Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2002 FBO #0306
SOURCES SOUGHT

R -- Comprehensive chemical and low-level radioactive waste management services

Notice Date
10/2/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Logistics and Acquisition Operations, 6011 Executive Boulevard, Room 537C, MSC-7663, Bethesda, MD, 20892-7663
 
ZIP Code
20892-7663
 
Solicitation Number
98D0023
 
Point of Contact
Catherine Hiltner, Contracting Officer, Phone (301) 402-3063, Fax (301) 435-8514,
 
E-Mail Address
hiltnerc@od.nih.gov
 
Description
The National Institutes of Health (NIH) is conducting a market survey to determine the availability and technical capability of small businesses to provide comprehensive chemical and low-level radioactive waste management services for the NIH campus located in Bethesda, MD as well as approximately 27 off-campus facilities in Maryland. THIS IS NOT A REQUEST FOR TECHNICAL OR COST PROPOSAL. This is a request for interested firms with the capability of providing the required services to submit a capability statement for the purpose of determining whether or not this procurement will be set aside for small/small disadvantaged businesses. The intended procurement will be classified under NAICS 562112 with a size standard of $10.5 million. The National Institutes of Health (NIH) is the world?s largest biomedical research facility. Direct research and support activities are performed by approximately 18,000 employees working at the 340 acre main campus located in Bethesda, MD, the 513 acre NIH Animal Center (NIHAC) in Poolesville, MD and at approximately 30 off-site installations located in the greater Baltimore - Washington DC metropolitan area. The operations on the NIH main campus include approximately forty buildings, 3,000 research laboratories, and a research hospital. The NIH manages all of its chemical, mixed and radioactive wastes at the Waste Management Facility located in Building 21 and other locations on the NIH main campus. The Contractor shall be responsible for managing and providing on-site, comprehensive waste management services for the collection, transportation, and disposal of chemical, radioactive and mixed wastes generated by the NIH. The Contractor shall be responsible for providing sufficient experienced, qualified personnel, equipment, vehicles, and management support necessary to successfully provide the full spectrum of waste management services required. Major required services include the collection, receiving, processing, packaging, shipping and disposal of chemical, mixed and radioactive wastes. The Contractor shall be responsible for arranging all recycling and disposal of waste generated by NIH including transportation to disposal facilities by transporters. The Contractor shall maximize the use of domestic treatment facilities that employ validated, best available technologies to permanently destroy or render the NIH waste nonhazardous. There is significant electronic data tracking required for all of the waste management activities. The Contractor shall also be responsible for performing treatment of chemical, radioactive and mixed wastes at the Waste Management Facility, as allowed by the Part B Permit and NRC License. Treatments include but are not limited to chemical oxidation of mixed wastes, neutralization of corrosive wastes and activated carbon treatment of aqueous radioactive wastes. Other significant Contractor responsibilities include on-site analytical testing as required by regulatory permits and licenses, and providing chemical moving services for NIH researchers undergoing a laboratory relocation. The on-site analytical testing requires the use of various types of Government-provided analytical equipment. The chemical move services are expected to be rather demanding due to the significant magnitude of planned new construction and renovation work at the NIH. Interested businesses with the appropriate level of resources, experience and expertise are encouraged to respond to this notice. The levels of required resources, experience and expertise are listed and described below. 1. Operation of a RCRA TSD Facility for a customer that includes performing on-site treatments. This work requires a high level of staff expertise including but not limited to: an expert knowledge of hazardous waste and Clean Water Act regulations. 2. Operation of a NRC or State licensed waste management facility that includes performing on-site treatments. This work requires a high level of staff expertise including but not limited to: an expert knowledge of radioactive waste and Clean Water Act regulations. 3. Experience and expertise in collecting, receiving, packaging, shipping and disposing of hazardous wastes for a singe customer in quantities similar to the estimated 160 tons of hazardous wastes processed and shipped annually from the NIH. Approximately 300 shipments of hazardous wastes are required annually. This level of service requires extensive resources including but not limited to: an extensive trucking and routing system that can efficiently deliver NIH hazardous waste to designated disposal facilities across the nation; available staff with a high level of expertise in DOT and hazardous waste regulations to ensure compliant packaging and shipping; and an experienced staff capable of operating this type of routing system. 4. Experience in collecting, receiving, packaging, shipping and disposing of radioactive and mixed wastes for a singe customer in quantities similar to the estimated 190 tons of radioactive and mixed wastes processed and shipped annually from the NIH. Approximately 500 shipments of radioactive and mixed wastes are required annually. This level of service requires extensive resources including but not limited to: an extensive trucking and routing system that can efficiently deliver NIH wastes to designated disposal facilities across the nation; available staff with a high level of expertise in DOT and radioactive waste regulations to ensure compliant packaging and shipping; and an experienced staff capable of operating this type of routing system. 5. Experience performing on-site electronic tracking of the types and quantities of waste management activities described above. 6. Experience in performing waste analyses services for chemical, mixed and radioactive wastes. This experience requires staff with an expert knowledge in chemistry and radiation physics plus expert abilities to operate the complex, specialized analytical equipment. 7. Experience in lab packing techniques used for the packaging and shipment of hazardous wastes. These skills are required to perform the chemical moves services required under the contract. This service requires the Contractor to package laboratory chemicals in the same manner as used for hazardous waste shipping and final delivery to another laboratory location. Interested firms responding to this market survey must provide a capability statement demonstrating their experience, expertise, and available resources to perform the various tasks of this requirement. Information submitted should be pertinent and specific to the technical requirements identified above. Include relevant background and experience, references to include contract numbers, dollar value, name of contact, and telephone number. In addition, responses MUST identify the firm?s business size and type of business (e.g., SDB, DB, 8(a), etc.). Two copies of the capability statement must be received at the address identified in this synopsis no later than 30 calendar days from date posted on FedBizOpps. When utilizing a courier service, Federal Express, UPS, or Express Mail, the city, state and zip code MUST read Rockville, MD 20852. Responses by facsimile (FAX) WILL NOT be accepted. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Information received will be considered solely for the purpose of determining whether sufficient small businesses possess the experience, expertise and qualifications to ensure competition under a set-aside acquisition. A determination by the Government not to compete this requirement as a set-aside based upon responses to this notice is solely within the discretion of the Government.
 
Place of Performance
Address: National Institutes of Health, Bethesda, MD
Zip Code: 20892
 
Record
SN00180445-W 20021004/021002213143 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.