SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, June 28 from 3:00 pm until 7:00 pm (Eastern Time) 
  • Saturday, June 29 from12:00 am until 4:00 am (Eastern Time) 

Characterization of the Mississauga Metals & Alloys (MMA) Waste Inventory

Solicitation number 5000065263/A

Publication date

Closing date and time 2022/03/03 14:00 EST


    Description

    1.0 Introduction

    The Canadian Nuclear Safety Commission (CNSC) requires the services of a supplier to characterize the low-level radiological waste currently stored in eighteen intermodal containers and trailers at the site of the former Mississauga Metals & Alloys (MMA) in Brantford, Ontario. The waste was accumulated as part of the decontamination of metals contaminated with low-enriched uranium. The characterization work is to be done in the perspective of the eventual disposition of the waste with an end state objective to release the site from any requirement under the Nuclear Safety and Control Act (NSCA) and control by the CNSC.

    The proposed vendor has the capabilities and the support programs to characterize the waste, safely manage, transport, store and dispose the waste in accordance with regulations.

    The purpose of this Advance Contract Award Notice (ACAN) is to signal the CNSC’s intention to award a contract for these services to:

    Canadian Nuclear Laboratories
    286 Plant Road
    Chalk River, Ontario
    Canada, K0J 1J0

    The estimated value of the contract is up to $1,650,000 (applicable taxes are extra), for the period covering April 2022 to December 2022 (est.).

    Before awarding a contract, the CNSC would like to provide other suppliers with the opportunity to demonstrate that they are capable of satisfying the requirements set out in this ACAN, by submitting a statement of capabilities within the posting period for this ACAN, which is a minimum of 15 calendar days. 

    If, during the posting period, other potential suppliers submit a statement of capabilities that meets the requirements set out in this ACAN, the CNSC may proceed to a full tendering process via the Government Electronic Tendering Service or by inviting bids directly from suppliers.

    If no other supplier submits, on or before the closing date, a statement of capabilities meeting the requirements set out in the ACAN, a contract will be awarded to the above-noted supplier.

    2.0 Background

    MMA was a metal recycling facility located in Brantford, Ontario. Prior to 2007, MMA imported zirconium metals, tubes and alloys that were contaminated with natural or slightly enriched (<5%) uranium for decontamination. The decontamination process resulted in the accumulation of a large inventory of low-enriched uranium-contaminated metals, acids and other forms of waste currently stored in 18 intermodal containers. General radiological conditions around the containers are around 0.1 µSv/hr, and up to 0.5 µSv/hr in specific areas. However, there are no detailed surveys inside the containers and radiological fields could be higher.

    MMA was declared bankrupt on August 20, 2021. The CNSC is working with the bankruptcy trustee and other creditors to facilitate the development of a plan to remove the radiological waste from the site. Phase 1 of the project consists of scoping and non-destructive characterization of the waste inventory. Phase 2 consists of chemically and radiologically characterizing the waste inventory. A future phase of the project will be to dispose of the waste. Only Phases 1 and 2 are covered by this proposed contract. The waste is in various forms, including liquids (acids) stored in 1000-Litre totes, mixed metals, solid filter cake, spent shot from sandblasting operations, small equipment and several drums with various contents. These are housed in 18 containers and trailers on site.

    3.0 Objectives

    The Contractor is to provide for the delivery of a report for the physical, chemical, radiological characterization of the waste inventory and associated options for waste disposition. A future objective will be to develop and execute a plan for the disposition of the waste, subject to a separate contract.

    4.0 Scope of Work

    The waste is stored in 18 trailers and intermodal containers located at 71 Middleton Street, Brantford, Ontario. The scope of the work consists of sampling all containers to obtain a reliable representation of the nature and quantity of the waste on site, which will be detailed in a waste characterization report. Recommendations and proposals shall be made as part of the characterization report for the future disposition of the waste, with a cost estimate.

    5.0 Tasks and Deliverables

    • Phase 1: Information review, scoping and non-destructive analysis of the waste units resulting in a detailed characterization plan.
      • This includes radiological surveys, managing/moving and qualitatively characterize the waste units within the containers.
      • The characterization plan will determine the number of survey units for appropriate representation, in accordance with a recognized methodology such as MARSSIM.
      • This phase may require establishing a sheltered and secured work area at the premises.
      • The radiological survey, sampling plan, methods and all other work plans will be submitted to CNSC staff for review and acceptance.
      • The Characterization Plan will be submitted to CNSC for review and acceptance
      • Expected duration of Phase 1 is 5 months.
    • Phase 2: Execution of the Characterization Plan
      • Sampling of all waste units with a sufficient resolution to allow a reliable qualitative and quantitative representation
      • Transport of the samples to a laboratory for analysis
      • Chemical and radionuclide analysis of the samples in accordance with the parameters and limits associated with the proposed disposition path for the waste
      • Radiological surveys/swipes of the equipment, containers and trailers for potential contamination
      • Produce the characterization report, including chemical and radionuclide (gross/principal radionuclides) analysis, with proposed path for waste disposition and cost estimate. These will set the basis for a future disposition phase of the project.
      • Expected duration of Phase 2 is 4 months.

    6.0 Minimum Mandatory Requirements

    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:

    • Has demonstrated experience (minimum 2 projects in the past 5 years) in accomplishing complex radiological waste characterization and radiological waste management projects in the Canadian regulatory environment.
    • Has the necessary specialized equipment (including radiological survey meters, spectrometers), technology, tools, and lifting equipment etc. to access and manoeuvre the waste and to undertake non-destructive and intrusive sampling.
    • Has the documented programs in place that meet CNSC and other regulatory requirements in:
      • Quality Assurance
      • Radiation Protection
      • Environmental Protection
      • Criticality Safety (low-enriched uranium)
      • Conventional Health and Safety
      • Packaging and Transportation of Dangerous Goods
      • Waste Management
    • Has experience in making proposals for waste disposition projects (minimum 2 projects in the past 5 years) in accordance with all applicable Canadian and Ontario regulations.
    • The lead project team member (Project Sponsor or Project Lead) must have at least 15 years experience in waste characterization.
    • Has all the licences and security clearances to handle nuclear materials in Canada.
    • Must be able to start the work in April 2022 and have it completed by the end of 2022.

    7.0 Justification for the Pre-selected Supplier

    CNL is a well-established science and technology organization, and a leader in developing nuclear technology for peaceful and innovative applications. CNL has experience in decommissioning and waste management, and currently has several active restoration projects, involving waste characterization.

    CNL is a recognized environmental remediation management organization and nuclear science and technology laboratory. It has access to the characterization equipment to deliver the required services, and has all the programs and licences to execute the work safely.

    CNL has a core team of experts with demonstrated records of competence and achievements in all current and future aspects of this project.

    8.0 Intellectual Property

    No intellectual property is expected to be generated as a result of this contract.

    9.0 Statement of Capabilities

    Suppliers who consider themselves fully qualified and available to meet the specified requirements may submit a statement of capabilities in writing to the contracting authority identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.

    The closing date and time for accepting statements of capabilities is Thursday March 3rd, 2022 at 2:00 pm (EST).

    10.0 Contact Information

    Inquiries and statements of capabilities are to be directed in writing to:

    solicitation-demandedesoumission@cnsc-ccsn.gc.ca

    11.0 Policy Information

    Government Contracts Regulations: section 6(d): “only one person is capable of performing the contract.”

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras Free Trade Agreement
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Canadian Nuclear Safety Commission
    Address
    280 Slater Street
    Ottawa, Ontario, K1P5S9
    Canada
    Contracting authority
    solicitation-demandedesoumission@cnsc-ccsn.gc.ca
    Email
    solicitation-demandedesoumission@cnsc-ccsn.gc.ca

    Buying organization(s)

    Organization
    Canadian Nuclear Safety Commission
    Address
    280 Slater Street
    Ottawa, Ontario, K1P5S9
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Region of opportunity
    Unspecified
    Procurement method
    Competitive - Limited Tendering

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: