Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2005 FBO #1483
SOURCES SOUGHT

F -- Sources Sought Evaluations for the New Multiple Award Remediation Contract

Notice Date
12/16/2005
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-06-SS-MAES
 
Response Due
1/20/2006
 
Archive Date
3/21/2006
 
Small Business Set-Aside
N/A
 
Description
This is not a pre-solicitation notice. It is only a planning document. Baltimore District is seeking qualified contractors who have experience in Radioactive Waste (RAD), Hazardous, and Toxic Waste, (HTW), and Munitions and Explosives of Concern (MEC), for future remediation, restoration and removal programs. The contractors selected for this work shall have the capability and experience to perform a wide range of investigations, remedial/response actions and removals for RAD/HTW/MEC. Interested firms shall submit, a narrative demonstrating their experience in these areas. T he narrative will not exceed 6 pages. Firms shall also submit evidence if they have an accounting system that is acceptable for reporting and recording cost under government cost reimbursement contract. All data received in response to this Sources Sought Notice marked or designated as corporate or proprietary information will be fully protected from release outside the government. Responses shall be forwarded to the ATTN: Mr. Del Sutton by 20 January 2006, 1400, EST. Radioactive Waste (RAD): The desired capabilities include but are not limited to working with radioactive materials. The Contractor will be required to execute such work in accordance with an RPP/RSP that incorporates the requirements of 10 CFR 20 and EM 385-1-80. In some cases, work with radioactive materials may require licensure by the US Nuclear Regulatory Commission (NRC) or an Agreement State. As such, Contractor is required to possess a current NRC or Agreement State Decommissioning Radioactive Ma terials License. It is expected that the Contractors RPP/RSP, approved by NRC as part of the license basis, will serve as the primary radiation safety guidance document with addenda as necessary to address site specific conditions. The desired capabilities include but are not limited to: a. Preparation of environmental decision documents involving both chemical and radiological risks under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA). b. Environmental, Safety and Health support including radiological protection, industrial safety, environmental monitoring and reporting. c. Demonstrate MULTI-AGENCY RADIATION SURVEY AND SITE INVESTIGATION MANUAL based site verification (final status surveys) experience involving low-level radioactive and chemical constituents. d. Development and execution of MARSSIM based field sampling and analysis associated with verification, and engineering support during construction. e. Experience with the management and operation of on-site radiological laboratories and testing facilities. f. Experience with packaging, transport, and disposal of low level radioactive waste (LLRW), mixed waste, Special Nuclear Material (SNM), and other radioactive waste categories in accordance with all applicable state, local, NRC, DOT, and IATA shipping and transport requirements, including waste brokering. g. Experience in development and execution of Decommissioning Plans in accordance with NUREG 1757. Hazardous, and Toxic Waste, (HTW), The desired capabilities include but are not limited to perform a wide range of investigations, remedial/response actions and removals, but not limited to: a. On-Site source control and containment of HTRW material using a variety of technologies; b. On-Site treatment of HTRW material using a variety of technologies; c. Transportation to and/or storage, treatment and/or disposal of HTRW waste at an off site facility; d. Survey, removal, transportation and disposal of asbestos containing materials; e. Installation of all support facilities; f. Preparation of all applicable Operation and Maintenance (O&M) Manuals and associated training of facility personnel for equipment installed; g. Problem solving during response with unexpected conditions or execution problems at the site. Munitions and Explosives of Concern (MEC), The desired capabilities include but are no t limited to the investigative and intrusive aspects of MEC removal (to include conducting on-site detonations) as well as the ability to simultaneously manage multiple teams performing work at multiple locations under both Fixed Priced and Cost Reimbursab le terms. This includes possession of an adequate accounting system.MEC includes unexploded ordnance (UXO), discarded military munitions (DMM), and munitions constituents (e.g., TNT, RDX) present in high enough concentrations to pose an explosive hazard . Some capabilities include but not limited to: a. preliminary assessments b. historical site assessments c. historical records search, interviews, etc. d. geophysical investigation e. modeling f. public health evaluation/dose assessments and risk assessments for chemical, radiological, and MEC Project specific task orders will be issued under the basic Indefinite Delivery Indefinite Quantity (IDIQ) contract and may be Performance Based Contracts. Orders may be issued as fixed priced, fixed priced with incentive fee, cost-reimbursable with award fee or cost-reimbursable with incentive fee task orders incorporating Service Contract Act or Davis-Bacon Act wages, as applicable. Scopes of work may be prescriptive or performance based for a wide range of environmental services at various known or sus pected Radioactive Waste, Hazardous, and Toxic Waste (HTW) and Munitions and Explosives of Concern sites. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be ma de.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
Country: US
 
Record
SN00953813-W 20051218/051216212243 (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.