Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2008 FBO #2329
SOLICITATION NOTICE

F -- RAD Waste Disposal, non-NRC Regulated Materials

Notice Date
4/10/2008
 
Notice Type
Presolicitation
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-08-R-0002
 
Response Due
6/3/2008
 
Point of Contact
Ralph Nunn, 816-389-3837
 
Description
The U.S. Army Corps of Engineers, Kansas City, intends to issue a solicitation for permanent disposal of Nuclear Regulatory Commission (NRC) non-regulated radioactive waste. This solicitation will be issued as a Request for Proposal (RFP) which will result in the award of up to three multiple-award Indefinite Delivery Indefinite Quantity contracts. The general scope of work includes, but is not limited to, providing permanent disposal and long-term monitoring of non-NRC regulated materials, including Low Activity Radioactive Waste (LARW), Technologically Enhanced Naturally Occurring Radioactive Material (TENORM), Low Activity Mixed Waste (LAMW), TENORM Mixed Waste (TENORM/MW), and associated debris generated from sites across the United States, to a Nuclear Regulatory Commission (NRC)-licensed facility, NRC-Agreement State-Licensed facility, or other appropriately licensed and/or permitted Disposal Facility. The contractor will be required to receive, unload, provide permanent disposal, decontaminate each conveyance /container and provide long-term monitoring of disposed materials. Offerors should hold disposal facility licenses; waste brokers partnering with disposal facilities do not qualify as offerors. It will be required that proposalsinclude copies of all applicable licenses, permits, and authorizations held by the Offeror for permanent waste disposal. Also required shall be a list of the types of wastes and concentration/activity levels that can be accepted. The contracts willhave a total duration of a three- (3) year base period and an option for an additional two- (2) year period, such that performance will continue through 2013. The contracts will have a joint total acquisition value of $150 Million. This performance period is dictated by the waste disposal needs identified by the current users of existing radioactive waste disposal contracts, including, but not limited to, the U.S. Army Corps of Engineers Formerly Utilized Sites Remedial Action Program (FUSRAP), the U.S. Environmental Protection Agency, the U.S. Department of Energy, the U.S. Army Joint Munitions Command, and the Federal Emergency Management Agency. Period of performance will be for up to five (5) years commencing on or about July 1, 2008. At this time, no Pre-Solicitation conference is planned for this solicitation. If the government does elect to hold a Pre-Solicitation Conference, the pre-solicitation announcement will be modified accordingly. Proposals received in response to this solicitation will be evaluated in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15 for Best Value. The following significant evaluation factors will be used as the basis for award: Technical, Price, Past Performance, and Small Business Utilization. The solicitation will include a detailed list of evaluation factors, including subfactors and elements, and will provide instructions for proposal requirements and the basis for award. Any changes to evaluation factors will be issued by amendment. Price and technical factors will be of equal importance, with the past performance factors of less importance than price and technical factors. Small business utilization factors will be of less importance than past performance. - - - This solicitation will be unrestricted - - - Therefore, this project is open to both large and small business, and proposals for all responsible sources will be considered by the agency. If a source is a large business, and the proposal exceeds $1 Million, that offeror will be required to submit a Subcontracting Plan. The targeted subcontracting goals for this project are: Small Business at 51.2%, Small Disadvantaged Business at 8.8%, Women-Owned Small Business at 7.3%, HUB Zone Small Business at 3.1%, and Service-Disabled Veteran-Owned Small Business at 1.5%. New procedures being implemented for U.S. Army Corps of Engineer solicitations will require that all potential offerors and their subcontractors, suppliers, plan rooms and printing companies register in CCR. This solicitation, with plans, specifications, and any amendments, will be published at the ASFI https://acquisition.army.mil/asfi/ and FedBizOpps https://www.fbo.gov/ website. There will be no printed hard copies or CD-ROM Disks provided by the agency. - - - Note: Plan Rooms, Printing Companies, and various Trade Associations frequently register as Plan Holders for electronic solicitations, and make them available in printed or CD-ROM format for a fee. Potential offerors with limited printing or downloading capabilities should consider these alternatives. All vendors must register in the Central Contractor Registration (CCR) in order to access solicitations or receive a government contract award. To complete the registration, go to the CCR website at http://www.ccr.gov. Vendors can download the CCR Handbook to use as a guide for completing their registration. To download the handbook, click the tab at the top of the screen labeled CCR Handbook. If assistance is needed with CCR registration, contact the CCR Helpdesk at 1-888-227-2423. A paper form for registration may be obtained from the DOD Electronic Commerce Information Center at 1-800-334-3414. The North American Industry Classification System (NAICS) code applicable to this procurement is 562211, Hazardous Waste Treatment and Disposal. The point of contact for questions is Ralph Nunn at e-mail address Robert.R.Nunn@usace.army.mil or telephone 816-389-3837.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2dfda09d8a4ac0e0ca7f56f7ee89348c&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT-H, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN01552096-W 20080412/080410221359-2dfda09d8a4ac0e0ca7f56f7ee89348c (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.