Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2002 FBO #0180
SOLICITATION NOTICE

S -- Wet wash laundry and decontamination services for radioactive personnel protective equipment, non-regulated clothing, bath towels and respirator face pieces

Notice Date
5/29/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
825 Jadwin Avenue P.O. Box 550, A7-80 Richland, WA 99352
 
ZIP Code
99352
 
Solicitation Number
DE-AR06-02RL14355_REVISED
 
Point of Contact
Stacie Wells, Contracting Officer, (509) 372-0985, Stacie_L_Wells@RL.gov
 
Small Business Set-Aside
N/A
 
Description
The Department of Energy (DOE), Richland Operations Office (RL), intends to issue a competitive solicitation, full and open competition, for wet wash laundry and decontamination services for radioactive personnel protective equipment (PPE), non-regulated clothing, bath towels and respirator face pieces in support of DOE and its contractors on the Hanford Site. The contractor shall provide all personnel, equipment, tools, materials, supervision, transportation, and other items and services necessary to perform these services. Standard nuclear laundry practices will be used while processing the Hanford Site PPE. PPE includes items such as: 100% cotton, cotton/polyester blends, Gortex, rubber, Indura (flame-retardant material), and Frham Tex-II (breathable, cool) work coverall, hoods, canvas, boots, rubber shoes, canvas gloves and rubber knee boots. The non-regulated and bath towel processing should meet normal commercial laundry practices. The non-regulated clothing will include such items as: 100% cotton, cotton/polyester blends, Indura (flame retardant material) coveralls, Nomax/blend (another flame retardant material) coveralls and/or shirt pant combinations, carhart jackets, cloth hoods, rubber shoes, and canvas shoes. There may be mop heads, and throw rugs in the non-regulated laundry. The respirator face pieces will need to be cleaned to manufacturer specifications. This service requires the processing of each Closed Loop System (CLS) separately to prevent cross contamination of the various loops. The definition of a CLS, is an area, organization or facility where the PPE, non-regulated laundry and respirator face pieces are picked up and returned to the same area, organization or facility. This system owns the clothing; bath towels and respirator face pieces and is responsible for replacements, additional inventory or inventory reductions. The transportation service (TS) will require the coordination of TS for pick up and delivery of PPE, non-regulated clothing and respirator face pieces for the Hanford Site Closed Loop System (CLS) users. This coordination will be between the cleaning vendor(s)and the Hanford Site CLS users. The contractor shall maintain a customer service desk to aid Hanford Site users and the cleaning vendor(s) in resolving conflicts, coordinating special deliveries and pickup requests or any other issues. The contractor shall be responsible for transporting PPE to and from approximately 18 closed loop systems. The contractor shall provide and be responsible for the vehicles used to transport contaminated and non-contaminated PPE. The respirator face piece cleaning service requires the contractor to decontaminate, clean, test, inspect, repair (as required), disinfect, and bag all respirator face pieces for each CLS. The CLS owns the respirator face pieces and is responsible for replacements, additional inventory or inventory reductions. Respirator face piece services shall be in accordance with Occupational, Safety, and Health Administration (OSHA) requirements 29 CFR 1910.134, and American National Standards Institute (ANSI) Standard Z88.2. All necessary repairs shall be made to keep each respirator face piece in a usable condition. Wet wash laundry services for non-regulated clothing are required. The non-regulated clothing items consist of blue, gray, green, orange, brown coveralls, laboratory coats, throw rugs, mop heads, towel rags and bath towels. This service will require the processing of several CLS, each to be processed separately to prevent mixing of the various loops. The CLS owns the clothing and is responsible for replacements, additional inventory or inventory reductions. DOE anticipates awarding a fixed price award fee, performance-based, contract for a two-year base period with three one-year option periods. The solicitation is not currently available, but is estimated to be released on June 13, 2002, check the "Industry Interactive Procurement System" (IIPS) website at the address below to obtain the actual release date. Once released, the solicitation wi ll be available for downloading from the IIPS Internet page. The IIPS page is located at http://e-center.doe.gov. At this internet site you will also be able to register with IIPS, enabling you to download the solicitation and to submit a proposal. If you need technical assistance in registering or for any other IIPS function call the IIPS Help Desk at (800) 683-0751 or email the Help Desk personnel at IIPS_helpdesk@pr.doe.gov. Questions relating to the solicitation content must be submitted electronically to the Contracting Officer via IIPS. All responses to questions will be released on the IIPS home page. The solicitation will only be made available in IIPS, no hard (paper) copies of the solicitation and related documents will be made available. The NAIC is 812332; size standard $12 mil.
 
Web Link
Click here for further details regarding this notice.
(http://e-center.doe.gov/iips/busopor.nsf/Solicitation+By+Number/DE-AR06-02RL14355_REVISED?OpenDocument)
 
Record
SN00084474-W 20020531/020529213118 (fbodaily.com)
 
Source
FedBizOpps.gov 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.