the fabrication/inspection/test plan document require review and approval by the Buyer prior to implementation of the change. When subcontracting any portion of this Purchase Order/Contract Order, the Supplier is required to invoke the applicable quality assurance program requirements on the subcontractor.

9.1.5 Supplier Use of Commercial Off the Shelf (COTS) Software (B15) Rev. 0 02/02/07

The Supplier shall submit the following documentation for all engineering analysis/design, data analysis/reduction, and engineering/environmental modeling commercial-off-the-shelf (COTS) software1 (application) used in the performance of work listed in the. Procurement documents. 1. Description of the COTS software, including:

a. Manufacture' s name and address, b. COTS application's title and version identifier c. Operating system and hardware platform that will be used, d. Manufacture's Technical Specifications or other published

description of the COTS application's theoretical basis of operation conceptual/mathematical models.

2. Standard data set(s) used to verify operation of the COTS application. a. Data sets shall cover each function or mode of operation

which will be used during the performance of the work listed in the procurement documents

b. When the COTS application’s range of operation cannot be verified by a single data set, the Supplier shall submit, as a minimum, data sets covering the upper and lower thirds of its range.

SOLICITATION NO: 307550

41 of 57

3. The results expected from standard data set(s) including the basis for accepting the standard data expected results, such as:

• Comparison with hand calculations, • Comparison with calculations using comparable proven problems, • Comparison with information from published data, • Comparisons with other validated computer programs, or • Comparisons with experiments and tests.

4. The output generated by the COTS application using the standard data set(s).

This output shall include a statement warranting that the output accurately reflects the use of the standard data set(s) with the COTS application. The statement shall be on the Supplier's letterhead and signed, with printed name, by an authorized agent of the Supplier.

When required by the procurement documents verification of the COTS application operation using the submitted standard data set(s) shall be witnessed a Buyer's representative. One copy of the documentation, unless otherwise specified, shall be submitted for review and approval. 1COTS software refers to an existing application which will be implemented on a

standard operating system without the need for modification of its executable/object code.

9.1.6 Source Inspection

(B16) Rev. 0 02/22/00 All items are subject to inspection at the Supplier’s facility or Supplier’s subcontractor’s facility by a Buyer’s quality representative. Supplier shall notify Buyer at least 5 working days in advance of the time items will reach any inspection hold point established by the Buyer in the procurement package.

9.1.7 Certified Electrical Inspector (Non-NEC IAEI) (B17) Rev. 0 02/2/07 Supplier personnel performing electrical inspections/tests shall be certified in accordance with the requirements specified in NQA-1 or another recognized national code or standard. Such codes or standards shall require the evaluation of the candidate’s

SOLICITATION NO: 307550

42 of 57

education, experience, training, physical requirements and; either test results or capability demonstration. The inspection/test personnel shall be reevaluated & recertified at periodic intervals not to exceed 3 years. The following documentation shall be submitted prior to the start of fabrication: 1. Current electrical inspection certificates. 2. Evidence inspector has performed an electrical inspection within the past year,

e.g. Past inspection reports or an affidavit by the supplier’s quality representative whom is not the same person as the inspector.

3. A current visual acuity examination. This exam must be performed annually. Approval shall be obtained from the Buyer prior to start of fabrication.

9.1.8 Supplier Use of Spreadsheet Calculations Using Commercial-Off-The-Shelf Software

(B18) Rev 0 02/2/07

The Supplier shall submit the following documentation for all spreadsheets used to perform mathematical calculations in the performance of work listed in the procurement documents.

1. Description of the commercial-off-the-shelf (COTS) software application used to

develop/run the spreadsheet, including:

a. Manufacture’s name and address, b. COTS spreadsheet application’s title and version identifier c. Operating system and hardware platform that will be used,

2. An electronic copy of the spreadsheet(s).

3. Description of the calculations, mathematical formulas, and embedded data used in the spreadsheet(s).

4. Standard data set(s) used to verify operation of the spreadsheet application. a. Data sets shall cover each calculation/function which will be used during

the performance of the work listed in the procurement documents.

b. When the spreadsheet’s range of calculations cannot be verified by a single data set, the Supplier shall submit, as a minimum, data sets covering

SOLICITATION NO: 307550

43 of 57

the upper and lower thirds of its range.

5. The results expected from the standard data set(s), including the basis for accepting the standard data expected results , such as:

a. Comparison with hand calculations, b. Comparison with calculations using comparable proven problems, c. Comparison with information from published data.

6. The output generated by the spreadsheet using the standard data set(s). This

output shall include a statement warranting that the output accurately reflects the use of the standard data set(s) with the spreadsheet. The statement shall be on the Supplier’s letterhead and signed, with printed name, by an authorized agent of the Supplier.

One copy of the documentation, unless otherwise specified, shall be submitted for review and approval.

9.1.9 Nonconformance Documentation and Reporting

(B22) 02/23/2010 All nonconformances identified at the Supplier's facility with a proposed disposition of "Accept" or "Repair" shall be approved by the Buyer before any corrective action is taken by the Supplier on the nonconformance.

Accept: A disposition that a nonconforming item will satisfactorily perform its intended function without repair or rework.

Repair: A disposition requiring the processing of a nonconforming item so that its

characteristics meet the requirements listed in the disposition statement of the nonconformance report.

A Supplier Nonconformance exists when; (1) A Purchaser’s technical or material requirement, or a requirement in a Purchaser

approved Supplier document is violated; and

(2) The nonconformance cannot be corrected by continuation of the original manufacturing process or by rework; or

(3) The item does not conform to the original requirement but can be restored to a condition such that the capability of the item to function is unimpaired.

SOLICITATION NO: 307550

44 of 57

Nonconformances shall be documented by the Supplier on the Supplier's nonconformance form. After documenting the nonconformance, disposition and technical justification, the form shall be forwarded to the Buyer. After the recommended disposition has been evaluated by the Buyer, the form shall be returned to the Supplier with a disposition of approval or rejection. The Supplier may take corrective action on the nonconformance only after the form is approved. The Supplier's nonconformance form shall be shipped with the affected item.

9.1.10 Certified Weld Inspector (CWI) (B25) Rev. 0 02/9/00 Supplier personnel performing weld inspections shall be certified as a Certified Weld Inspector (CWI) in accordance with the requirements specified in AWS QC-1. The following documentation shall be submitted prior to the start of fabrication: 1. Current AWS CWI certificates. 2. Current and valid visual acuity examination. The examination must be performed

annually. 3. Visual weld inspection procedures. Approval shall be obtained from the Buyer prior to start of fabrication.

9.1.11 Welding Procedures and Qualifications (B28) Rev. 1 12/03/02 Welding procedures and personnel shall be qualified in accordance with the applicable AWS or ASME specifications as specified in the Purchase Order/Contract order. The Supplier shall submit copies of all welding procedures, Procedure Qualification Records, and Welder Qualification Records to be employed in the performance of this Purchase Order/Contract Order. Buyer approval is required prior to the start of fabrication. Changes and revisions to welding documentation shall be submitted to the Buyer for review and approval prior to use. When subcontracting any portion of this Purchase Order/Contract Order, the Supplier is required to invoke the applicable quality assurance program requirements on the subcontractor.

SOLICITATION NO: 307550

45 of 57

9.1.12 Nondestructive Examination Process

(B31) Rev. 4 01/31/2013 Nondestructive examination (NDE) personnel shall be qualified and certified in accordance with the recommended guidelines of the American Society of Nondestructive Testing's (ASNT) ANSI/ASNT CP-189 or ASNT SNT-TC-1A, unless otherwise specified in the ordering data. The Supplier is not authorized to begin fabrication until the following documentation has been reviewed and approved by the Buyer: a. NDE qualification and certification procedures b. Personnel Level I, II, and III qualifications and certifications which include

objective evidence of NDE training, formal education, examinations, experience, date of hire, and current eye examination

c. NDE method/examination procedures that are in accordance with the applicable codes/standards specified in procurement documents.

All NDE reports and radiographs shall be traceable to the item examined, include all essential examination parameters, and signed and dated by the NDE examiner. All NDE reports and radiographs shall accompany or precede shipment of material. Radiographs, and radiographic technique and examination reports shall be subject to approval by the Buyer prior to shipment of completed items. When subcontracting any portion of this Purchase Order/Contract Order, the Supplier is required to invoke the applicable quality assurance program requirements on the subcontractor.

9.1.13 Identification of Items with Product Data Sheet (B33) Rev. 1 10/20/2003 The supplier shall submit a legible copy of the product data sheet (e.g., drawing, catalog page, brochure) that provides adequate information to enable the Buyer to verify the form and function of the article procured. One copy of the documentation, unless otherwise specified, shall accompany the applicable item(s) shipped.

9.1.14 Identification and Traceability of Items (B37) Rev. 0 02/22/00 All items shall be identified with the part, heat, batch, or serial number and the Purchase Order and line item number. Identification shall be on the item or the package containing

SOLICITATION NO: 307550

46 of 57

the item. Where identification is on the item, such markings shall not impair the service of the item or violate dimensional, chemical, or physical requirements.

9.1.15 Identification of Age Control Items (B43) Rev. 0 02/22/00 The Supplier shall identify each item, assembly, package, container, or material, having limited shelf life, with the cure date or date of manufacture and the expiration date. The Supplier shall specify any storage temperatures, humidity and environmental conditions which should be maintained. Material shall NOT be furnished having less than 75 percent of total shelf life available at time of shipment.

9.1.16 Liquid Penetrant Material Certification (B46) Rev. 0 02/22/00 A certification of contaminant content shall be furnished for each batch number of penetrant, cleaner, developer, and emulsifier provided. The certification shall include the test results which meet the requirements of ASME Section V, Article 6, and the latest mandatory addenda or Purchase Order/Contract Order specified addenda. All materials and reports are subject to review and acceptance by the Buyer.

9.1.17 Certified Material Test Report (B49) Rev. 2 03/17/06 The Certified Material Test Report (CMTR) shall include actual results of all chemical analysis, tests, examinations, and treatments required by the material specification and this Purchase Order/Contract order. The CMTR shall be legible, reference applicable specification number and year of edition, and be traceable to the material furnished by heat or lot number. All reports are subject to review and acceptance by the Buyer. One copy of the documentation, unless otherwise specified, shall accompany the applicable item(s) shipped.

9.1.18 Inspection and Test Report

(B52) Rev. 0 02/22/00 The Supplier shall submit legible, reproducible copies of Inspection/Test Reports. The report(s) shall include the following: 1. Identification of the applicable inspection and/or test procedure utilized.

SOLICITATION NO: 307550

47 of 57

2. Resulting data for all characteristics evaluated, as required by the governing inspection/test procedure.

3. Traceability to the item inspected/tested, (i.e., serial number, part number, lot number, etc.).

4. Signature of the Supplier’s authorized representative or agency which performed the inspections/tests.

One copy of the documentation, unless otherwise specified, shall accompany the applicable item(s) shipped.

9.1.19 Calibration Report (B58) Rev. 0 02/9/00 Certification stating the equipment furnished to the Purchase Order/Contract Order requirements has been calibrated utilizing standards whose calibration is traceable to the National Institute of Standards and Technology or other documented evidence must be submitted stating the basis of the calibration. In addition, the Supplier shall submit a report of actual calibration results. The report shall be identifiable to the acceptance criteria of the items submitted and shall meet Purchase Order/Contract Order requirements. The report shall contain the signature of the authorized representative of the agency verifying compliance. One copy of the documentation, unless otherwise specified, shall accompany the applicable item(s) shipped.

9.1.20 Certification of Calibration (B61) Rev. 0 02/22/00 The Supplier shall submit legible, reproducible copies of Certificates of Calibration, which are traceable to the National Institute of Standards and Technology, for each article ordered. Each certificate shall be identified with: 1. The Buyer’s Purchase Order/Contract Order number. 2. Identification of the article to which the certificate applies. 3. The standards used for calibration. Each calibration certificate shall be signed by

the Supplier’s representative that is responsible for the calibration to attest to its authenticity.

One copy of the documentation, unless otherwise specified, shall accompany the applicable item(s) shipped.

SOLICITATION NO: 307550

48 of 57

9.1.21 Nationally Recognized Testing Laboratory (NRTL) Listed or Labeled Components In a System (B66) Rev 0 8/30/10 All electrical control panels and electrical equipment (a general term including material, fittings, devices, appliances, luminaries [fixtures], apparatus, and the like used as a part of, or in connection with, an electrical installation) delivered or brought onto the site, in performance of this contract, must be listed or labeled by an organization currently recognized by OSHA as a Nationally Recognized Testing Laboratory (NRTL). The supplier of a system which has electrical components shall, as a minimum, supply the buyer with a list of the components which includes the manufacturer and the NRTL which certified the component. The list should include the following:

Component Quantity Manufacturer NRTL 1. 2. 3. Etc…

The list shall be signed and dated by the person doing the verification.

9.1.22 Supplier Furnished Items (B70) Rev. 0 02/22/00 Suppliers shall obtain the items on this Purchase Order/Contract Order directly from the original manufacturer. The supplier shall provide legible and reproducible documentation, with the delivery, that provides objective evidence that the items were provided by the original manufacturer. These may include the Purchase Order/Contract Order to the original manufacturer, shipping documentation, or manufacturer invoice; each of which identify the items obtained from the original manufacturer. One copy of the documentation, unless otherwise specified, shall accompany the applicable item(s) shipped.

SOLICITATION NO: 307550

49 of 57

9.1.23 Control of Graded Fasteners

(B73) 01/12/2010 The provisions stated below are the minimum Department of Energy requirements for high strength graded fasteners produced in compliance with national consensus standards (e.g., SAE, ASTM, ASME). 1. Fasteners shall exhibit grade marks and manufacturer's identification symbols

(headmarks) as required in the specifications referenced in the Purchase Order/Contract Order.

2. Any fasteners supplied with headmarks matching those displayed on the attached Suspect/Counterfeit Fastener Headmark list, or facsimiles thereof, shall be deemed to be unacceptable under the terms of this Purchase Order/Contract Order. Suspect Bolt Head Marking Card Suspect Stainless Steel Fastener Headmark List

3. When requested by the Buyer, the Supplier shall provide a legible and reproducible copy of the manufacturer's Certified Material Test Reports (CMTR). These CMTRs shall report the values of the actual chemical and physical tests performed on the represented fastener lot/material heat. Fastener packaging/labeling shall be traceable by lot number or other positive means to the CMTRs.

4. Fasteners shall be inspected to verify compliance with the Purchase Order/Contract Order requirements. Additionally, fasteners may also be subjected to destructive testing.

5. When requested by the Buyer, the Supplier shall provide a Certificate of Conformance which must certify conformance and traceability of supplied materials to the subject Purchase Order/Contract Order. The document must be legible and reproducible.

9.1.24 Procurement of Potentially Suspect or Counterfeit Items

(B76) Rev. 3 10/14/2013 Notwithstanding any other provisions of this agreement, the Supplier warrants that all items provided to the Contractor shall be genuine, new and unused unless otherwise specified in writing by the Contractor. Supplier further warrants that all items used by the Supplier during the performance of work for the Hanford Site, include all genuine, original, and new components, or are otherwise suitable for the intended purpose.

SOLICITATION NO: 307550

50 of 57

Furthermore, the Supplier shall indemnify the Contractor, its agents, and third parties for any financial loss, injury, or property damage resulting directly or indirectly from material, components, or parts that are not genuine, original, and unused, or not otherwise suitable for the intended purpose. This includes, but is not limited to, materials that are defective, suspect, or counterfeit; materials that have been provided under false pretenses; and materials or items that are materially altered, damaged, deteriorated, degraded, or result in product failure. Types of material, parts, and components known to have been misrepresented include (but are not limited to) fasteners; hoisting, shackles, turnbuckles, cable clamps, wire rope, rigging, and lifting equipment; cranes; hoists; valves; pipe and fittings; electrical equipment and devices; plate, bar, shapes, channel members, and other heat treated materials and structural items; welding rod and electrodes; and computer memory modules. The Supplier's warranty also extends to labels and/or trademarks or logos affixed, or designed to be affixed, to items supplied or delivered to the Contractor. In addition, because falsification of information or documentation may constitute criminal conduct, the Contractor may reject and retain such information or items, at no cost, and identify, segregate, and report such information or activities to cognizant Department of Energy officials. Supplier shall provide a written statement that all items furnished under this Purchase Order/Contract Order are genuine (i.e., not counterfeit) and match the quality, test reports, markings and/or fitness for use required by the Purchase Order/Contract Order. The statement shall be on supplier letterhead and signed by an authorized agent of the supplier. Any materials furnished as part of this Purchase Order/Contract Order which have been previously found to be suspect/counterfeit by the Department of Energy shall not be accepted. For further information on suspect/counterfeit items, reference the Department of Energy (DOE) Guidance at: http://energy.gov/ehss/policy-guidance-reports/databases/suspectcounterfeit-and-defective-items. Additional information may also be found by referring to: Managing Suspect and Counterfeit Items (SCI) in the Nuclear Industry; International Atomic Energy Agency Guide IAEA-TECDOC-1169.

9.1.25 Certificate of Conformance

(B79) Rev. 5 09/21/2016 The Supplier shall provide a legible/reproducible Certification of Conformance. Supplier’s authorized representative responsible for quality shall sign the Certification of Conformance.

SOLICITATION NO: 307550

51 of 57

This Certification of Conformance shall, as a minimum: 1. Identify the appropriate Purchase Order/Contract Order number under which the

material, equipment, item or service is being supplied.

2. Each Order/shipment shall include a C of C unique to that shipment.

3. The quantity of each Line Item shipped shall be identified on the C of C.

4. The COC shall identify the specific procurement requirements to be met by the purchased item or service. The procurement requirements identified shall include any approved changes, waivers, or deviations applicable to the item or service.

5. The COC shall also identify any procurement document requirements that have not been met, together with an explanation and the means for resolving the nonconformances.

6. The COC shall be signed or otherwise authenticated by a supplier’s representative. For OCRWM-related and Quality Level 1 & 2 items and services; the person signing the COC shall be the one who is responsible for this QA function and whose responsibilities and position are described in the supplier’s QA program.

One copy of the documentation, unless otherwise specified, shall accompany the applicable item shipped. For subsequent shipments on this Purchase Order/Contract order, reference may be made to documentation provided with earlier shipments, instead of duplicating such documentation.

9.1.26 Recommended Spare Parts Listing (B82) Rev. 0 02/22/00

The Supplier shall submit, with or prior to item shipment, a recommended spare parts list. The list shall provide the name and address of the original supplier of the replacement part, and the part’s drawings, specification, or catalog identity including applicable change or revision information.

SOLICITATION NO: 307550

52 of 57

10. Special Provisions

10.1 Price-Anderson Amendments Act (PAAA) The subcontractor shall comply with Article 2.11 entitled, Price-Anderson Amendments Act (PAAA), contained in the General Provisions and shall have a process in place to ensure that compliance with the applicable Nuclear Safety Rules.

10.2 Negotiated Exceptions to General Provisions

The following exceptions/changes to the General Provisions or Supplemental Provisions are agreed to and incorporated into the Subcontract: TBD if any

10.3 Option to Extend the Term of the Subcontract

This Subcontract includes the option(s) to extend the term identified herein. The total period of performance of the Subcontract includes the base period plus the optional period(s) exercised by WRPS. WRPS will exercise the option(s) by providing written notice to the SUBCONTRACTOR prior to expiration of the current effective period. Option 1 – September 30, 2020

10.4 Subcontracting Plan

The SUBCONTRACTOR's Subcontracting Plan dated TBD is hereby incorporated into and made a part of this Subcontract. Failure of the SUBCONTRACTOR to comply in good faith with the WRPS approved Subcontracting Plan shall be considered a breach of this Subcontract and shall be a basis for terminating this Subcontract. During the period of performance of this Subcontract, the SUBCONTRACTOR shall submit the Individual Subcontracting Report (ISR) and/or the Summary Subcontract Report (SSR), in accordance with FAR 52.219-9 of this Subcontract using the Electronic Subcontracting Reporting System (eSRS) at http://www.esrs.gov . Subcontractor ISR/SSR in eSRS shall be submitted to the attention of Haley Taylor, WRPS Small Business Program Manager, at [email protected].

10.5 Service Contract Act Wage Determination This Contract is subject to the McNamara-O’Hara Service Contract Act of 1965 (SCA). In accordance with the SCA, the SUBCONTRACTOR shall pay service employees, employed in the performance of this Subcontract, no less than the minimum wage and furnish fringe benefits in accordance with the incorporated Wage Determination.

SOLICITATION NO: 307550

53 of 57

The applicable Wage Determination for this Subcontract can be found in the List of Subcontract Attachments section. During the term of this Subcontract, WRPS may unilaterally modify this Subcontract to incorporate revised Wage Determinations. If a Wage Determination (or revision) is incorporated after award and the contractor has to adjust rates payable to employees covered by the SCA in order to comply with the specified minimum wages and fringe benefits, the contractor may request an equitable adjustment in accordance with the provisions of this Subcontract.

10.6 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (FAR 52.222-43, May 2014)

a) This clause applies to both Subcontracts subject to area prevailing wage

determinations and Subcontracts subject to collective bargaining agreements.

b) The SUBCONTRACTOR warrants that the prices in this Subcontract do not include any allowance for any contingency to cover increased costs for which adjustment is provided under this clause.

c) The wage determination, issued under the Service Contract Act of 1965, as

amended, (41 U.S.C. 351, et seq.), by the Administrator, Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, current on the anniversary date of a multiple year Subcontract or the beginning of each renewal option period, shall apply to this Subcontract. If no such determination has been made applicable to this Subcontract, then the Federal minimum wage as established by section 6(a)(1) of the Fair Labor Standards Act of 1938, as amended, (29 U.S.C. 206) current on the anniversary date of a multiple year Subcontract or the beginning of each renewal option period, shall apply to this Subcontract.

d) The Subcontract price, Subcontract unit price labor rates, or fixed hourly labor

rates will be adjusted to reflect the SUBCONTRACTOR’s actual increase or decrease in applicable wages and fringe benefits to the extent that the increase is made to comply with or the decrease is voluntarily made by the SUBCONTRACTOR as a result of:

1) The Department of Labor wage determination applicable on the

anniversary date of the multiple year Subcontract, or at the beginning of the renewal option period. For example, the prior year wage determination required a minimum wage rate of $4.00 per hour. The SUBCONTRACTOR chose to pay $4.10. The new wage determination increases the minimum rate to $4.50 per hour. Even if the SUBCONTRACTOR voluntarily increases the rate to $4.75 per hour, the allowable price adjustment is $.40 per hour;

SOLICITATION NO: 307550

54 of 57

2) An increased or decreased wage determination otherwise applied to the Subcontract by operation of law; or

3) An amendment to the Fair Labor Standards Act of 1938 that is enacted

after award of this Subcontract, affects the minimum wage, and becomes applicable to this Subcontract under law.

e) Any adjustment will be limited to increases or decreases in wages and fringe

benefits as described in paragraph (d) of this clause, and the accompanying increases or decreases in social security and unemployment taxes and workers' compensation insurance, but shall not otherwise include any amount for general and administrative costs, overhead, or profit.

f) The SUBCONTRACTOR shall notify WRPS of any increase claimed under this clause within 30 days after receiving a new wage determination unless this notification period is extended in writing by WRPS. The SUBCONTRACTOR shall promptly notify WRPS of any decrease under this clause, but nothing in the clause shall preclude the Government from asserting a claim within the period permitted by law. The notice shall contain a statement of the amount claimed and the change in fixed hourly rates (if this is a time-and-materials or labor-hour contract), and any relevant supporting data, including payroll records, which WRPS may reasonably require. Upon agreement of the parties, the Subcontract price, Subcontract unit price labor rates, or fixed hourly rates shall be modified in writing. The SUBCONTRACTOR shall continue performance pending agreement on or determination of any such adjustment and its effective date.

g) WRPS or an authorized representative shall have access to and the right to

examine any directly pertinent books, documents, papers and records of the SUBCONTRACTOR until the expiration of 3 years after final payment under the Subcontract.

10.7 Document Transmittals – Master Submittal Register (MSR)

The SUBCONTRACTOR shall utilize the BUYER’s document transmittal system for the exchange of data and information during the performance of Work under this Subcontract. Submittals indicated herein are documents that must be received and/or approved by BUYER prior to final acceptance of the work. Master Submittal Register (MSR) Form A-6005-317 is included as an attachment to the Subcontract and identifies the required SUBCONTRACTOR submittals. SUBCONTRACTOR information shall be transmitted using TOC Incoming Letter of Transmittal (form A-6005-315) to the address indicated therein.

SOLICITATION NO: 307550

55 of 57

Submittals may be transmitted electronically to [email protected] or a BUYER designated File Transfer Protocol (FTP) site. For electronic transmittals, all transmittal subject headings shall contain, at a minimum, the subcontract number, submittal number, and submittal description. Document submissions shall not include password protected files.

10.8 Contractor Employee Whistleblower Rights and Requirement To Inform

Employees of Whistleblower Rights (FAR 52.203-17)

(a) This contract and employees working on this contract will be subject to the whistleblower rights and remedies in the pilot program on Contractor employee whistleblower protections established at 41 U.S.C. 4712 by section 828 of the National Defense Authorization Act for Fiscal Year 2013 (Pub. L. 112-239) and FAR 3.908.

(b) The Subcontractor shall inform its employees in writing, the predominant language of the workforce, of employee whistleblower rights and protections under 41 U.S.C. 4712, as described in section 3.908 of the Federal Acquisition Regulation.

(c) The Subcontractor shall insert the substance of this clause, including this

paragraph (c), in all subcontracts over the simplified acquisition threshold.

10.9 Conditions and Risks of Work

The SUBCONTRACTOR represents that it has carefully examined the drawings and specifications for the Work and has fully acquainted itself with all other conditions relevant to the Work and the SUBCONTRACTOR assumes the risk of such conditions and will, regardless of such conditions, the expense, difficulty of performing the Work, or negligence, if any, of the BUYER, fully complete the Work for the stated Subcontract price without further recourse to the BUYER.

11. List of Subcontract Attachments

The following attachments are hereby incorporated into and made a part of this Subcontract. They shall have the same force and effect as if written into the body of the Subcontract. SUBCONTRACTOR is responsible for downloading and complying with the applicable revision as identified below.

SOLICITATION NO: 307550

56 of 57

A hyperlink is provided for downloading the referenced General Provisions, Supplemental Provisions, On-Site Work Provisions and Preliminary Hazard Analysis:

http://www.hanford.gov/tocpmm/page.cfm?page=11

Attachment No. Title Revision Date 1 Statement of Work - 307550 0 01/08/18 2 Preliminary Hazard Analysis PHA #32 10/01/14 3 General Provisions 7 11/01/16 4 Supplemental Provisions Firm Fixed

Price (FFP) Contract Type 5 11/01/16

5 On-Site Supplemental Work Provisions 3 08/09/16 6 Draft RPP-SPEC-61910 – Specification

for the Tank Side Cesium Removal Demonstration Project (Project TD101)

C

01/16/18

7 Quality Assurance Requirements (QAR) – 307550 000 01/08/18

8 Service Contract Act Wage Determination WD 05-2569 19 12-29-15

9 Master Submittal Register (MSR) 0 01/08/18 10 TOC Incoming Letter of Transmittal 11 TOC Request For Information

SOLICITATION NO: 307550

57 of 57

The SUBCONTRACTOR shall acknowledge this document, as provided herein, regardless of dollar value, by signing below and returning a signed copy of this Subcontract. This signature represents certification that all submissions (including electronic) associated with this Subcontract award are accurate, current, and complete.

Authorizing Signatures:

Subcontractor Washington River Protection Solutions, LLC

________________________________ ________________________________

Name Date Karen Fuentes Date Title Procurement Specialist Phone: ( ) - Phone: (509) 372-3909