task order 2 end states cleanup work - energy.gov · task order 2 – end states ... by reference,...

16
CENTRAL PLATEAU CLEANUP CONTRACT REVISED DRAFT RFP SOLICITATION NO. 89303318REM000008 i Task Order 2 – End States Cleanup Work

Upload: others

Post on 25-May-2020

12 views

Category:

Documents


0 download

TRANSCRIPT

CENTRAL PLATEAU CLEANUP CONTRACT – REVISED DRAFT RFP SOLICITATION NO. 89303318REM000008

i

Task Order 2 – End States Cleanup Work

CENTRAL PLATEAU CLEANUP CONTRACT – REVISED DRAFT RFP SOLICITATION NO. 89303318REM000008

ii

This page intentionally left blank.

CENTRAL PLATEAU CLEANUP CONTRACT – REVISED DRAFT RFP SOLICITATION NO. 89303318REM000008

iii

Table of Contents

SECTION A – SOLICITATION/CONTRACT FORM ...............................................................

SECTION B – SUPPLIES OR SERVICES AND PRICES/COSTS .......................................... 1

SECTION C – PERFORMANCE WORK STATEMENT ......................................................... 2

SECTION D – PACKAGING AND MARKING......................................................................... 9

SECTION E – INSPECTION AND ACCEPTANCE ................................................................. 9

SECTION F – DELIVERIES OR PERFORMANCE ................................................................. 9

SECTION G – CONTRACT ADMINISTRATION DATA ....................................................... 9

SECTION H – SPECIAL CONTRACT REQUIREMENTS ................................................... 10

SECTION I – CONTRACT CLAUSES ..................................................................................... 10

SECTION J – LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS ...... 10

CENTRAL PLATEAU CLEANUP CONTRACT – REVISED DRAFT RFP SOLICITATION NO. 89303318REM000008

iv

This page intentionally left blank.

CENTRAL PLATEAU CLEANUP CONTRACT – REVISED DRAFT RFP SOLICITATION NO. 89303318REM000008

1

Section B - Supplies or Services and Prices/Costs

This task order work shall be performed under Contract Line Item Number (CLIN) 00001 of the Hanford

Central Plateau Cleanup Contract (CPCC) Master Indefinite Delivery/Indefinite Quantity (IDIQ) Contract

(herein referred to as the Master IDIQ Contract). Section B of the Master IDIQ Contract is incorporated

by reference, as applicable, and is revised for purposes of this task order with the information below

specifically identified for this task.

B.1 DOE-B-2012 Supplies/Services Being Procured/Delivery Requirements (Oct 2014)

The Contractor shall furnish all personnel, facilities, equipment, material, supplies, and services

(except as may be expressly set forth in this task order as furnished by the Government) and otherwise do

all things necessary for, or incident to, the performance of work as described in Section C, Performance

Work Statement (PWS) under this task order.

B.2 DOE-B-2003 Cost-Plus-Incentive-Fee Task Order: Total Estimated Cost and Incentive Fee

(OCT 2014)

(a) This is a Cost-Plus-Incentive-Fee task order. In accordance with the clause at FAR 52.216-10,

Incentive Fee, the target cost, target fee, maximum and minimum fees, and the target fee increase

and decrease ratios for this contract are shown in Table B-1.

Table B-1. Target Cost and Fee Information

Target Cost [$proposed]

Target Fee [$proposed]

Maximum Fee 15%

Minimum Fee 0%

Target Fee Increase Ratio: 30 Cents/Dollar Less Than Target Cost

Target Fee Decrease Ratio: 30 Cents/Dollar More Than Target Cost

(b) The target cost, target fee, minimum and maximum fee, and target fee increase/decrease ratios are

applicable to the following CLIN. The Target Cost includes the estimated cost associated with Usage

Based Services (UBSs) provided by Other Hanford Contractors (OHCs), which is non-fee bearing.

(c) The task order CLIN structure is shown in Table B-2.

Table B-2. Task Order CLIN Structure

CLIN CLIN Title

CLIN

Type

Estimated

Target Cost Target Fee Total

00001 End States Cleanup Work CPIF [$proposed] [$proposed] [$proposed]

Total [$Proposed] [$Proposed] [$Proposed] CLIN = Contract Line Item Number CPIF = Cost Plus Incentive Fee

(d) CLIN 00001 – End States Cleanup Work:

CENTRAL PLATEAU CLEANUP CONTRACT – REVISED DRAFT RFP SOLICITATION NO. 89303318REM000008

2

This CLIN includes the estimated target cost and fee associated with performing the End States

identified within the task order PWS.

This CLIN also includes UBSs provided by Other Hanford Contractors (OHCs), which includes the

estimated costs (no fee) associated with reimbursing OHCs for services provided to CPCC listed

within the Master IDIQ contract Section J, Attachment J-3, Hanford Site Services and Interface

Requirements Matrix.

The estimated costs within this CLIN does not include general administration and management cost

for Core Functions associated with administering this CLIN. The estimated costs for Core Functions

to perform the general administration and management of this CLIN is included within Task Order 3

– Core Functions.

(e) Payment of target fee shall be made in accordance with the clause 52.216-10, Incentive Fee, and the

Payments clauses in the Master IDIQ Contract applicable to this task order.

The final fee calculation includes a reconciliation of the actual UBSs provided by OHCs at the end of

the task order for CLIN 00001, End States Cleanup Work. If there are any differences between the

actual UBS costs in relation to the UBS negotiated cost, an adjustment will be made to the target fee

to reflect the change to services utilized.

B.3 DOE-B-2013 Obligation of Funds (Oct 2014)

(a) Pursuant to the clause of this Contract in FAR 52.232-22, Limitation of Funds, total funds in the

amount(s) specified below are obligated for the payment of allowable costs and fee. It is estimated

that this amount is sufficient to cover performance through the date(s) shown below.

(b) TBD at task order award.

Section C - Performance Work Statement

C.1 Task Order Purpose and Overview

This is the sample task to be performed for the U.S. Department of Energy (DOE) Richland Operations

Office (RL) Central Plateau Cleanup, located on the Hanford Site north of Richland, Washington.

The purpose of this task order is to describe the end states-related cleanup work scope to be performed

during the period of performance identified in this task order.

C.2 Scope of Work

Table C-1. Listing of Task-Specific Scope

Task Order 2: End States Cleanup Work

Subtask

# Subtask Title

Related Master

IDIQ PWS

Section CWBS Reference

1 Continuation of the characterization and

deactivation of the 105-KW Basin in the 100-K

Area

C.2.2 RL-0041.02;

RL-0041.02.23.21

2 Continued D4 of the 100-K structures and the

remediation of the 100-K soil waste sites

C.2.2 RL-0041.02;

RL-0041.02.23.21

CENTRAL PLATEAU CLEANUP CONTRACT – REVISED DRAFT RFP SOLICITATION NO. 89303318REM000008

3

Table C-1. Listing of Task-Specific Scope

3 Initiate and complete the remote excavation of the

highly contaminated portion of the 300-296 waste

site under the 324 Building in the 300 Area

C.2.3 RL-0041.02.25.21

4 Strategy to Accelerate Completion of Groundwater

Remediation in the River Corridor Groundwater

Operable Units

C.3.2 RL-0030 and all

associated sub-elements

5 Obtain Decision Documents for the River Corridor

operable units

C.5.5 RL-0041.02;

RL-0030.11 and all

associated sub-

elements;

RL-0030.12 and all

associated sub-

elements;

RL-0030.10 and all

associate sub-elements

CWBS = Contract Work Breakdown Structure

D4 = Deactivation, Decontamination,

Decommission, and Demolition

IDIQ = Indefinite Delivery/Indefinite Quantity

N/A = Not Applicable

OHC = Other Hanford Contractor

UBS = Usage-Based Service

Task: End States Cleanup Work Scope

The following elements of the task order (Subtasks 1 through 5) contain work scope that shall be

performed by the Contractor during this task order’s Period of Performance.

Authorized Disposition Activities

In performing the subtasks 1, 2, and 3 associated with this task order, the Contractor shall adhere to the

following associated authorized disposition activities associated with these subtasks, which are described

below:

The Contractor shall prepare and submit all Operable Unit (OU) regulatory and other documentation

required to cleanup, closeout, and support transition of the associated Implementation Area (IA) to Long-

Term Stewardship (LTS).

In addition, the Contractor shall:

Keep up to date all Remedial Action Work Plans (RAWP), Remedial Design/RAWPs, air monitoring

plans, closure plans, and any other required regulatory documentation and submit revisions for

approval by DOE-RL and its regulators.

Remove Underground Injection Control (UIC) units associated with or in the vicinity of facilities,

document closure, and submit in accordance with WAC 173-218, Underground Injection Control

Program. Formally submit closure documentation to DOE-RL.

Complete disposition of all mobile offices from within the IA.

CENTRAL PLATEAU CLEANUP CONTRACT – REVISED DRAFT RFP SOLICITATION NO. 89303318REM000008

4

Complete miscellaneous restoration, which includes removal of all aboveground utility structures and

components no longer in use, removal of all surplus conex boxes, fencing and debris, restoration of

the landscape through backfill and grading to match the natural contours of the area, restoration of

positive drainage, and re-establishment of native vegetation.

Prepare documentation and otherwise support DOE in obtaining a Certificate of Completion upon

satisfactory completion of the remedial action phase for a given OU. At the discretion of the lead

regulatory agency, a certificate shall be issued for completion of the remedial action phase for an OU

in accordance with Section 7.3.10 of the TPA.

Project Management and Support

The Contractor shall include the project management support work scope activities (these activities are

additional to those in Task Order 3 – Core Functions. Costs in this task order shall follow offeror’s

management plan and are not duplicate costs in Task Order 3) for each of the cleanup work-related

subtasks in this task order including additional project management staff, safety basis, infrastructure, and

equipment required to support the safe and orderly performance of work scope.

Integration with Safe and Compliant Base Operations

In the performance of the subtasks associated with this task order, the Contractor shall perform the

activities necessary to manage the integration of this scope with the scope for performing Safe and

Compliant Base Operations.

Usage-Based Services (UBS) from Other Hanford Contractors (OHCs) and Non-Fee Bearing costs

The Contractor shall include the estimated costs (no fee) associated with reimbursing OHCs for services

provided to CPCC listed within Section J, Attachment J-3, Hanford Site Services and Interface

Requirements Matrix. These costs shall be included in each subtasks below (showing quantity and costs),

but not included in the targeted fee calculation. All of the UBSs from OHCs and non-fee bearing costs

will be identified in the proposal and offeror shall provide the backup of how the targeted Fee calculation

was calculated removing these costs.

C.2.1 SubTask 1 - Continuation of the characterization and deactivation of the 105-KW Basin in

the 100-K Area

The Contractor shall complete the following activities associated with continuing the basin

characterization and deactivation:

Install garnet filter media removal equipment, complete readiness assessment, and complete garnet

filter media removal.

Train for and complete sand filter media removal equipment installation, and operations training.

Train and initiate underwater debris size reduction and staging.

C.2.2 SubTask 2 - Continued D4 of the remaining 100-K structures and the remediation of the

remaining 100-K soil waste sites

The Contractor shall continue completion of the D4 of the remaining 100-K structures and the

remediation of the remaining waste sites in accordance with the existing Interim Action ROD and the

RD/RAWPs for both removal actions and remedial actions.

CENTRAL PLATEAU CLEANUP CONTRACT – REVISED DRAFT RFP SOLICITATION NO. 89303318REM000008

5

The Contractor shall complete the following D4 activity at 100-K Area including removal of associated

aboveground and underground structures and systems:

Complete demolition of the 165KE Power House.

Initiate and complete demolition preparation activities for 165KW Power House.

In addition, the Contractor shall complete the following waste site remediation activities at 100-K Area:

Continue and complete waste site 130-KE-2 (includes 166KE) remediation and close-out

documentation.

Continue and complete remediation and close-out documentation of waste sites 120-KE-8, 100-K-48,

and 100-K-104 (sites adjacent to 130-KE-2).

Complete waste site remediation, to include completion of excavation and closure sampling, for 100-

K-55:2, 100-K-56:3 and 100-K-79:6.

C.2.3 SubTask 3 - Initiate and complete the remote excavation of the highly contaminated portion

of the soils in the 300-296 waste site under the 324 Building in the 300 Area

The Contractor shall initiate and complete the remote excavation of the highly contaminated portion of

the soils in the 300-296 waste site, so that in the future, the remainder of the waste site can be remediated

under open air conditions following completion of the 324 Building demolition.

The Contractor shall complete the remote excavation activities as follows:

Remove B-Cell floor.

Complete remote excavation of the high hazard soils at the 300-296 waste site beneath the

324 Building in accordance with requirements defined in PRC-SRP-00130, Rev. 0, End State Criteria

for Meeting TPA Milestone M-016-85A and Gaining Backfill Concurrence Authorization for B Cell in

Preparation of 324 Facility Demolition and Final Remediation of the 300-296 Waste Site.

C.2.4 SubTask 4 - Strategy to Accelerate Completion of Groundwater Remediation in the River

Corridor Groundwater Operable Units

The Contractor shall develop a treatment strategy that includes a technical approach that achieves

accelerated completion of groundwater remediation to support initiation of remedy performance

evaluation for the groundwater operable units in the River Corridor.

C.2.5 SubTask 5 - Obtain Decision Documents for the River Corridor operable units

The Contractor shall maintain consistency with the background provided in Section C.5

(RCRA/CERCLA Decision Documents) in the Master IDIQ Contract, and, in addition to any applicable

scope requirements in the Master IDIQ Sections C.5.1, C.5.2, C.5.3, C.5.4, and C.5.5. The work to be

accomplished under this subtask is for the Contractor to complete the following documents:

Obtain a final DOE and regulator-approved CERCLA ROD for the 100-K Area

Obtain a final DOE and Regulator approved RI/FS and Proposed Plan for the 100-N Area

Obtain a final DOE and Regulator approved RD/RAWP for the 100-BC Area

C.2.6 SubTask 6 - UBS from OHCs

CENTRAL PLATEAU CLEANUP CONTRACT – REVISED DRAFT RFP SOLICITATION NO. 89303318REM000008

6

The Contractor shall include the estimated costs (no fee) associated with reimbursing OHCs for services

provided to CPCC listed within Section J, Attachment J-3, Hanford Site Services and Interface

Requirements Matrix.

C.3 Performance Requirements

Performance Measure – A statement of the outcome or results expected in a specific work area.

Performance Measure Description/Completion Criteria – The critical characteristics or aspects of

achieving the performance measure that will be monitored by the Government and for which the

Government will gather data.

The following performance measures (Table C-2) apply to this End States Cleanup Work task order.

Table C-2. Fiscal Year 2020 Performance Measures

SubTask

Performance

Measure Identifier Performance Measure Description/Completion Criteria

1 PM-41-1-20 Complete garnet filter media

removal operations at 105-KW

Basin

Complete removal of all garnet filter

media from garnet filter in the 105-KW

Basin and put into Sludge Transport and

Storage Containers (STSCs). Ship to

T-Plant for storage by September 30,

2020.

2 PM-41-2-20 Complete demolition and

load-out of the 165KE Power

House in the 100 K Area

Complete demolition, load-out, closure

sampling, and close-out in accordance

with and meeting the RAWP

requirements. Complete and submit a

FSCF by September 30, 2020.

3 PM-41-3-20 Complete remote excavation of

the high hazard soils at the

300-296 waste site beneath the

324 Building in the 300 Area

Complete the remote excavation of the

highly contaminated portion of the soils

in the 300-296 waste site, thereby,

completing M-016-85A based on

requirements defined in PRC-SRP-00130,

Rev 0. by September 30, 2020.

4 PM-30-1-20 River Corridor Groundwater

Remediation

Complete the development of the

strategy, including an implementation

schedule, to accelerate groundwater

remediation to support initiation of

remedy performance evaluation in the

River Corridor groundwater operable

units by July 30, 2020.

CENTRAL PLATEAU CLEANUP CONTRACT – REVISED DRAFT RFP SOLICITATION NO. 89303318REM000008

7

Table C-2. Fiscal Year 2020 Performance Measures

SubTask

Performance

Measure Identifier Performance Measure Description/Completion Criteria

5 PM-30-2-20 Obtain Decision Documents for

the River Corridor

Complete final DOE and Regulator

approved RD/RAWP for the 100-BC

Area by March 30, 2020.

Complete final DOE and regulator-

approved CERCLA ROD for 100-K Area

by September 30, 2020.

Complete final DOE and regulator

approved RI/FS Report and Proposed

Plan for the 100-N Area by September

30, 2020.

FSCF = Facility Status Change Form

RAWP = Removal Action Work Plan

C.4 Additional Supplemental Scope Information

Table C-3. Supplemental Information

Subtask Number Work Scope Supplemental Information

1 Install garnet filter media removal

equipment, complete readiness assessment,

and complete garnet filter media removal

1. Includes operations at MASF for testing.

2. All equipment fabricated, purchased, and

tested.

3. Sludge removal operations are complete.

Train for and complete sand filter media

removal equipment installation, and

operations training

1. All equipment has been fabricated,

purchased and tested.

Train and initiate underwater debris size

reduction and staging

1. Characterization and planning for basin

debris removal is complete.

2. 1 Transfer Cask Assembly containing

underwater debris has been disposed at

ERDF.

3. The fuel pieces will remain in the basin

and should be planned for disposition as

RH TRU waste.

2 Complete demolition of the 165KE Power

House

1. Demolition preparation activities

complete by the end of FY19.

2. Asbestos abatement is complete.

Initiate and complete demolition preparation

activities for 165KW Power House

1. Asbestos abatement is complete by the

end of FY19.

Continue and complete waste site 130-KE-2

(166KE) remediation and close-out

documentation

1. 130-KE-2 (includes 166KE) the

excavation is complete and liquids are

removed from the tank. The remaining

scope is to remove the tank and any final

excavation required below the tank. Final

CENTRAL PLATEAU CLEANUP CONTRACT – REVISED DRAFT RFP SOLICITATION NO. 89303318REM000008

8

Table C-3. Supplemental Information

Subtask Number Work Scope Supplemental Information

sampling, backfill, close-out and

revegetation also remain to be completed.

Continue and complete remediation and

close-out documentation of waste sites

120-KE-8, 100-K-48, and 100-K-104

(sites adjacent to 130-KE-2)

1. Excavation is complete and final

sampling, backfill, close-out and

revegetation remain to be completed.

Complete excavation and closure sampling

for 100-K-55:2, 100-K-56:3 and 100-K-79:6

1. This waste remediation work scope has

not started and the Contractor will start

performance from the beginning with no

activities having been accomplished.

3 Remove B-Cell Floor 1. B cell floor scoring complete by the end

of FY19.

2. No additional design activity will be

required for completion of the highly

contaminated portion of the 300-296

waste sites remote soil excavation

activity.

3. Equipment installation in 324 Building

REC is complete.

4. Structural modifications are complete.

5. Readiness Assessment is complete and

Startup Approval Authority granted

authorization to start soil excavation.

Complete remote excavation of the high

hazard soils at the 300-296 waste site

beneath the 324 Building in accordance with

requirements defined in PRC-SRP-00130,

Rev. 0, End State Criteria for Meeting TPA

Milestone M-016-85A and Gaining Backfill

Concurrence Authorization for B Cell in

Preparation of 324 Facility Demolition and

Final Remediation of the 300-296 Waste

Site

1. No additional design activity will be

required for completion of the highly

contaminated portion of the 300-296

waste sites remote soil excavation

activity.

2. No additional design activity will be

required for completion of the highly

contaminated portion of the 300-296

waste sites remote soil excavation

activity.

3. Equipment installation in 324 Building

REC is complete.

4. Structural modifications are complete.

5. Readiness Assessment is complete and

Startup Approval Authority granted

authorization to start soil excavation.

4 Develop a treatment strategy that includes a

technical approach that achieves accelerated

completion of groundwater remediation to

support initiation of remedy performance

evaluation for the groundwater operable

units in the River Corridor

1. None.

5 Obtain a final DOE and regulator-approved

CERCLA ROD for the 100-K Area

1. Draft Revision 0 of the 100-K Remedial

Investigation/Feasibility Study Report

complete by the end of FY19.

CENTRAL PLATEAU CLEANUP CONTRACT – REVISED DRAFT RFP SOLICITATION NO. 89303318REM000008

9

Table C-3. Supplemental Information

Subtask Number Work Scope Supplemental Information

Obtain a final DOE and Regulator approved

RI/FS and Proposed Plan for the 100-N

Area

1. Draft Revision 0 of the 100-N Area

Remedial Investigation/Feasibility Study

Report complete by the end of FY19.

Obtain a final DOE and Regulator approved

RD/RAWP for the 100-BC Area

1. 100-BC Area CERCLA ROD complete

by the end of FY19.

CERCLA = Comprehensive Environmental Response,

Compensation, and Liability Act

DOE = U.S. Department of Energy

ERDF = Environmental Restoration Disposal Facility

FY = Fiscal Year

MASF =

RD/RAWP = Remedial Design/Remedial Action Work Plan

REC = Radiochemical Engineering Complex

RH TRU =

ROD = Record of Decision

Table C-4. Volume Estimates

Su

bta

sk

Nu

mb

er

Str

uct

ure

Tit

le

Ab

ove

Gra

de

Con

stru

ctio

n

Ab

ove

Gra

de

Lev

els

Ab

ove

Gra

de

Hei

gh

t (F

T)

Bel

ow

Gra

de

Con

stru

ctio

n

Ab

ove

Gra

de

Are

a (

SQ

FT

)

Bel

ow

Gra

de

Lev

els

Bel

ow

Gra

de

Are

a (

SQ

FT

)

Bel

ow

Gra

de

Dep

th (

FT

)

2

165KE -

Power

Control

Building

Concrete

moment

frames

1 16

Concrete

moment

frames

26,975 2 34,844 29

2

165KW -

Power

Control

Building

Concrete

moment

frames

1 16

Concrete

moment

frames

26,975 2 34,844 29

2

166KE -

Oil

Storage

Vault

Concrete

shear walls 1 8

Concrete

moment

frames

92 1 12,318 27

Section D - Packaging and Marking

Section D of the Master IDIQ Contract is incorporated by reference.

Section E - Inspection and Acceptance

Section E of the Master IDIQ Contract is incorporated by reference, as applicable to this task order.

CENTRAL PLATEAU CLEANUP CONTRACT – REVISED DRAFT RFP SOLICITATION NO. 89303318REM000008

10

Section F - Deliveries or Performance

Section F of the Master IDIQ Contract is incorporated by reference, as applicable to this task order, with

the exception of Clauses F.1, which is filled in and provided below.

F.1 Period of Performance

(a) The overall task order period of performance shall be for one (1) year from the end of the period of

performance of Task Order 1 - Transition.

(b) The Contractor shall not be paid for work performed or costs incurred prior to the task order effective

date. The Contractor is not authorized to proceed beyond the task order period of performance, nor

will the Contractor be paid for any costs incurred beyond that period unless the task order is modified

by the CO to extend the period of performance.

Section G - Contract Administration Data

Section G of the Master IDIQ Contract is incorporated by reference, as applicable to this task order.

Section H - Special Contract Requirements

Section H of the Master IDIQ Contract is incorporated by reference, as applicable to this task order.

Section I - Contract Clauses

Section I of the Master IDIQ Contract is incorporated by reference, as applicable to this task order, expect

for the following Section I clause which is filled-in as follows in Table I-1.

Table I-1. Section I Clause Fill-Ins

Clause

No.

FAR/DEAR

Reference Title

Fill-In Information;

See FAR 52.104(d)

I.45 FAR 52.217-8 Option to Extend Services Any time prior to the expiration

of the contract

Section J - List of Documents, Exhibits and Other Attachments

Section J of the Master IDIQ Contract is incorporated by reference, as applicable to this task order, with

the exception of the following, which are hereby incorporated in this task order.

Section J-10 - Contract Deliverables

The following list of Deliverables is required for this task order.

CENTRAL PLATEAU CLEANUP CONTRACT – REVISED DRAFT RFP SOLICITATION NO. 89303318REM000008

11

Task Order 2 – End States Cleanup Work Deliverables

Deliverable Number Deliverable

DOE

Deliverable

Due Date

Task Order

Section Action

Response

Time

TO2-0001 Complete and

submit a Facility

Status Change

Form for the

165KE Power

House Facility

Approve 30 Days No later than

September

30, 2020

C.2.2, Subtask 2 -

Continued D4 of

the remaining

100-K structures

and the

remediation of

the remaining

100-K soil waste

sites

TO2-0002 Remaining Sites

Verification

Package and

Waste Site

Reclassification

Form for the 130-

KE-2 (166E)

waste site

Approve 30 Days No later than

September

30, 2020

C.2.2, Subtask 2 -

Continued D4 of

the remaining

100-K structures

and the

remediation of

the remaining

100-K soil waste

sites

TO2-0003 Remaining Sites

Verification

Package and

Waste Site

Reclassification

Forms for 120-

KE-8, 100-K-48

and 100-K-104

waste sites

Approve 30 Days No later than

September

30, 2020

C.2.2, Subtask 2 -

Continued D4 of

the remaining

100-K structures

and the

remediation of

the remaining

100-K soil waste

sites

TO2-0004 Remaining Sites

Verification

Package and

Waste Site

Reclassification

Forms for 100-K-

55:2, 100-K-56:3

and 100-K-79:6

waste sites

Approve 30 Days No later than

September

30, 2020

C.2.2, Subtask 2 -

Continued D4 of

the remaining

100-K structures

and the

remediation of

the remaining

100-K soil waste

sites

TO2-0005 Verification

sampling

showing end state

criteria has been

met for 300-296

waste site

Approve 30 Days No later than

September

30, 2020

C.2.3, Subtask 3 -

Initiate and

complete the

remote

excavation of the

highly

contaminated

portion of the

soils in the 300-

296 waste site

under the 324

CENTRAL PLATEAU CLEANUP CONTRACT – REVISED DRAFT RFP SOLICITATION NO. 89303318REM000008

12

Task Order 2 – End States Cleanup Work Deliverables

Deliverable Number Deliverable

DOE

Deliverable

Due Date

Task Order

Section Action

Response

Time

Building in the

300 Area

TO2-0006 Provide

decisional draft of

treatment strategy

to accelerate

groundwater

remediation for

the River

Corridor

groundwater

operable units

Review 30 Days January 15,

2020

C.2.4, Subtask 4 -

Strategy to

Accelerate

Completion of

Groundwater

Remediation in

the River

Corridor

Groundwater

Operable Units

TO2-0007 Provide final

DOE-approved

treatment strategy

including

implementation

schedule to

accelerate

groundwater

remediation for

the River

Corridor

groundwater

operable units

Approve 60 Days July 30, 2020 C.2.4, Subtask 4 -

Strategy to

Accelerate

Completion of

Groundwater

Remediation in

the River

Corridor

Groundwater

Operable Units

TO2-0008 Provide final

DOE and

regulator-

approved

CERCLA ROD

for the 100-K

Area

Approve 30 Days September

30, 2020

C.2.5, Subtask 5 -

Obtain Decision

Documents for

the River

Corridor

operable units

TO2-0009 Provide final

DOE and

Regulator

approved RI/FS

Report and

Proposed Plan for

the 100-N Area

Approve 30 Days September

30, 2020

C.2.5, Subtask 5 -

Obtain Decision

Documents for

the River

Corridor

operable units

TO2-0010 Provide final

DOE and

Regulator

approved

RD/RAWP for

the 100-BC Area

Approve 30 Days March 30,

2020

C.2.5, Subtask 5 -

Obtain Decision

Documents for

the River

Corridor

operable units