Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2007 FBO #2139
SOLICITATION NOTICE

F -- HAZARDOUS WASTE TREATMENT and DISPOSAL

Notice Date
10/3/2007
 
Notice Type
Solicitation Notice
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC, Norfolk Naval Shipyard Annex, Building 1500 Code 530, 2nd Floor, Portsmouth, VA, 23709-5000, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00189-08-Q-E002
 
Response Due
10/17/2007
 
Archive Date
11/1/2007
 
Point of Contact
Damita Boney-Nichols, Contract Specialist, Phone 757-396-8345, Fax 757-396-8368, - Mary Ward, Supervisory Contract Specialist, Phone 757-396-8356, Fax 757-396-8368
 
E-Mail Address
damita.boney-nichols@navy.mil, mary.e.ward@navy.mil
 
Description
It is the intent of FISC Norfolk, Contracting Department, Norfolk Naval Shipyard Maritime Industrial Division to contract for transportation and disposal of Class B and C radioactive solid waste under a Full and Open Competition basis. The proposed requirement is being solicited on an unrestricted basis via Request for Quotation N00189-08-Q-E002. The procurement shall be awarded as an indefinite delivery/requirements type contract with firm fixed unit prices for a base ordering period of one (1) year with four (4) one year options utilizing Simplified Acquisition Procedures set forth in FAR 13.5, Test Program for Certain Commercial Items. All options will be evaluated with the base period. Disposal and transportation services shall be provided in accordance with rules and regulations promulgated by the Nuclear Regulatory Commission (NRC), the Environmental Protection Agency (EPA), Department of Transportation (DOT), and the appropriate Agreement State(s), as applicable. The disposal facility must be able to receive Low Level Radioactive Waste (LLRW) generated from Naval Nuclear Propulsion Program (NNPP) sites or from Contractors that have processed NNPP waste under separate contract(s). Waste for disposal will contain individual radionuclides, or combination of nuclides, listed in 49CFR, but will primarily consist of Cobalt-60 and may include PCB/radioactive waste as authorized by 40CFR761 or Mixed Waste treatment residuals. Receipt of LLRW is needed from the following, or a combination of the following, NNPP sites: Norfolk Naval Shipyard (NNSY), Portsmouth VA; Naval Operations Base (NOB), Norfolk, VA; Portsmouth Naval Shipyard (PNS), Kittery Maine; Trident Refit Facility (TRF), Kings Bay, GA; Trident Refit Facility (TRF), Bangor, WA; Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PNS & IMF), Bremerton, WA; Point Loma Naval Base, San Diego, CA; Naval Air Station North Island (NASNI), San Diego, CA; Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), Pearl Harbor, HI; Knolls Atomic Power Laboratory (KAPL), Kesselring Site Operations, West Milton, NY; KAPL, Knolls Site, Niskayuna, NY; Bettis Atomic Power Laboratory, West Mifflin, PA; Naval Reactors Facility, Idaho Falls, ID; Nuclear Regional Maintenance Department (NRMD), New London, New London, CT; Nuclear Power Training Unit (NPTU), Charleston, SC Services are in accordance with rules and regulations promulgated by NRC and appropriate state agreement, for the removal, transportation, and disposal of radioactive waste. Disposal shall be to an NRC licensed or an agreement state disposal facility located within the United States. Contractors shall be required to have, at time of award, all necessary licenses and permits necessary for the transportation and disposal of radioactive waste to the disposal facility. The waste shall be transported in exclusive use vehicles owned or leased by the contractor who maintains complete control over all the vehicles used for the transportation of NNPP waste. All transportation services shall be performed by contractor employees (drivers) and under direct authority of the contractor. No contract services shall be subcontracted unless authorized in writing by the contracting officer. Recipients of the radioactive material shall have in their possession an emergency response plan and personal dosimetry and radiation monitoring equipment during the performance of these services. Closing date to be established when solicitation is issued. DFAR 252.204-7004 required Central Contractor Registration (CCR) applies. Lack of registration in the CCR database will make an offeror ineligible for award. If you have any questions regarding this regulation, call 1-888-227-2423 or visit the website at http://ccr.gov. Fax and/or phone requests are not allowed and will not be considered. All requests shall include complete mailing address, telephone number, fax number and point of contact. Written requests shall be addressed to: FISC, Norfolk, Contracting Department, NNSY Maritime Division, Bldg. 1500, 2nd floor, Attn: Damita Boney-Nichols, Code 531.4G, Portsmouth, VA 23709-5000 or via e-mail to damita.boney-nichols@navy.mil
 
Place of Performance
Address: Various locations, which are identified above.
Zip Code: 00000
Country: UNITED STATES
 
Record
SN01428033-W 20071005/071003223852 (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.