Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2011 FBO #3507
SOLICITATION NOTICE

11 -- DFS Jam Sensors Removal - Solicitation (Part 1 of 2)

Notice Date
6/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, Anniston Chemical Agent Disposal Facility (ANCDF), 3580 MORRISVILLE ROAD, Anniston, Alabama, 36201, United States
 
ZIP Code
36201
 
Solicitation Number
ANCDF-RFQ-W11-1447
 
Archive Date
7/12/2011
 
Point of Contact
Ashley Rollins, Phone: 256-238-0721 x 131
 
E-Mail Address
ashley.rollins@wancdf.com
(ashley.rollins@wancdf.com)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Part 2 of 2 Solicitation Part 1 of 2 The Subcontractor is to provide labor, materials and equipment necessary to remove the radioactive source from the seven DFS jam sensors (016-XS-19, 016-XS-207, 016-XS-208, 016-XS-209, 016-XS-210, 016-XS-05 and 016-XS-821). The Subcontractor has (2) options to remove the radioactive source: •1. Remove, handle and properly disposition the entire sensor (source holder) with the radioactive source included; or •2. Remove, handle and properly disposition the radioactive source only and leave the source holder to be disposition by ANCDF. The following Ohmart-Vega jam sensors located on the DFS will be removed: •1. The (4) jam sensors (016-XS-207, 016-XS-208, 016-XS-2019, 016-XS-210) located on the DFS feed chutes. •2. The (1) jam sensor (016-XS-019) located on the DFS kiln. •3. The (2) jam sensors (016-XS-058 and 016-XS-821) located on the Heated Discharge Conveyor (HDC). •· These jam sensors have never been exposed to liquid agent. •· See Section J, Attachment N for reference drawings on location(s) of sensors Subcontractor supplied materials will include proper packaging, labeling and shipping documentation for the radioactive source. Disassembly of ANY components other than the (7) Ohmart-Vega jam sensors will not be allowed by this scope of work. Package for shipment in accordance with DOT regulations, and take possession / responsibility / ownership for the sources. Submit final documentation to ANCDF upon removal from site certifying the transfer of possession of all seven Cs-137 sources to an appropriately licensed entity of the Nuclear Regulatory Commission (NRC). Demobilize upon completion of all tasks performed. Offerors are to submit detailed proposals describing the methods and sequences to accomplish the tasks listed above. Subcontractor must be licensed by the Nuclear Regulatory Commission (NRC) to perform this work with these sources and types of gauges; provide evidence of current license. The Subcontractor must be familiar with the gauges and have working knowledge of the radiation safety risks, as well as, the details regarding the gauges themselves. The Subcontractor must possess a license that specifies authorization to accept these source / gauges; provide evidence of current license. Personnel packaging sources / source holders for shipment must have current training as required by NRC (i.e. annually); provide evidence of current training. Work areas described in the scope of work are in Munitions Demilitarization Building (MDB) and therefore, require having M-40 masks in personal possession. Subcontractor shall clean up all applicable work site(s) at the end of each work shift and when the scope of work is complete. Packaging of materials for mail or commercial transport shall be in compliance with all applicable Federal, State and local laws and regulations, and sound business practice. Each package, report or other deliverable shall be accompanied by a letter or other document which: •1. Indentifies the subcontract number under which the item is being delivered. •2. Indentifies the deliverable item number or report requirement, which requires the delivered item(s). •3. Except as agreed to in writing by WA's Subcontract Administrator, for any package, report, or other deliverable being delivered to a party other than WA's prospective Subcontractor, a copy of the document required shall be simultaneously provided to WA's Subcontract Administrator. Subcontractor shall provide copy of current certifications for fall protection and scaffolding. ANCDF will provide scaffolding and ladder / lifting equipment as necessary. ANCDF will provide escort(s) for Chemical Limited Area (CLA) and Chemical Exclusion Area (CEA) access as required. ANCDF will provide mechanical and electrical support as needed to remove obstructions and determinate wiring. ANCDF will provide OSHA required access to each of the source locations. There shall be no deviation from the original scope except as allowed through ANCDF Subcontracts and Engineering as required depending on the changes being recommended. Subcontractor(s) will participate in the pre-job briefings to ensure that good communications are established with ANCDF Subcontracts, Engineering and Maintenance departments before any work begins. Extreme caution shall be taken to ensure that unplanned outages will not occur.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/74bcafdeb32462781ff477d5ae5339e5)
 
Place of Performance
Address: Anniston, Alabama, 36201, United States
Zip Code: 36201
 
Record
SN02486405-W 20110702/110630234849-74bcafdeb32462781ff477d5ae5339e5 (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.