Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
MODIFICATION

V -- Transportation and Disposal of Surface Contaminated Objects (SCO)

Notice Date
9/8/2011
 
Notice Type
Modification/Amendment
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-11-RQ-0591
 
Archive Date
9/28/2011
 
Point of Contact
Joni L Laster, Phone: 301-975-8397, Carol A. Wood, Phone: 301-975-8172
 
E-Mail Address
joni.laster@nist.gov, carol.wood@nist.gov
(joni.laster@nist.gov, carol.wood@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The solicitation is hereby amended to respond to questions submitted, incorporate changes to the requirements, change the line item schedule, and incorporate changes to the required submissions as follows: 1. Questions and Answers: Question: Does NIST have photos of the waste matrices? Answer: No, photos are not available Question: Does NIST have any preliminary characterization data available for review? Answer: This information has been provided in the solicitation (isotopes and approximate contamination level). Question: Does NIST have photos and specification documents for the B-25 boxes? Answer: No Photos shall be provided, however, they can be viewed at the supplier’s website http://www.c-p-c.com/products/B-25.html. NIST has IP-1 certification papers, and drawings for the boxes, which shall be provided upon award of a purchase order. Question: In reference to Line Item 0001, are the referenced weights the gross amount or the net amounts of material being shipped for disposal? Answer: The weights are gross weights, inclusive of the weights of the B-25 boxes Question: Can NIST verify that all of the B-25 boxes will be able to ship on one truck? Answer: NIST anticipates that two (2) flat-bed tractor trailer trucks shall be necessary. These can be schedule to depart the same day, therefore; only one (1) day on-site would be required for the brokerage/shipping agent Question: The RFQ makes several references to Line Items 0001 & 0002. However, there is only Line Item 0001listed within the RFQ? How many line items are there? Answer: The solicitation has been amended to include Line Item 0001 and Line Item 0002. Reference the changes to requirements herein. Question: Has a Hub zone set-aside be considered for this requirement? Answer: This is not a Hub-zone set-aside, it is a small business set-aside. All timely responses, from responsible small businesses, shall be considered. Question: Would a time and materials price quotation be considered? Answer: The requirement is for a firm-fixed price quotation, a time and materials quotation is not acceptable. Question: Can you further explain the requirement “The Contractor shall take title to the B-25 boxes”? This remains a grey area and open for interpretation. Answer: The Contractor shall decontaminate the interior surfaces of the boxes and take ownership of them. Any resultant waste from this Contractor decontamination effort shall be disposed of by the Contractor. The boxes were new when loaded, and any contamination on the inside surfaces of the boxes will be a small fraction of what was on the exterior surfaces of the loaded contents. The pipe sections, etc. were drained and essentially dry when loaded, they have been stuffed with wipes into the open pipe ends, etc. Therefore, the potential contamination levels on the box interiors are expected to be low. The box interior surfaces are new, flat and non-porous steel, which will facilitate decontamination. NIST understands that under Federal Law, NIST agrees that NIST will remain the generator of the waste forever. The Contractor is responsible for disposal of the radioactive materials in accordance with NRC 10CFR Ch.61.Para55, Class A LRW. 2. The following changes to the requirements are hereby incorporated: FROM: The Contractor shall take title to the B-25 boxes, and shall base all quoted pricing on the not-to- exceed (nte) gross loaded weights of B-25 boxes as specified in line items 0001 & 0002. TO: The Contractor shall take ownership of, decontaminate the B-25 boxes, and shall base all quoted pricing on the not-to- exceed (nte) gross loaded weights of B-25 boxes as specified in line item 0001& 0002. It is expected that any contamination on the interiors of the boxes will be removable by wiping with standard spray cleaners and wipes. The Contractor shall decontaminate the interior surfaces of the boxes and take ownership of them. Any resultant waste from this Contractor decontamination effort shall be disposed of by the Contractor. The boxes were new when loaded, and any contamination on the inside surfaces of the boxes will be a small fraction of what was on the exterior surfaces of the loaded contents. The pipe sections, etc. were drained and essentially dry when loaded, they have been stuffed with wipes into the open pipe ends, etc. Therefore, the potential contamination levels on the box interiors are expected to be low. The box interior surfaces are new, flat and non-porous steel, which will facilitate decontamination. NIST understands that under Federal Law, the title of the waste remains with NIST. The Contractor is responsible for disposal of the radioactive materials in accordance with NRC 10CFR Ch.61.Para55, Class A LLRW. 3. The following changes are hereby incorporated to the line item schedule: FROM: All responsible quoters shall provide a quotation for the following line item: LINE ITEM 0001: Quantity one (1) job, Processing/disposal of B-25 boxes of components (internally contaminated) from a decommissioned system, not to exceed a quantity of 30,000 lbs., and processing/disposal of B-25 boxes of surplus storage racks (externally contaminated), not to exceed a quantity of 10,000 lbs in accordance with the requirements stated herein. TO: All responsible quoters shall provide a quotation for the following line items: LINE ITEM 0001: Quantity one (1) job, Processing/disposal of B-25 boxes of components (internally contaminated) from a decommissioned system, not to exceed a quantity of 18,000 lbs gross weight, in accordance with the requirements as stated herein. Contractor shall bill and be paid based on the final weight; LINE ITEM 0002: Quantity one (1) job, Processing/disposal of B-25 boxes of surplus storage racks (externally contaminated), not to exceed a quantity of 8,000 lbs gross weight, in accordance with the requirements stated herein. Contractor shall bill and be paid based on the final weight; 4. The following changes are hereby incorporated into the required submissions: FROM: All quoters shall submit the following: 1) An original and one (1) copy of a firm-fixed price quotation which addresses line item 0001and contains all costs which include but are not limited to: A. Processing/Disposal of the B-25 boxes in accordance with solicitation requirements; B. Shipping Agent/Broker Fees which must be inclusive of travel expenses and the individual’s time on site at NIST; C. Transportation of Tractor Trailer to include all applicable fees and driver and trailer detention to allow loading at NIST site; 2) For the purpose of evaluating technical capability: Quotations shall include documentation to include applicable literature, web links and a technical description of the methodology the Contractor has chosen to use for disposition of the radioactive materials. a. A discussion of the Contractor’s methodology for the disposal of the radioactive materials for required services; b. Direction to specific web links for the method proposed; c. Documentation of licenses applicable for the required methodology; d. A statement documenting where the disposition work will be done and at what facility. e. Documentation of the license for transporting and disposing of radioactive materials. 3) For the purpose of evaluation of past performance: A list of references for whom the same work has been performed. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; the date of delivery or the date services were completed and a description of the equipment sold and or service provided to each reference; 4) Acceptance of Terms (Addendum to FAR 52.212-1(b)(11)): This is an Open-Market Combined Synopsis/Solicitation for services as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” OR The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s): Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation. TO: All quoters shall submit the following: 1) An original and one (1) copy of a firm-fixed price quotation which addresses both line items 0001 & 0002 and contains all costs which include but are not limited to: A. Processing/Disposal of the B-25 boxes in accordance with solicitation requirements, a firm fixed price per lb shall be provided; B. Shipping Agent/Broker Fees which must be inclusive of travel expenses and the individual’s time on site at NIST; C. Transportation of Tractor Trailer to include all applicable fees and driver and trailer detention to allow loading at NIST site; 2) For the purpose of evaluating technical capability: Quotations shall include documentation to include applicable literature, web links and a technical description of the methodology the Contractor has chosen to use for disposition of the radioactive materials. a. A discussion of the Contractor’s methodology for the disposal of the radioactive materials for required services; b. Direction to specific web links for the method proposed; c. Documentation of licenses applicable for the required methodology; d. A statement documenting where the disposition work will be done and at what facility. e. Documentation of the license for transporting and disposing of radioactive materials. 3) For the purpose of evaluation of past performance: A list of references for whom the same work has been performed. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; the date of delivery or the date services were completed and a description of the equipment sold and or service provided to each reference; 4) Acceptance of Terms (Addendum to FAR 52.212-1(b)(11)): This is an Open-Market Combined Synopsis/Solicitation for services as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” OR The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s): Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-11-RQ-0591/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02567535-W 20110910/110909000421-8f68bdb4bfacd7795de896af52e05213 (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.