Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2007 FBO #1875
SOLICITATION NOTICE

99 -- CADMIUM CONTROL RODS DISPOSAL

Notice Date
1/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC07180228R
 
Response Due
2/12/2007
 
Archive Date
1/12/2008
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Proposal (RFP) for the characterization, packaging, removal and transport of seven activated stainless steel CADMIUM CONTROL RODS. The rods are located at the NASA Plum Brook Station in Sandusky, Ohio and shall be transported to the Department of Energy Nevada Test Site(DOE NTS) in North Las Vegas, Nevada for disposal. (see DOE NTS webpage http://www.nv.doe.gov/nts/default.htm ) Offeror shall be certified/ licensed and authorized by the Department of Energy Nevada Test Site to conduct waste operations within DOE NTS at the time of proposal submission. Full Statement of Work is attached. Due to sensitivity of supporting documents referenced in the Statement of Work, offerors are required to express their intent to bid via email to Nikki.D.Brown@nasa.gov . Offerors must provide proof of licensing and certification to receive additional documents which consists of characterization data of control rods, drawings, radiation protection plan and health and safety plan. The provisions and clauses in the RFP are those in effect through FAC 05-14. The NAICS Code and the small business size standard for this procurement are 562211 and $11.50 in millions of dollars respectively. The offeror shall state in their offer their size status for this procurement. The desired period of performance is 120 days from contract award. However, consideration will be given to any proposed alternative schedules included under the Technical Merit evaluation factor. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9 Offerors shall also provide the information required by FAR 52.212-1(b) (JAN 2006), Instructions to Offerors - Commercial, which is incorporated by reference, not specifically addressed below. Offerors shall provide three copies of the proposal to accomplish the services described in the Statement of Work. Proposals are due by Monday, February 12, 2007 by 4:30 p.m. EST to Nikki D. Brown; 21000 Brookpark Road M.S. 500-306; Cleveland, OH 44135. Proposals must include the information requested below plus solicitation number, FOB destination to this Center, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2006) 52.204-7 Central Contractor Registration (OCT 2003) 52.209-6 Protecting the Governments Interest when subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JAN 2005) 52.247-34 F.O.B. Destination (NOV 1991) 1852.215-84 Ombudsman (OCT 2003) (In paragraph b, insert ?see http://ec.msfc.nasa.gov/hq/library/Omb.html for the name, address, telephone number, facsimile number, and e-mail address of installation ombudsman?) 1852.219-76 NASA 8 Percent Goal (JUL 1997) 1852.223-70 SAFETY AND HEALTH 1823.7001 (a)& (b) & 1836.513 1852.225-70 Export Licenses (FEB 2000) FAR 52.212-5 (JUNE 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C.657a). 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). 52.222-19, Child Labor ?Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (FEB 1999). 52.223-6 DRUG-FREE WORKPLACE 23.505 52.222-26 Equal Opportunity (APR 2002) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C 4212). 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212). 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201) 52.232-34, Payment by Electronic Funds Transfer--Other Than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332). 52.222-41, Service Contract Act of 1965, as Amended (JULY 2005) (41 U.S.C. 351, et seq.). 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES 22.1006(b) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (FEB 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES 25.1103(a) The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions that relate to the substance of proposal must be in writing (e-mail or fax) to Nikki D. Brown not later than 10 days after solicitation posting date at 4:30 p.m. EST. The total proposal shall not exceed 20 pages and be organized in the following sections: Technical Merit, Past Performance, and Pricing. Technical Merit shall include a discussion or your understanding of the required effort and your plan to characterize, package, remove, and transport the cadmium rods. Included details of any proposed alternate period of performance and a copy of an current certification/licensing. The Price portion of the proposal shall include an itemized listing of pricing elements including labor hours and cost, material, indirect costs and profit. Past performance shall include a brief description of past work similar in scope to that described in the attached statement of work. Please include which the work was performed. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. All evaluation factors shall be considered equal in importance. 1.) Technical Merit - Offerors will be evaluated as to their technical understanding and their proposed approach to successfully complete the required efforts. Consideration will also be given to any proposed alternative schedule as well as current certifications and licensing. 2.) Past Performance - Offerors will be evaluated as to successful past performance doing the same or similar work activity over the past 3 years. 3.) Offeror?s proposed price - The Offerors proposed price will be reviewed for completeness and to access their overall understanding of the work effort. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#123162)
 
Record
SN01211356-W 20070114/070114190851 (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.