Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2008 FBO #2575
SOLICITATION NOTICE

99 -- Recover and Recycle Radioactive Depleted Uranium from Government Furnished Property Items

Notice Date
12/12/2008
 
Notice Type
Presolicitation
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT_PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA860109T00XY
 
Response Due
1/12/2009 10:00:00 AM
 
Point of Contact
William G. Callaway,, Phone: (937) 522-4539
 
E-Mail Address
william.callaway2@wpafb.af.mil
 
Small Business Set-Aside
N/A
 
Description
1. Pre-solicititaion Sources Sought Synopsis (Public Notice). -This Public Notice is an Request For Information to foster effective competition by obtaining capability statements/budgetary estimates (email responses) from companies interested in an award expected in February 2009. This award expects to acquire services "Recover and Recycle Radioactive Depleted Uranium (DU) from Government Furnished Property (GFP) Items " in accordance with herein Performance Work Statement. The complexity of these services typically exceed organic Air Force capabilites and total price will not exceed the simplified acquisition threshold of $100K. This pre-solicitation public notice is advertised for informational purposes and is not a request for quotation, bid, or solicititation. This notice of intent is not a request for competitive quotations; however, the Government will consider all email responses received within thirty (30) calendar days of the issuance of this Public Notice. A determination by the Government not to compete this proposed award, based upon responses to this notice, is solely within the discretion of the Government. Information electronically submitted in accordance with below instructions will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government shall not pay companies for any responses submitted. This Public Notice identifies mandatory current Department of Energy and state licenses which are required to be eligible for consideration as technically capable (responsive) to herein Government requirements. This synopsis seeks responses from large and small business firms. Even though the Government seeks full and open competition the Government reserves the right to solicit and negotiate in accordance with applicable authority of FAR 13.106 and FAR 6.302. The incumbent for annual awards since 1997 has remained Echota Technologies Incorporated. 2 Instructions for submitting Electronic Information: Email responses shall identify and attach copies of mandatory Department of Energy and state licenses to recover and recycle radioactive waste from depleted uranium and various GFP items. Email responses shall not be sent as an executable file (.exe) or as a zip file (.zip) because information technology security systems of WPAFB computers do not allow receipt of such files. Solicitation number is purchase request number. The not later than due date is 30 days after this is posted on FedBizOps. Applicable U. S. Department of Labor Codes are NAICS Code 562211 and SIC Code 4953(Hazardous Waste Treatment and Disposal) with business size standard of $12.5M. Send all responses addressed to: william.callaway2@wpafb.af.mil. 88th CONS/PKPB, 1940 Allbrook Drive Room 109, WPAFB, OH 45433-5309. Reach Mr. Callaway at phone (937)522-4539 and FAX 937-257-3926. WILLIAM G. CALLAWAY DANIEL J. LYONS III DECEMBER 12, 2008 --------------------------------------------------------------------------------------------- PERFORMANCE WORK STATEMENT (PWS): RECOVER AND RECYCLE (R&R) RADIOACTIVE DEPLETED URANIUM (DU) FROM GOVERNMENT FURNISHED PROPERTY (GFP), WRIGHT-PATTERSON AIR FORCE BASE, OH 45433 (WPAFB) December 11, 2008 I. DESCRIPTION OF SERVICES 1.0 Purpose and Responsibilities (Requirement) - The purpose of this work requirement is to provide a contractor non-personal services program to R&R DU, non-radioactive materials and/or precious metals from shipped GFP line items. See GFP line items identified herein "WORKLOAD PERFORMANCE PERIOD". This work requirement tasks the contractor to implement and sustain a licensed program to receive and process line items IAW this PWS. 1.1 License - The contractor shall submit within their technical proposal, evidence of a valid U.S. NRC license or Agreement State license to accomplish contractual requirements. The contractor shall provide to the RSO (88 ABW/CEVO) and the Contracting Officer (88 CONS/PK), a copy of the current U.S. NRC license or Agreement State license. When an applicable license expires during the performance period, the contractor shall provide a current license, or a "deemed timely filed" letter, which records a current license is under review for renewal. Not later than 5 calendar days after receipt of a license renewal, the contractor shall email documented renewal and validation to both the RSO and Contracting Officer. 1.2 Allowable and Allocable Costs - After receipt of DU in GFP line items, the contractor shall be responsible for any facility/personnel radiological decontamination, restoration, disposal costs and statutory fines that may occur after the contractor takes physical possession of any government shipments IAW this performance work statement. 1.3 Overall Technical Scope of Work - The contractor shall provide all labor, equipment, and materials necessary to Recover and Recycle (R&R) DU obtained from various Government Furnished Property (GFP) items. Recovering and Recycling - As a minimum, the contractor shall have a valid U.S. NRC or Agreement State license to accomplish this work. The work includes accepting DU from government sources to recover and recycle DU, non-radioactive materials, and other GFP items. Either the U.S. NRC or agreement state agency shall license the methods for this process. Throughout this Performance Work Statement (PWS) the term R&R apply to non-inherently governmental services to R&R DU, non-radioactive materials, and/or precious metals obtained from GFP items. All non-personal services acquired hereby are not inherently functions performed by Governmental employees. Services acquired hereby require specialized training, certifications and experience that only contractor employees have or can obtain to achieve the delivery schedule of this PWS. The contractor shall provide an R&R facility separate from (outside) Wright Patterson AFB (WPAFB), Ohio. The contractor shall not use WPAFB facilities for this R&R program. 1.4 Environmental Laws and Regulations - The contractor is responsible for compliance with all current environmental laws and regulations (local, state and federal). Regulations and licenses issued by an agreement state can be used to comply with applicable, current environmental laws that implement regulations of U.S. Nuclear Regulatory Commission (NRC). The contractor shall be familiar with and have immediate access to sustain compliance with applicable environment states and regulations s of the NRD or applicable Agreement State. In the event applicable regulation rule changes are made during this contract, the contractor shall comply with the most current 'new" rules. 1.5 Program Management - The Office of Environmental Management, Operations Branch, WPAFB Radiation Safety Office (RSO) shall notify the contractor of the estimated date the DU will be shipped, the type of DU (aircraft counterweights) and the estimated radioactivity of each shipment. Not later than five calendar days following receipt of a shipment, the contractor shall send email notification to the RSO. This email notification shall identify to the RSO the following: the receipt date of shipment; location received from; and line item descriptions, total unit quantity line items, and total radioactivity received. 1.6 Storage and Shipment - The government shall be responsible for transport, shipment of the DU GFP items to the contractor. The contractor shall be responsible for the storage of the DU GFP items received from the government. Containers that accompany the shipment may be returned to the RSO at contractor's expense or requested by the government for the contractor to hold until the government can retrieve them from the contractor's location at the government's expense. 1.7 Accountability - DU items will be accumulated by the RSO at WPAFB or other government locations, such as Department of Defense bases, posts, facilities, operating locations or sites depending on local storage and handling conditions. The contractor shall not store any materials on WPAFB for the purposes of this contract. 1.8 Damages -The contractor shall, without additional costs to the government, be responsible for all damages to persons or property, when the contractor is negligent. The contractor shall take all necessary precautions to protect workers, the public and property of others. 1.9 Transportation - The RSO or other government locations may ship to the contractor by way of commercial or government transportation. In the case of government transportation, the contractor shall not be held liable for any incidents involving DU while it is in transit or in the possession of the government. 1.10 Storage Record keeping - The contractor shall develop and maintain records of each shipment received from the government under this contract. Each package received by the contractor shall bear an identification number assigned by the RSO. The contractor's records shall include as a minimum, the date each shipment was received, location the received shipment originated from, total number and types of items and radioactivity of each shipment. Any receipt record or billing notice (invoice) shall not contain the words "Received for Disposal" or any other similar phrase. 1.11 Uses - The contractor will recover and recycle DU, non-radioactive materials and other GFP items is deemed necessary by the contractor. The government shall not be held liable for any storage, compaction or disposal costs incident to subject recovery and recycling process or for any DU that cannot be recycled. 1.1.2 Disposal - Items that cannot be recycled shall be the responsibility of the contractor to store at their facility or dispose of in a US NRC or Agreement State licensed disposal site, at the contractor's expense, and shall not be disposed of in any sanitary landfill. 1.13 Decontamination - The contractor shall provide recovery and recycling facilities outside the premises of WPAFB, OH. Materials used for radiological decontamination shall be the responsibility of the contractor using appropriate means in accordance with applicable laws and regulations and for the disposal of such materials to the extent that such disposal pathways exist. Radioactive and government markings, stamps, etchings on GFP items, if applicable, shall be defaced or removed prior to unrestricted release on non-radioactive components. The contractor may retain any non-radioactive materials associated with the radioactive components for reuse or recycling. No items, radioactive or non-radioactive, shall be returned to the government without written authorization from the Recovery and Recycling Program Manager of the 88 ABW/CEVO. 1.14 GFP Line Items - The government shall furnish each contractor with DU items to be recovered and recycled, Non-radioactive materials and other GFP items in shipping containers packaged per US Department of Transportation regulations. The Government will pay transportation costs of all GFP items to contractor facilities. II. WORKLOAD PERFORMANCE PERIOD 2.0 The contractor shall accumulate, recover & recycle DU from government furnished aircraft counterweights for a period of performance scheduled to be completed no later than 180 calendar days after the award date or 90 days after receipt of all shipped GFP whichever date occurs earlier. The government quantities of DU will be issued in one shipment for this performance period. Line Item 0001 Description Quantity in Pounds Fixed Price Per Pound Fixed Price Total R&R DU from GFP 12,800 $ $ III. AUTHORIZED CALL LIST: QUALITY ASSURANCE PERSONNEL ADMINISTRATION 3.0 Authorized Government Approvals - To expedite authorized quality assurance and Government Acceptor approvals the contractor shall comply with all terms and conditions in the 88 CONS G-001 Clause and accurately submit the Wide Area Work Flow electronic form entitled "Combo Receiving Report and Invoice". The contractor shall communicate technical issues about inspection, acceptance and quality assurance to officials herein Table entitled "AUTHORIZED CALL LIST: QUALITY ASSURANCE PERSONNEL ADMINISTRATION". All Quality Assurance Personnel (QAP) within the 88 ABW/CEV, Air Force Radioactive Recycling and Disposal (AFRRAD) are authorized to place calls against existing contracts and inspect and certify invoices to those existing contracts. Numbers of QAP in the table below identify the order of precedence. In the case the Primary QAP cannot be reached the next individual listed should be contacted. Table: AUTHORIZED CALL LIST: QUALITY ASSURANCE PERSONNEL ADMINISTRATION 1. Christopher L. Anthony Primary Quality Assurance Personnel (Inspector) and Government Acceptor 88 ABW/CEVO 1450 Littrell Road WPAFB, OH 45433-5209 (937) 257-5865 christopher.anthony@wpafb.af.mil 2. Brian G. Harcek Alternate Quality Assurance Personnel (Inspector) and Government Acceptor 88 ABW/CEVO 1450 Littrell Road WPAFB, OH 45433-5209 (937) 257-7320 brian.harcek@wpafb.af.mil 3. David G. Martin 88 ABW/CEVO 1450 Littrell Road WPAFB, OH 45433-5209 (937)257-7315 david.martin2@wpafb.af.mil 4. Benton M. Wilmoth 88 ABW/CEVO 1450 Littrell Road WPAFB, OH 45433-5209 (937) 257-5713 benton.wilmoth@wpafb.af.mil 5. Mark L. Mays 88 ABW/CEV 1450 Littrell Road WPAFB, OH 45433-5209 (937) 257-2121 mark.mays@wpafb.af.mil 3.1 Normal Duty Hours - Normal duty hours are defined as 0730 to 1630, Monday through Friday, except Federal Holidays, for all customer service communications and functions. 3.2 Base Access during Federal Holidays - Typically, the contractor will not to provide services on US Federal holidays. For extraordinary contractor transport of GFP line items to and from the 88th ABW Security Forces Squadron (SFS) designated commercial gate at WPAFB, the contractor will e-mail both the 88th ABW/SFS and required Government escort (sponsor). The Required Government escort (sponsor) is the primary Quality Assurance Personnel (Inspector) listed in Paragraph V. This notice shall be submitted at least 5 calendar days before any of the following Federal holidays: • New Year's Day Martin Luther King Day • Presidents Day Memorial Day • Independence Day Labor Day • Columbus Day Veterans Day • Thanksgiving Christmas CHRISTOPHER L. ANTHONY AFRRAD Program Manager
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=51d0d4f3e84268f343e6795d33fedadd&tab=core&_cview=1)
 
Place of Performance
Address: WPAFB, Fairborn, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN01718108-W 20081214/081212215249-51d0d4f3e84268f343e6795d33fedadd (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.