Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2006 FBO #1819
SOLICITATION NOTICE

99 -- Public Notice & Solicitation: Recover & Recycle Radioactive Depleted Uranium from various Government Furnished Property Items

Notice Date
11/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F4F0AH631A1
 
Response Due
11/27/2006
 
Archive Date
6/30/2007
 
Description
1. Intended Award. -This Public Notice about soliciting from a single source for an award less than the simplified acquisition threshold of $100K is published for informational purposes only. This Public Notice identifies mandatory current Department of Energy and state licenses are required for this solicitation. The Government intends to acquire hazardous (radioactive) waste pickup/disposal services to recover and recycle radioactive Depleted Uranium from various Government Furnished Property (GFP) items for 90 days. Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b) (1) and FAR 6.302-1(a) (2) . The proposed source is incumbent Echota Technologies Incorporated, 372 South Washington Street Maryville, TN 37804. This notice of intent is not a request for competitive quotations; however, the Government will consider all quotations/ responses electronically received within ten (10) calendar days of the issuance of this Public Notice. A determination by the Government not to compete this proposed award, based upon responses to this notice, is solely within the discretion of the Government. Information electronically submitted in accordance with below instructions will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government shall not pay companies for any responses submitted. 2 Instructions for submitting Electronic Information: Email responses shall Identify and attach copies mandatory Department of Energy and state licenses to recover and recycle radioactive waste from Depleted Uranium and various GFP items. Email responses shall not be sent as an executable file (.exe) or as a zip file (.zip) because Information Technology Security Systems of WPAFB computers do not allow receipt of such files. Solicitation number is purchase request number. The not later than due date is 10 days after this is posted on FedBizOps. Applicable U. S. Department of Labor Codes are NAICS Code 562211 and SIC Code 4953 WITH SIZE STANDARD OF $10.5M. Send all responses addressed to: william.callaway2@wpafb.af.mil. 88th CONS/PKPB, 1940 Allbrook Drive Room 109, WPAFB, OH 45433-5309. Reach Mr. Callaway at phone (937)522-4539 and FAX 937-656-1412. PERFORMANCE WORK STATEMENT (PWS) TO RECOVER AND RECYCLE (R&R) DEPLETED URANIUM FROM GOVERNMENT FURNISHED PROPERTY WRIGHT-PATTERSON AFB, OH 14 November 2006 I. DESCRIPTION OF SERVICES 1.0 Scope. The contractor shall provide all labor, equipment, and materials necessary to Recover and Recycle (R&R) Radioactive Depleted Uranium obtained from Government Furnished Property (GFP). Throughout this Performance Work Statement (PWS) the term R&R shall include radioactive depleted uranium, non-radioactive materials, precious metals, and reusable metals obtained from GFP items. The non-personal services acquired hereby shall R&R Depleted Uranium from the following GFP Items: aircraft counterweights, non-explosive munitions and shielding devices. The contractor shall provide an R&R facility outside the premises of Wright Patterson AFB (WPAFB), Ohio. The contractor shall not use WPAFB facilities for this R&R program. The contractor is responsible for the compliance with all current environmental laws and regulations, local, state and federal. In lieu of the U.S. NRC regulations, applicable regulations issued by an Agreement State will be used. 1.1 Program Management. The Office of Environmental Management, Operations Branch, WPAFB Radiation Safety Office (RSO) shall notify the contractor of the estimated date radioactive depleted uranium will be shipped, the type of depleted uranium (counterweights, munitions, shielding) and the estimated radioactivity of each shipment. Upon receipt of the shipment, the contractor shall provide written notification to the RSO, within five calendar days after the date the shipment was received, the location it was received from, the type, total number of items and the total radioactivity received. 1.2. Storage and Shipment. The contractor shall be responsible for storage of the Depleted Uranium and GFP items received from the government. Containers that accompany the shipment may be returned to the RSO at the contractor?s expense. 1.3 Recovering and Recycling. As a minimum, the contractor shall have a valid U.S. NRC or Agreement State license to accomplish this work. The work includes accepting depleted uranium from government sources to recover and recycle depleted uranium, non-radioactive materials, and other GFP items. Either the U.S. NRC or agreement state agency shall license the methods for this process. 1.4 Accountability. Depleted uranium items will be accumulated by the RSO at WPAFB or other government locations, such as Department of Defense bases, posts, facilities, operating locations or sites depending on local storage and handling conditions. The contractor shall not store any materials on WPAFB for the purposes of this contract. 1.5 Transportation. The RSO or other government locations in the above Paragraph 1.4 will ship to the contractor by way of commercial or government transportation. The contractor shall not be held liable for any incidents involving depleted uranium while it is in transit or in the possession of the government. 1.6 Storage. The contractor shall be responsible for storage of depleted uranium and associated GFP items received from the government. 1.7 Record keeping. The contractor shall develop and maintain records of each shipment received from the government under this contract. Each package received by the contractor shall bear an identification number assigned by the RSO. The contractor?s records shall include as a minimum, the date each shipment was received, location the received shipment originated from, total number and types of items and radioactivity of each shipment. Any receipt record or billing notice (invoice) shall not contain the words ?Received for Disposal? or any other similar phrase. 1.8 Uses - The contractor will recover and recycle depleted uranium , non-radioactive materials and other GFP items. The government shall not be held liable for any storage, compaction or disposal costs incident to subject recovery and recycling process or for any depleted uranium that cannot be recycled. 1.9 Disposal - Items that cannot be recycled shall be the responsibility of the contractor to store at their facility or dispose of in a US NRC or Agreement State licensed disposal site, at the contractor?s expense, and shall not be disposed of in any sanitary landfill. 1.10 Decontamination. The contractor shall provide recovery and recycling facilities outside the premises of WPAFB, OH. Materials used for radiological decontamination shall be the responsibility of the contractor using appropriate means in accordance with applicable laws and regulations and for the disposal of such materials to the extent that such disposal pathways exist. Radioactive and government markings, stamps, etchings on GFP items, if applicable, shall be defaced or removed prior to unrestricted release on non-radioactive components. The contractor may retain any non-radioactive materials associated with the radioactive components for reuse or recycling. No items, radioactive or non-radioactive, shall be returned to the government without written authorization from the Recovery and Recycling Program Manager of the 88 ABW/CEVO. II. GOVERNMENT FURNISHED PROPERTY (GFP) ITEMS 2.0 Property - The government shall furnish each contractor with depleted uranium items to be recovered and recycled, non-radioactive materials and other GFP items in shipping containers packaged per US Department of Transportation regulations. The Government will pay transportation costs of GFP items and materials to the contractor facilities. III. GENERAL INFORMATION 3.0 Purpose and Responsibilities. The purpose of this work is to provide a recovery and recycling program of uranium, non-radioactive materials, precious metals and other GFP line items. See ANNUAL WORKLOAD in Section IV. The work requires a program implemented and sustained by a contractor to receive and process items IAW Section IV, ?ANNUAL WORKLOAD FOR PERIOD OF PERFORMANCE.? The contractor will communicate technical issues about inspection, acceptance and quality assurance to officials shown in Section V, entitled ?AUTHORIZED CALL LIST AND QUALITY ASSURANCE INFORMATION.? The contractor shall, without additional costs to the government, be responsible for all damages to persons or property, where the contractor is negligent. The contractor shall take all necessary precautions to protect workers, the public and the property of others. 3.1 License. The contractor shall submit within their technical proposal, evidence of a valid U.S. NRC or Agreement State license to accomplish requirements of this contract. The contractor shall provide to the RSO (88 ABW/CEVO) and the Contracting Officer (88 CONS/PK), a copy of the current U.S. NRC or Agreement State license. If the license expires during the contract period, the contractor shall provide a current license, or a ?deemed timely filed? letter, stating the current license is under review for renewal. Once the license renewal is received, the documented validation shall be forwarded to the parties listed above, no later than 5 calendar days after receipt. 3.2 Costs. Subsequent to receipt of depleted uranium items from the government, the contractor shall be responsible for any facility/personnel radiological decontamination, restoration, disposal costs and statutory fines that may occur after the contractor takes physical possession of any government shipments IAW this PWS. 3.3 Normal Duty Hours. Normal duty hours are defined as 0730 to 1630, Monday through Friday, except Federal Holidays, for all customer service functions. 3.4 Base Access during Federal Holidays. The contractor is not required to provide services on U S Federal holidays. However, if the contractor were to transport GFP to and from the 88 ABW Security Forces Squadron (SFS) designated commercial gate at WPAFB the contractor will e-mail both the 88 ABW/SFS and the required Government escort (sponsor). The Required Government escort (sponsor) is the primary Quality Assurance Personnel (Inspector) listed in Paragraph V. This notice shall be submitted at least 5 calendar days before any of the following Federal holidays: ? New Year?s Day Martin Luther King Day ? Presidents Day Memorial Day ? Independence Day Labor Day ? Columbus Day Veterans Day ? Thanksgiving Christmas 3.5 Environmental Laws and Regulations - The contractor shall be familiar with and have immediate access to environmental law and regulations and other applicable documents. In the event that applicable regulatory rule changes are made during this contract, the contractor shall comply with the most current ?new? rules. IV. ANNUAL WORKLOAD FOR PERIOD OF PERFORMANCE Annual workload and fixed unit pricing to Recover & Recycle Depleted Uranium from government furnished aircraft counterweights, non-explosive munitions, shielding devices, and other GFP items defined for a period of performance scheduled to be completed within 90 calendar days after the award date. R&R Depleted Uranium from GFP Quantity 3,850 Pounds V. AUTHORIZED CALL LIST AND QUALITY ASSURANCE ADMINISTRATION Each person listed below is authorized to initiate order calls to the contractor and receive questions from the contractor when the Primary Quality Assurance Inspector and Government Acceptor is unavailable or can not be reached for assistance. Christopher L. Anthony Primary Quality Assurance Personnel (Inspector) and Government Acceptor 88 ABW/CEVO, 5490 Pearson Road ,WPAFB, OH 45433-5332 (937) 257-5865 Jan Ferguson, 88 ABW/CEVO, 5490 Pearson Road, WPAFB, OH 45433-5332 (937) 257-5528 Benton M. Wilmoth, 88 ABW/CEVO, 5490 Pearson Road, WPAFB, OH 45433-5332 (937) 257-5713 Gary R. Lindsey, 88 ABW/CEVO, 5490 Pearson Road, WPAFB, OH 45433-5332 (937) 257-6296
 
Place of Performance
Address: 372 South Washington Street / Maryville TN
Zip Code: 37804
Country: UNITED STATES
 
Record
SN01183122-W 20061119/061117220608 (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.