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 Americium 241 from Governemt Furnished Property Items, M8A1 Chemical Agent Detector (CAD) Cells

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
FA860109T00XX
 
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 January 2009. This award expects to acquire services "Recover and Recycle Radioactive Americium 241 from Government Furnished Property Items, M8A1 CHEMICAL AGENT DETECTOR (CAD) CELLS 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 NRD 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 Americium 241 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. CALLWAY DANIEL J. LYONS III DECEMBER 12, 2008 PERFORMANCE WORK STATEMENT (PWS) RECOVER AND RECYCLE RADIOACTIVE AMERICIUM-241 FROM GOVERNMENT FURNISHED PROPERTY, M8A1 CHEMICAL AGENT DETECTOR (CAD) CELLS WRIGHT-PATTERSON AIR FORCE BASE, OH 45433 (WPAFB) December 11, 2008 I. DESCRIPTION OF SERVICES 1.0 Scope - The contractor shall provide all labor, equipment, and materials necessary to Recover and Recycle (R&R) Americium-241 and/or any precious metals deemed recyclable obtained from various Government Furnished Property (GFP) Chemical Agent Detector (CAD) Cells. Throughout this Performance Work Statement (PWS) the term R&R apply to non-inherently governmental services to R&R CAD Cells, non-radioactive materials, and 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. 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). All GFP shipment quantities of CAD Cells and the Delivery Schedule are identified in Section II. 1.1 Program Management Shipment Forms - Before all GFP shipments, the Radiation Safety Office (RSO) of the Environmental Management Division, Operations Branch at WPAFB (WPAFB RSO) will electronically notify the contractor via any contractor generated form. The WPAFB RSO typically will electronically provide the contractor an RSO inventory of GFP to R&R when electronic pre-shipment contractor forms are not required. 1.2. Regulatory - Before award the contractor will electronically provide a valid United States Nuclear Regulatory Commission (U.S. NRC) or current Agreement State license to WPAFB RSO in order to meet minimum Government requirements and be eligible for award. 1.3 Shipments - The WPAFB RSO will accumulate and transport Am-241contained within CAD Cells (GFP) to the contractor by commercial and/or government carriers in two separate shipments. The contractor shall not be held liable for any incidents involving GFP in Government possession and in transit GFP shipments. 1.4 Recordkeeping - All contractor provided services shall comply with mandatory U.S. NRC recordkeeping and Section III QUALITY ASSURANCE AND GOVERNMENT ACCEPTOR INSTRUCTIONS. All GFP receipt records and billing notices (invoices) shall not contain the words "Received for Disposal" and any similar phrase. 1.5 Disposal and Defacing - Items that cannot be recovered and recycled shall remain the sole responsibility of the contractor to store at their facility and dispose of in a U.S. NRC or Agreement State licensed disposal site. All applicable radioactive warning labels and government markings, stamps, etchings and GFP serial numbers shall be defaced and removed prior to unrestricted release.   II. WORKLOAD PERFORMANCE PERIOD 2.0 Workload of Multiple (Phased) GFP Shipments - The performance period for all multiple GFP shipments (Performance Phase 1 and 2) ends not later than (NLT) 120 days after award date or 30 days after the contractor electronically confirms final receipt and acceptance of separate phased shipments whichever occurs earlier. The two phased shipments and deliveries coincide with the WPAFB receiving GFP from other government agencies and removing the source housings from the CAD Cells. Shipments of CAD cells to the contractor are scheduled as Phases 1 and 2 herein Table 2.0. The Phase 1 GFP shipment will be No Later Than (NLT) 15 days after the award of the contract. The Phase 2 GFP shipment will be NLT 15 days after the first shipment. The contractor shall R&R 2,000 CAD Cells (1000 per performance phase). Table 2.0 Performance Phased Delivery Line Items Multiple Delivery Item Schedules GFP Description Approx. Activity (Ci) Quantity Units (Each) Unit Price Fixed Price 0001: Phase 1 Completed NLT 30 Days After Award or 15 days after receipt of Phase 1 Shipment First Shipment of M8A1 CAD Cells 0.25 1000 $ $ 0002: Phase 2 Completed NLT 60 Days After Award or 15 days after receipt of Phase 2 Shipment Second Shipment of M8A1 CAD Cells 0.25 1000 $ $ PWS Total R &R Services 0.75 2000 ----- $ 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". 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. 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 functions. 3.2 Base Access during Federal Holidays. Typically, the contractor will not to provide services on U S 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) typically is the primary Quality Assurance Personnel (Inspector) for this award. 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 3.3 Environmental Laws and Regulations - The contractor shall be familiar with and have immediate access to sustain compliance with applicable environmental statutes and regulations of the NRC, Agreement State and more specific state license documents. In the event that applicable regulatory rule changes are made during this contract, the contractor shall comply with the most current "new" rules. CHRISTOPHER L. ANTHONY, AFRRAD Program Manager
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cfe44b9cb7d49fea257c9483714a7cf6&tab=core&_cview=1)
 
Place of Performance
Address: WPAFB, Fairborn, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN01718143-W 20081214/081212215348-cfe44b9cb7d49fea257c9483714a7cf6 (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.