Revised Request for Proposal
LEGAL NOTICE
Request for Proposal for Services
The State of Connecticut, Connecticut Siting Council (Council), in the United States is issuing a REVISED Request for Proposal (RFP) in connection with its efforts to seek proposals to provide certain consulting services in matters related to spent nuclear fuel. The State wishes to retain a contractor with considerable experience and the necessary expertise to assist the Council in the preparation of a technical review of an application to modify an existing nuclear power station to temporarily store spent fuel. The nature of the revision is to dispense with the requirement that bidders submit a letter of intent prior to the submittal of the final proposal and to make other minor adjustments to the RFP schedule.
The REVISED request for proposal is available online at https://ct.gov/csc, or from Lisa Fontaine, Connecticut Siting Council, 10 Franklin Square, New Britain, CT USA 06051. Telephone (860) 827-2935, Fax (860) 827-2950. Deadline for final response submission is 4:00 P.M. EST, Friday, November 21, 2003.
TO BE PUBLISHED IN
THE HARTFORD COURANT, AND
THE AMERICAN NUCLEAR SOCIETY NEWS, AND/OR
CONTRACTING BUSINESS MAGAZINE, AND/OR
ENERGY DAILY, AND/OR
ENVIRONMENT & ENERGY DAILY, AND/OR
NUCLEAR MONITOR, AND/OR
NUCLEAR PROFESSIONAL, AND/OR
NORTHEAST MINORITY NEWS, AND/OR
THE NORTHEND AGENT, AND
CSC WEBSITE
REQUEST FOR PROPOSAL
BY
THE STATE OF CONNECTICUT
CONNECTICUT SITING COUNCIL
The State of Connecticut, Connecticut Siting Council (Council), in the United States is seeking proposals to provide assistance in the preparation of a technical review of an application to modify an existing nuclear power station to temporarily store spent fuel. The State wishes to retain a contractor with considerable experience and the necessary expertise to assist the Council in analyzing and evaluating issues related to the proposed establishment of an Independent Spent Fuel Storage Installation (also known as a dry cask storage system).
The request for proposal is available online at https://ct.gov/csc, or from Lisa Fontaine, Connecticut Siting Council, 10 Franklin Square, New Britain, CT 06051. Telephone (860) 827-2935, Fax (860) 827-2950. Deadline for response submission is 4:00 P.M., Friday, November 21, 2003
- Scope of Services
- Qualifications
- Detailed knowledge and experience in technical and legal matters relating to the management of Independent Spent Fuel Storage Installation (ISFSI) systems.
- A minimum of five (5) years experience in matters related to the management and/or storage of high-level radioactive waste.
- Contract Period
- Contract Award Procedures
The contract shall begin upon issuance and end on December 31, 2004.
- The State is an Equal Opportunity and Affirmative Action employer and does not discriminate in its hiring, employment, or business practices. The State is committed to complying with the Americans with Disabilities Act of 1990 (ADA) and does not discriminate on the basis of disability, in admission to, access to, or operation of its programs, services, or activities.
Schedule of Deadlines
November 17, 2003 Questions regarding RFP due to Council
November 19, 2003 Response to questions regarding RFP
November 21, 2003 Proposal due to the Council
November 26, 2003 Finalists recommended
December 1, 2003 Notification of successful bidder
December 1, 2003 Begin contract negotiations
- Conditions
All bidders must be willing to adhere to the following conditions and must positively state this in the transmittal letter accompanying the proposal.
- All proposals in response to this RFP are to be the sole property of the State. Bidders are encouraged NOT to include in their proposals any information that is proprietary. All materials associated with this procurement process are subject to the terms of state laws defining freedom of information and privacy and all rules, regulations and interpretations resulting from those laws.
- Any product, whether acceptable or unacceptable, developed under a contract awarded as a result of the RFP is to be the sole property of the State.
- Timing and sequence of events resulting from this RFP will ultimately be determined by the State.
- The bidder agrees that the proposal will remain valid for a period of 90 days after the closing date for the submission and may be extended beyond that time by mutual agreement.
- The State may amend or cancel this RFP, prior to the due date and time, if the State deems it to be necessary, appropriate or otherwise in the best interests of the State. Failure to acknowledge receipt of amendments, in accordance with the instructions contained in the amendments, may result in a proposal not being considered.
- The bidder must certify that the personnel identified in its response to this RFP will be the persons actually assigned to the project. Any additions, deletions or changes in personnel from the proposal during the course of the project must be approved by the State, with the exception of personnel who have terminated employment. Replacements for personnel who have terminated employment are subject to approval by the State. At its discretion, the State may require the removal and replacement of any of the bidder's personnel who do not perform adequately, regardless of whether they were previously approved by the State.
- Any costs and expenses incurred by bidders in preparing or submitting proposals are the sole responsibility of the bidder.
- A bidder, if requested, must be prepared to present evidence of experience, ability, service facilities, and financial standing necessary to satisfactorily meet the requirements set forth or implied in the proposal.
- No additions or changes to the original proposal will be allowed after submittal. While changes are not permitted, clarification of proposals may be required by the State at the bidder’s sole cost and expense.
- In some cases, bidders may have to give presentations or further explanation to the RFP Selection Committee.
- The bidder represents and warrants that the proposal is not made in connection with any other bidder and is in all respects fair and without collusion or fraud. The bidder further represents and warrants that they did not participate in any part of the RFP development process, had no knowledge of the specific contents of the RFP prior to its issuance, and that no agent, representative or employee of the State participated directly in the bidder’s proposal preparation.
- All responses to the RFP must conform to instruction. Failure to answer all questions or to follow the required format may be considered appropriate cause for rejection of the response.
- The bidder accepts the State’s standard contract language. (See Attachment A.)
- The contract document will represent the entire agreement between the bidder and the Council and will supersede all prior negotiations, representations or agreements, alleged or made, between the parties. The State shall assume no liability for payment of services under the terms of the contract until the successful bidder is notified that the contract has been accepted and approved by the state and by the Attorney General’s Office. The contract may be amended only by means of a written instrument signed by the State, the bidder, and the Attorney General’s Office.
- Mandatory Response Format of Proposal
All proposals must follow the required format and address all requirements listed in the prescribed order and using the prescribed numbering convention. Proposals must set forth accurate and complete information inclusive of the following items. At the Council’s discretion, failure to include any of this information will result in exclusion from consideration:
- Information about the Bidder. The name, location, mailing addresses, telephone numbers, FEIN/SSN of the bidder and other pertinent information.
- Description of How Work Will Be Performed (Workplan). Describe how you propose to perform the work outlined in Section A, Scope of Services. Proposals must address and describe how the bidder will provide each listed service in Section A in the order set forth therein. Please limit this part to no more than ten (10) pages.
- Summary of Relevant Experience . List projects in the area of Independent Spent Fuel Storage Installation (also known as a dry cask storage system) consulting services that the bidder has completed within the last three (3) years. Describe and quantify the knowledge and experience required of the bidder in Section B, Qualifications.
- Personnel Listing. A complete listing of the professional staff identified in the work plan with their resumes. Each resume shall include the individual’s qualifications and experience in the area of Independent Spent Fuel Storage Installation (ISFSFI) systems.
- Fees. Provide a fee schedule of hourly rates for personnel who will be assigned to work under this contract. This fee schedule must reflect all expenses, including any and all increases projected to occur during the term of the contract. Note: The State of Connecticut is exempt from the payment of excise, transportation and sales taxes imposed by the Federal Government and/or the State. Such taxes must not be included in prices.
- Conflict of Interest. Disclose any current (within the last 3 years) business relationships, which may pose a conflict of interest including all business relationships with companies associated with Independent Spent Fuel Storage Installation (also known as a dry cask storage system) facilities, their parent companies, corporations, limited liability companies, partnerships, subsidiaries or subcontractors.
- Contract Compliance and Affirmative Action . The proposal must include a Notification to Bidders Form, an Evidence of Nondiscrimination Form, and an Employment Information Form.
- Writing Sample. Include a recently drafted executive summary dealing with a proposed Independent Spent Fuel Storage Installation (ISFSFI) system.
- Additional Data. Any additional information, which the bidder wishes to bring to the attention of the Council, that is relevant to this RFP.
- Bidder References. Include not less than two (2) objective references that can attest to the bidder’s scope of work and prior experience for the qualifications outlined in Section B.
- Evaluation of Proposals
The following criteria will be utilized in the selection process. They are presented as a guide for the bidder in understanding the State's requirements and expectations for this project and are not necessarily presented in order of importance.
- Proposed statement of work. Emphasis will be on grasp of the issues involved, soundness of approach and the quality of the overall proposal.
- Experience, expertise, and capabilities of the bidder in the area of Independent Spent Fuel Storage Installation (ISFSFI) issues.
- Background, qualifications, and previous experience of personnel to be assigned to the project and their demonstrated competence, experience and expertise in the area of Independent Spent Fuel Storage Installation (ISFSFI) systems.
- Proposed fee schedule for assigned personnel.
- Demonstrated commitment to Affirmative Action:
Regulations of Connecticut State Agencies Section 46a-68j-30(10) require an agency to consider the following factors when awarding a contract that is subject to contract compliance requirements:
- the bidder's success in implementing an affirmative action plan;
- the bidder's success in developing an apprenticeship program complying with Section 46a-68-1 to 46a-68-17 of the Connecticut General Statutes, inclusive;
- the bidder's promise to develop and implement a successful affirmative action plan;
- the bidder's submission of EEO-1 data indicating that the composition of its work force is at or near parity when compared to the racial and sexual composition of the work force in the relevant labor market area; and
- the bidder's promise to set aside a portion of the contract for legitimate minority business enterprises. (See the Contractor/Grantee Package)
- Rights Reserved To The State
The State reserves the right to award in part, to reject any and all proposals in whole or in part for misrepresentation or if the bidder is in default of any prior State contract, or if the proposal limits or modifies any of the terms and conditions and/or specifications of the RFP. The State also reserves the right to waive technical defect, irregularities and omissions if, in its judgment, the best interest of the State will be served.
The State reserves the right to correct inaccurate awards resulting from its clerical errors. This may include, in extreme circumstances, revoking the awarding of a contract already made to a bidder and subsequently awarding the contract to another bidder. Such action on the part of the State shall not constitute a breach of contract on the part of the State since the contract with the initial bidder is deemed to be void ab initio and of no effect as if no contract ever existed between the State and the bidder.