TEMPLATE “C-2”

GENERAL CONTRACTOR-TECHNICAL

STATEMENT OF WORK

Requisition:277116

Title:Evaluate Solid Waste Tracking Tools

Revision Number:0

Date: March23, 2015

Prior SOW or Revision Date:N/A

1.0Objective

This Statement of Work (SOW) requests the evaluation of existing Hanfordtracking tools and systems, and new commercial marketplace options for managing waste stream data. The subcontractor will complete an options analysis formanagementby the Tank Operations Contract (TOC) contractor,Washington River Protection System (WRPS), of future solid waste streams, generated from tank farm and the Hanford Tank Waste Treatment and Immobilization Plant (WTP) operations.

2.0Background/Introduction

The Hanford TOC contractor, WRPS,is responsible for integrating the disposal of all solid waste generated during its management of legacy tank waste. Radioactive and non-radioactive solid wastes, both hazardous and non-hazardous, are generated from administrative, retrieval, maintenance, inspection, and construction activitiesassociated with tank operations. This operation involves several major sub-facilities: 177 large underground storage tanks with pumping and piping transfer systems, an evaporator complex, and an effluent treatment facility. Two new future operations within the near future will generate additional and unique solid wastes, needing to be either dispositioned by WRPS or integrated into its operations: a tank waste pretreatment system to prepare liquid feed for the WTP Low-Activity Waste vitrification facility, and the WTP facility itself.

Data for solid waste is primarily managed through an Oracle® database termed SWITS (Solid Waste Information Tracking System [database]). Data tracked includes package identification numbers, waste descriptions, package types, and shipment data. Projected future lifecycle information is added to this database through annual data calls and final report, Solid Waste Integrated Forecast (SWIFT). This SWITS database is currently used for both tank farms and WTP solid waste, however, WTP is considering implementing a new databases system: EPOCH® from Logicalds.

It is possible that the larger volume, and varied treatment and disposition options from future solid waste generation,may involve data that could be more cost effectively managed using different techniques, tools, or systems. In addition new future operations may add significant new data sets needing to be managed (e.g., transportation methodologies and waste acceptance criteria).

The future operation of the pretreatment and WTP systems will also generate unique liquid waste streams. Data for these streams are managed separately from solid waste information, primarily because there is minimal direct disposal of liquid effluents. However, integration of new liquid waste streams from WRPS pretreatment systems and WTP into the TOC management sphere will involve new routing, increased interface with WRPS sub-facilities, and possible new disposal pathways. Thus, future data management of operationally-generated liquid waste streams may be more amendable to a system like SWITS or some future data management system.

Lastly, the commissioning and operation of the WTP Low-Activity Waste facility will generate for the first time a set of packages disposing of treated tank legacy waste (Immobilized Low Activity Waste (ILAW) containers). These containers will be permanently disposed of on the Hanford site.While the containers will be standardized in volume and type, and the vitrified contents fairly standard in materials and tank inventory, this new permanent disposal program and unique disposal criteria may also lend to integration with a revised solid waste data tracking system.

WRPS has initiated a management assessment to evaluate the effectiveness and efficiency of managing its future solid waste data. This SOW will support that assessment by contracting an expert consultant on data management to independently review the efficacy of existing data management systems and the potential application of commercial options.

3.0Scope

The subcontractor will evaluate existing Hanford database systems and documentation, and commercial options for managing data about TOC/WTPoperationally-generated waste streams to prepare a report qualifying a recommendation for future WRPS management of solid wastes. (Note – the clarification regarding “operationally-generated” is significant since the material in the Hanford storage tanks is nominally referred to as “waste.” This SOW does not address managing tank inventory data.) The evaluation, scoping, and initial implementation of options is further described in the following Task 1 text.

Task 1 – Evaluate existing and new data management systems.

The current Hanford site solid waste database tools and administrative systems,used by WRPS formanagement of operationally-generated solid waste (SWITS and SWIFT),will be evaluated and compared to commercially available options and concepts. A recommended path forward will be developed to establish a potentially revised cost-effective management system approach for managing and projecting all waste data, from generation to disposal (“cradle to grave”).

The evaluation and recommendation shall be documented in a subcontractor report delivered under subcontractor cover letter that will have been reviewed by the Buyer. Buyer comments will be dispositioned, prior to final submittal.

The evaluation of new options, tools, and approaches shall consider:1) customizing existing major Hanford business software (e.g., Microsoft Excel®andAccess®); 2) repurposing or expanding a small set (estimate < 10) of Hanford existing major database and documentation tools (e.g., SmartPlant® by Intergraph, and the Hanford web-based Integrated Document Management System and the Tank Waste Information Network System – TWINS); 3) new commercial proprietary software applications with minimal commercial technical support, and 4) new expert developed applications. Options may include systems that run on unique non-Hanford standard machines to networking, and operating with varied backbone and user interfaces - from Microsoft-based systems to web applications.

In addition, the report shall analyze the feasibility and value of integrating data management of operationally-generated liquid waste streams and ILAW product with the solid waste data management system.

The evaluation documentation shall include the identification of functions and requirements to provide sufficient discriminators for options analysis. The Buyer shall review and approve the set of functions and requirements, per the submittal process noted in Section 4.0. The evaluation shall provide rough-order of magnitude costs for option procurement, development, implementation, and operation. The evaluation shall also include a discussion of the risks and opportunities. The evaluation shall include any commercial or government benchmarking data of similar approaches.

Finally the evaluation shall identify the “best-value” optionconsidering cost, risks, and opportunities. This “best-value” selection may not be the lowest cost option but the most practical and efficient for usage by the Department of Energy.

The following steps for Task 1 completion are listed below for information only, to assist the subcontractor in scope planning:

  • Familiarize subcontractor personnel with TOC systems, tools, and strategies
  • Establish functional requirements
  • Analyze SWITS system performance capability
  • Identify options
  • Evaluate high value options and recommend path forward
  • Draft Report
  • WRPS Review
  • Finalize report

The subcontractor will be provided key documents, contact personnel, and a briefing of existing systems. The subcontractor will be provided with a listing of the +1000 current software applications in existence for Hanford, through the Buyer’s “Hanford Information Systems Inventory” (HISI) database, and general descriptive details for the much smaller subset of commercial applications (estimated < 10) considered practical for expansion or repurposing. The subcontractor is not requested to model projected secondary waste generation, but will be provided typical data on projected lifecycle waste production and disposition pathways to identify data sets.

4.0Submittals

In support of the work scope established in Section 3.0 above, submittals are listed on the Master Submittal Register (MSR).

Submittals shall be provided using the TOC Incoming Letter of Transmittal (form A-6005-315). All transmittal subject headings shall contain, at a minimum, the subcontract number, submittal number, and submittal description.

Submittals shall be provided in electronic format unless available only as a hard copy. Electronic submittals may be sent to or delivered via a WRPS designated File Transfer Protocol (FTP) site. Electronic formats must be non-password protected in one of the following formats:

  • Microsoft® Office Compatible
/
  • Moving Picture Expert Group (MPEG)

  • Portable Document Format (PDF)
/
  • Extensible Markup Language (XML)

  • Tagged Image File Format (TIFF)
/
  • HyperText Markup Language (HTML)

  • Graphics Interchange Format (GIF)
/
  • Comma Separated Values (CSV)

  • Joint Photographic Experts Group (JPEG)
/
  • Text (TXT)

  • Windows Media Video (WMV)

5.0Acceptance Criteria

The Task 1 deliverable shall be completed per criteria described in Section 3.0 and other parts of this Statement of Work (SOW). Sufficient time should be planned to allow Buyer review and acceptance of the preferred option.

A draft work plan describing activities to implement the scope of this SOW, including a schedule, shall be provided with the proposal, and finalized upon contract acceptance (as noted in the MSR).

6.0Configuration Management and Standards

6.1Configuration Management Requirements

There are no specific Configuration Management requirements applicable to this SOW.

6.2Applicable Standards

None.

7.0ESH&Q Requirements

7.1Quality Assurance Requirements

The Subcontractor shall follow standard commercial quality practices.

7.2Price-Anderson Amendments Act Requirements

This 7.2 section and the General Provisions Article 2.11 entitled,Price-Anderson Amendments Act (PAAA), are both determined to be N/A.

7.3Special ESH&Q Requirements

Preliminary hazard assessment PHA ID: 31 is to be used for general office duties performed in TOC-controlled office facilities only. Prior to performing any activities outside of the office facility, a job hazard analysis (JHA) must be completed to cover the activities to be performed. The JHA must be approved by a TOC Safety Representative.

8.0Verification/Hold Points

None.

9.0Reserved

10.0Work Location/Potential Access Requirements

Subcontractor is expected to perform evaluation effort at their facilities with periodic visits to the Hanford site as appropriate for expert/contact interviews, existing administrative tool observation, and briefings/review meetings with WRPS personnel. No on-site radiological zone access is required. Specific building access includes Stevens Center and surrounding area buildings, SMI XII, 2750E, and 2704HV, with possible visits to operational administrative areas (e.g., 272-AW).

11.0Training

Personnel requiring site access for interviews and tool observation will need access badging requiring completion of appropriate HGET training. No other training will be required, and subcontractor visitors may access specific buildings after obtaining visitor badges.

12.0Qualifications

The subcontractor firm shall have personnel experienced in performing technical evaluations including cost/benefit analyses. The subcontractor firm/personnel shall have experienceassociated with system approaches for data management and multiple user interfaces (e.g., database, World Wide Web, or cloud interface), and with the ability to understand the major database application backbones used at the Hanford site: web-based enterprise systems, oracle databases, and java interfaces. The subcontractor’s project lead shall have project management experience; a Project Management Institute certification is desirable. It is expected that the subcontractor’s knowledge and experience will allow efficient evaluation of existing systems and practices with minimal interruption to the normal job duties of contact personnel.

The Task 1 deliverable shall be approved/transmitted by a subcontractor principle manager, or by the technical/project lead with a minimum bachelor’s degree in engineering, data systems management, or related fields.

The subcontractor shall deliver resumes of key individuals in their proposal for Buyer review.

13.0Special Requirements

None.

Use of Government Vehicles

There is no anticipated need for any Subcontractor employees to use a Government-furnished vehicle in the performance of this statement of work. The Subcontractor’s employees, therefore, are specifically prohibited from driving any Government-furnished vehicles under the performance of this statement of work unless this statement of work is formally so modified by the parties and the employee(s) will present a valid driver’s license to the BTR for review.

14.0Reporting/Administration

The following information clarifies the data requested in the Master Submittal Index.

14.1 Routine Minutes

The subcontractor shall be responsible for documenting meeting minutes of all subcontractor/buyer interface/review meetings, and subcontractor interviews. This data shall be included within the report as Appendices.

14.2Monthly Reports

The subcontractor shall issue a monthly report to the Buyer. The report shall include safety statistics of personnel assigned to the project, scope completion against the work plan, and earned value project performance typical for project management cost accounting (e.g., performance, budget, estimate to complete, etc.). Corrective actions shall be detailed for safety issues, project issues, and schedule/cost performance issues.

15.0Workplace Substance Abuse Program Requirements

A Workplace Substance Abuse Program is not required for this SOW.

Page 1 of 5(C-2 011415)