Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2010 FBO #3158
SOLICITATION NOTICE

J -- RESOURCE COBALT HIGH DOSE RATE IRRADIATOR

Notice Date
7/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, Maryland, 20814-4799
 
ZIP Code
20814-4799
 
Solicitation Number
EHS00003RES
 
Archive Date
8/14/2010
 
Point of Contact
Christina Johnson, Phone: 3012953069, Anthony M Revenis, Phone: 301-295-3068
 
E-Mail Address
cjohnson@usuhs.mil, arevenis@USUHS.mil
(cjohnson@usuhs.mil, arevenis@USUHS.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Uniformed Services University of the Health Sciences (USUHS), located on the National Naval Medical Campus in Bethesda, MD has a requirement to solicit offers to award a firm-fixed price purchase order to resource a J.L. Shepherd Model 109-85 Irradiator. The text of this document is available for download at this website, https://www.fbo.gov (Federal Business Opportunities (FedBizOpps), by the reference number: EHS00003RES). It is the offeror's responsibility to monitor FedBizOpps for the release of any amendments. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a request for quotes (RFQ) for commercial services in accordance with FAR Part 12-Acquisition of Commercial Items and FAR Part 13-Simplified Acquisition Procedures. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular 05-44. This solicitation is set-aside for small businesses and the applicable NAICS code for this requirement is 334517 - Irradiation Apparatus Manufacturing with a size standard of 500 employees. Statement of Work (SOW) 1) SPECIFIC TASK: The cobalt-60 source in the current Model 109-85 irradiator is to be replaced with a new source. The contractor is required to refuel the Model 109-85 irradiator with 8,500 curies of cobalt-60. 2) TECHNICAL TASKS: The Contractor shall accomplish the following tasks to comply with this Statement of Work (SOW). a) Comply with all applicable Nuclear Regulatory Commission (NRC) regulations, Federal rules and regulations and Department of Defense regulations. b) The Contractor shall be responsible for making all the arrangements with the appropriate authorities for all transportation requirements. The Contractor shall also supply all equipment directly related to the source handling such as positioning devices, remote handlers, lead steel containers, and lead brick shielding necessary for performing all work on site at USUHS. c) Remove old cobalt sources. The contractor shall remove and dispose or recycle current cobalt sources from the current irradiator before installing new sources. The Contractor shall be licensed by the NRC or an Agreement State to take possession and remove, decommission, transport, dispose and/or recycle the Model 109-85 sources being replaced. d) Installation of new sources. New sources will be recognized by the NRC and shall be certified and approved sealed sources and devices. The nominal activities shall be certified as 8500 Ci +/- 5% cobalt 60. 3) TRANSPORTATION QUALITY ASSURANCE PROGRAM: The Contractor shall possess a current NRC approved Department of Transportation (DOT) Transportation Quality Assurance Program to package and transport a cobalt 60 equal to or greater than that of the new source. 4) SOURCE CALIBRATION: The Contractor shall perform source calibrations at a one meter distance from the source capsule centerline to the radiation detector surface. Instrumentation used to calibrate the sources must be certified as traceable to the National Institute of Standards and Technology (NIST). 5) PERFORMANCE PERIOD: All work including training shall be completed within 180 working days. One full day shall be set aside to allow for training. Saturdays, Sundays, Federal holidays, and facility shutdowns are excluded. 6) LICENSES, CERTIFICATES and ASSURANCE of QUALITY and SAFTY PLAN: The contractor is required to submit the following with their offer: 1. One copy of the contractor's current Radioactive Materials License 2. One copy of the Contractor's Transportation Quality Assurance Program 3. One source removal, installation and safety-emergency plan (see evaluation factor(s)) Price: The contractor should provide pricing as set up below: Contract Line Number (CLIN), description, and unit of issue. CLIN 0001 Removal and disposal of current Cobalt-60 sources 1.00 jb tiny_mce_marker__________ CLIN 0002 Ship, install and calibrate new Cobalt-60 sources 1.00 jb tiny_mce_marker__________ Evaluation Factor(s) The government will award a firm-fixed-price (FFP) contract resulting from this solicitation to the responsible offeror whose offer conforms to the combined synopsis/solicitation, and is most advantageous to the government, based on price and the technical factor listed below. Technical - Technical acceptability will be determined solely on the content and merit submitted in response to this synopsis as it compares to the details outlined in the statement of work provided above. Therefore, it is essential for the offerors provide sufficient documentation, etc., in order for the Government evaluation team to make an adequate technical assessment of the proposal as meeting technical acceptability. 1) Standard of Operating Procedures (SOP): Describe your standard operating procedures, equipment and vehicles for the removal and transporting radioactive materials. Include security and safety measures taken for the transportation, disposal and installation. The following provisions and clauses apply to this contract: • 52.212-1 Instructions to Offerors-Commercial Items • 52.212-2 Evaluation-Commercial Items • 52.212-3 Offeror Representations and Certifications-Commercial Items • 52.212-4 Contract Terms and Conditions-Commercial Items • 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items • 52.219-6 Notice of Total Small Business Set-Aside • 52.222-3 Convict Labor • 52.222-19 Child Labor-Cooperation with Authorities and Remedies • 52.222-21 Prohibition of Segregated Facilities • 52.222-26 Equal Opportunity • 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans • 52.222-36 Affirmative Action for Workers with Disabilities • 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans • 52.223-3 Hazardous Material Identification and Material Safety Data • 52.225-1 Buy America Act-Supplies • 52.228-5 Insurance - Work on a Government Installation • 52.232-36 Payment by Third Party • 252-223-7001 Hazard Warning Labels Full-text versions provisions and clauses can be accessed electronically at https://acquisitioin.gov/far/index.html. To be eligible for contract award, a contractor must be registered with the Central Contractor Registration (CCR) database. For instructions on registering with the CCR, please see the CCR web site at http://www.ccr.gov. All offerors are required to submit a completed copy of the Federal Acquisition Regulations (FAR) Provision 52.212-3, Offeror Representations and Certifications - Commercial Item, with their offer. Also, list your DUNS number and Cage Code Number. Questions must be submitted via e-mail to cjohnson@usuhs.mil by July 21, 2010. Questions will not be answered over the phone and questions submitted after this date will not be answered. All quotes are due July 30, 2010 at 3:00 PM EST. Quotes may be e-mailed to cjohnson@usuhs.mil, faxed to 301-295-1716, or mailed. Your offer must reference: EHS00003RES.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USUHS/BethesdaMD/EHS00003RES/listing.html)
 
Place of Performance
Address: 4301 Jones Bridge Road, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN02208492-W 20100718/100716234943-630aeca198eabe064c90a066a20bb6e9 (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  © 1994-2020, Loren Data Corp.