Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2003 FBO #0540
SOURCES SOUGHT

S -- Wet Wash Laundry and Decontamination Services for Radioactive Personnel Protective Clothing, Non-regulated clothing and Respirator Face Pieces

Notice Date
5/21/2003
 
Notice Type
Sources Sought
 
Contracting Office
825 Jadwin Avenue P.O. Box 550, A7-80 Richland, WA 99352
 
ZIP Code
99352
 
Solicitation Number
DE-RP06-03RL14528
 
Response Due
1/29/2003
 
Point of Contact
Stacie Sedgwick, Contracting Officer, 509-372-0985, Stacie_L_Sedgwick@RL.gov;Stacie Sedgwick, Contract Specialist, 509-372-0985, Stacie_L_Sedgwick@RL.gov
 
E-Mail Address
Email your questions to Stacie Sedgwick, Contract Specialist
(Stacie_L_Sedgwick@RL.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of Energy, Richland Operations Office is seeking sources for 1) pick-up and delivery transportation services (TS) for radioactive personnel protective equipment, non-regulated clothing, and respirator face pieces on the Hanford Site 2) radioactive personal protective clothing (PPE) wet wash laundry decontamination and monitoring services, 3) wet wash laundry services for non-regulated clothing, and 4) respirator face piece cleaning, decontamination, testing, and repairing services. This announcement constitutes an official Sources Sought synopsis. This notice does not constitute a commitment by the Government. The transportation service will require the coordination of TS for pick-up and delivery of PPE, non-regulated clothing and respirator face pieces for the Hanford Site Closed Loop System (CLS) users. This coordination will be between the cleaning vendor(s)and the Hanford Site CLS users. The contractor shall maintain a customer service desk to aid Hanford Site users and the cleaning vendor(s) in resolving conflicts, coordinating special deliveries and pickup requests or any other related issues. Some of the CLS have one delivery point and several pick-up points. The contractor shall be responsible for transporting PPE to and from approximately 20 closed loop systems. Weekly pick-up and delivery is needed for most CLS users however, several are on a will call for service schedule. The CLS Tank Farms East requires two pick-ups and deliveries each week. The contractor shall pick-up and deliver PPE shipments between the hours of 8:00 a.m. and 3:00 p.m. local time. The contractor shall provide and be responsible for the vehicles used to transport contaminated and non-contaminated PPE. It shall be the contractor?s responsibility to ensure that the vehicles used are appropriate for safely transporting these items. The contractor shall provide the necessary containers/ equipment to transport the laundry to and from the facilities in accordance with applicable Federal, state and local laws and regulations. TS drivers will be required to have a security clearance. Trucks will be free released from radiological contamination at the end of each day. The contractor will need to be able to decontaminate trucks if needed. The PPE will need to be wet washed processed to decontaminate the clothing to meet the Statement of Work (SOW) radiological release requirements. The PPE will consist of laboratory coats, cotton hoods, blended material coveralls, protective gloves, canvas boots and shoes and rubber shoes and boots. Other items used as radioactive protective clothing will be process and may require special handling. Examples of these items: Fram-Tex suits, flame resistant clothing and plastic suits. Monitoring each item to the SOW release limits may vary depending on requirements for each CLS. Coveralls and lab coats will be folded and bagged. All other items will be bagged according to the SOW requirements. Any items not passing the monitoring limits will be re processed 1 time. Items found in clothing pockets, clothing that will not pass the monitoring will be returned to the CLS. Each CLS will be processed separately to prevent cross contamination. Repair of items will be required on an economically feasible basis. Non-regulated clothing will require a wet wash laundry services. The non-regulated clothing items consist of blue, gray, green, orange, brown coveralls, laboratory coats, throw rugs, mop heads, towel rags and bath towels. Coveralls and laboratory coats will be folded. The special flame resistant clothing may require special processing and handling. This service will require the processing of several CLS, each to be processed separately to prevent mixing of the various loops. The CLS owns the clothing and is responsible for replacements, additional inventory or inventory reductions. No non-regulated clothing will be processed with the same equipment that regulated equipment is processed in. Repair of items will be required on an economically feasible basis. The respirato r face piece cleaning service requires the contractor to decontaminate, clean, test, inspect, repair (as required), disinfect, and bag all respirator face pieces for each CLS. The CLS owns the respirator face pieces and is responsible for replacements, additional inventory or inventory reductions. Some of the CLS have one delivery point and several pick up points. Respirator face piece services shall be in accordance with Occupational, Safety, and Health Administration (OSHA) requirements 29 CFR 1910.134, and American National Standards Institute (ANSI) Standard Z88.2. All necessary repairs shall be made to keep each respirator face piece in a usable condition. After final inspection and being disinfected, the respirator face piece shall be sealed in individual plastic bags. The bag needs to be 10 mil. in thickness as a minimum. These bags will need to be placed in a cardboard box for storage and shipment. The NAIC for the transportation service is 484110; size standard $21.5 mil. The NAIC for the respirator face piece cleaning service and the laundry service is 812332; size standard $12 mil. This acquisition will be a Performance-Based Service Contract, which we will structure around "what" is required as opposed to "how" the contractor should do the work. This is not a Request for Proposal (RFP) or an Invitation for Bid (IFB), nor is it to be construed as a commitment by the Government at this time; it is the Government's intent to award a five year basic contract with five one-year option periods. The successful offeror will be selected based on a Best Value Decision, with the intent of utilizing Price/Performance Tradeoff procedures. This is not a request for proposal and no solicitation is available at this time. Interested contractors that can demonstrate the ability to provide one or all of the described services, are invited to submit information as to their capabilities and any other pertinent data to the address above, to be received no later than 15 days from date of this notice. In order to assess set-aside possibilities, interested parties are invited to respond by submitting a letter identifying your business as; 1) small business (SB), 2) 8(a), 3) HUBZone small business, 4) small disadvantaged business (SDB), 5) woman-owned small business (WOSB), or 6) service-disabled veteran-owned small business (SDVOSB). The Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Check the ?Industry Interactive Procurement System ? (IIPS) website at the address below to obtain information pertaining to this acquisition. The IIPS page is located at http://e-center.doe.gov. At this internet site, you will also be able to register with IIPS, enabling you to download the solicitation when it?s available and to submit a proposal. If you need technical assistance in registering or for any other IIPS function call the IIPS Help Desk at (800) 683-0751 or email the personnel at IIPS_helpdesk@pr.doe.gov. Questions relating to the acquisition must be submitted electronically to the Contracting Officer via IIPS. All responses to questions will be released on the IIPS home page.
 
Web Link
Click here for further details regarding this notice.
(http://e-center.doe.gov/iips/busopor.nsf/Solicitation+By+Number/DE-RP06-03RL14528?OpenDocument)
 
Record
SN00329704-W 20030523/030521213602 (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.