Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2003 FBO #0622
SOLICITATION NOTICE

F -- PACKAGE, MANIFEST, SHIP AND DISPOSAL OF RADIOACTIVE WASTE

Notice Date
8/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 11545 Rockville Pike, Rockville, MD, 20852-2738
 
ZIP Code
20852-2738
 
Solicitation Number
RG1-03-262REPOSTED
 
Response Due
8/25/2003
 
Archive Date
9/9/2003
 
Point of Contact
Mona Selden, Contract Specialist, Phone (301) 415-7907, Fax (301) 415-8157, - Michael Turner, Contract Specialist, Phone (301) 415-6535, Fax (301) 415-8157,
 
E-Mail Address
mcs1@nrc.gov, mat1@nrc.gov
 
Description
This is a combined synopsis/solicitation for a commercial item, prepared in accordance with FAR 12.6, as supplemented with additional information included in this notice. This is a simplified acquisition and award will be made in accordance with FAR 13. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Direct all questions or inquiries referencing this RFQ to Mona C. Selden, Contract Specialist (301) 415-7907, e-mail mcs1@nrc.gov AND Michael Turner (301) 415-6535, e-mail mat1@nrc.gov. ALL QUOTATIONS SHALL BE FAXED to (301) 415-8157 NO LATER THAN 12:00 noon, NRC local time, on 08/25/03. All quotations shall be addressed to the U.S. Nuclear Regulatory Commission (NRC), Division of Contracts, Attn: Mona C. Selden, RFQ No. RG1-03-262, 11555 Rockville Pike, Rockville, MD 20852. Solicitation No. RG1-03-262 herein is issued as a Request for Quotation (RFQ). This RFQ is for full and open competition and the North American Industry Classification System Code is 562211. The NRC intends to issue a Commercial Item, Fixed Price Purchase Order with a period of performance of one year. SCOPE OF WORK--The Contractor shall package, manifest, ship, and dispose of the radioactive waste listed in the attachments to this solicitation. The waste shall be disposed of in a licensed facility and the offeror shall have insurance in accordance with the state in which the disposal facility is located. The radioactive waste is divided into five groups: Dry Active Waste (DAW), Interlaboratory Comparison Program Radwaste, LSC Radwaste, Liquid Radwaste, and Calibration Standards for Radwaste. The DAW is packaged in four 55 gallon drums and is ready for manifest preparation, transport and disposal. The remaining waste will have to be packaged for shipment in NRC?s Region I Office, located at 475 Allendale Road, King of Prussia, Pennsylvania. PERIOD OF PERFORMANCE?One year from the effective date of the purchase order. DEADLINE FOR QUESTIONS--All questions concerning this RFQ must be e-mailed to mcs1@nrc.gov AND mat1@nrc.gov no later than 3:00 p.m. NRC local time on 08/15/03. The Contracting Officer (CO) will not respond in writing to questions received after the deadline for receipt of questions. Offerors are notified that all information provided in their proposal must be accurate, truthful, and complete to the best of the offeror's knowledge and belief. The Commission will rely upon all such representations made by the offeror both in the evaluation process and for the performance of the work by the offeror selected for award. PROPOSAL REQUIREMENTS--PRICING--The fixed unit price under this purchase order shall include ALL CHARGES, direct, indirect, e.g., packaging, and shipping costs. All offerors shall submit a fixed unit price for each of the five groups stated above for the one year period of performance. PROPOSAL REQUIREMENTS--TECHNICAL PROPOSAL--The offeror shall submit full and complete information to permit the NRC to perform a thorough evaluation and make a sound determination of whether the offeror will have a reasonable likelihood performing the requirements of this procurement. The proposal shall be fully self-contained, and shall specifically address the technical evaluation factors. EVALUATION FACTORS-- In accordance with FAR 52.212-2(a), the following factors will be used to evaluate offerors: PRICE--To be considered for an award, the proposed price must be realistic and reasonable. Although price is a factor in the evaluation of proposals, technical merit will be a more significant factor in the selection of a contractor. The TECHNICAL EVALUATION FACTOR is Past Performance. To demonstrate PAST PERFORMANCE, provide pertinent details regarding your firm's performance history (quality of services, how well you performed) on contracts in which radioactive waste disposal services were provided. Provide the names and current telephone numbers of at lease five individuals for whom you have, or are currently providing these services. Provide any other pertinent information that will aid in the evaluation of your performance record. Provide a copy of the certificate that is on file with the state where the disposal will take place and proof of insurance in accordance with that state. REPRESENTATION/CERTIFICATIONS/APPLICABLE CLAUSES -- FAR 52.212-1 Instructions to Offerors-Commercial Items, and 52.212-4 Contract Terms and Conditions-Commercial items applies to this acquisition. Offeror must include a completed copy of the provision at 52.212-3 (October 2000) Offeror Representations and Certifications-Commercial Items, with its offer. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition with following additional clauses: 52.203-6, 52.216-18, 52.216-19, 52.216-21, 52.219-4, 52.219-8, 52.219-9, 52.219-16, 52.219-23, 52.222-19, 52.222-21, 52.222-35, 52.222-36, 52.222-37, 52.223-6, 52.225-3, 52.225-13, and 52.232-33. In addition, the following clause applies to this acquisition: Compliance with U.S. Immigration Laws and Regulations -- NRC contractors are responsible to ensure that their alien personnel are not in violation of United States Immigration and Naturalization (INS) laws and regulations, including employment authorization documents and visa requirements. Each alien employee of the Contractor must be lawfully admitted for permanent residence as evidenced by Alien Registration Receipt Card Form 1-151 or must present other evidence from the Immigration and Naturalization Services that employment will not affect his/her immigration status. The INS Office of Business Liaison (OBL) provides information to contractors to help them understand the employment eligibility verification process for non-US citizens. This information can be found on the INS website http://www.ins.usdoj.gov/graphics/services/employerinfo/index.htm#obl. The NRC reserves the right to deny or withdraw contractor use or access to NRC facilities or its equipment/services, and/or take any number of contract administrative actions (e.g., disallow costs, terminate for cause) should the contractor violate the contractor?s responsibility under this clause.
 
Record
SN00397919-W 20030813/030811214055 (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.