Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2010 FBO #2994
SOURCES SOUGHT

F -- Recover and Recycle Radioactive Americium 241 from Government Furnished Property Items, M8A1 Chemical Agent Detector (CAD) Cells - DRAFT PWS

Notice Date
2/2/2010
 
Notice Type
Sources Sought
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-10-T-0104
 
Point of Contact
Brian J Long, Phone: 9375224639
 
E-Mail Address
brian.long@wpafb.af.mil
(brian.long@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft of PWS Recover and Recycle Radioactive Americium 241 from Government Furnished Property Items, M8A1 Chemical Agent Detector (CAD) Cells FA8601-10-T-0104 THIS IS NOT A NOTICE OF RFQ ISSUANCE. This is a Pre-Solicitation Public Notice (Sources Sought Announcement under solicitation number FA8601-10-T-0104 to Recover and Recycle (R&R) Radioactive Americium 241 from Government Furnished Property Items, M8A1 Chemical Agent Detector (CAD) Cells in accordance with the draft Performance Work Statement attached. This effort is considered commercial in nature and any resultant contract will be awarded IAW FAR Part 12. This sources sought synopsis is issued to determine if there are contractors capable of and interested in performing the required item. PLEASE NOTE THE SUSPENSE DATE FOR SUBMISSION OF CAPABILITIES PACKAGES IS NLT 1:30 pm (EST) on 10 February 2010. The United States Air Force, 88 Contracting Squadron (88 CONS) Wright-Patterson AFB, OH is seeking potential sources to recover and recycle Radioactive Americium 241 from Government Furnished Property Items, M8A1 Chemical Agent Detector (CAD) Cells managed by the 88th ABW Directorate of Environmental Management. Services shall include, but are not limited to, providing all labor, equipment, facilities, materials and personnel necessary to recover and recycle Radioactive Americium 241 from Government Furnished Property Items, M8A1 Chemical Agent Detector (CAD) Cells. The initial period of performance is from 15 March 2010 through 30 September 2010. Two one-year options may be awarded. The NAICS Code is 562211 and the size standard is $12.5 million. Companies responding (offerors) should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, woman-owned small business, 8(a), or a HUBZone. Capabilities Package: All interested firms shall submit a capabilities package that explicitly demonstrates capabilities and expertise related to this effort. a valid US NRC or Agreement State License. The license shall specifically list Radioactive Americium 241 or other verbiage indicating Radioactive Americium 241 is a component radioisotope of the license and an authorized activity within the scope of this PWS. Additionally, the license shall authorize the receipt, possession and use of Radioactive Americium 241. If the contractor partners with another company, the contractor shall provide the partnering company's license that authorizes those items listed above. Each firm's response will be entitled "Capabilities Package, Recovery and Recycling of Americium Items". If the contractor chooses to perform R&R of Radioactive Americium 241 and/or precious metals, then the contractor shall submit an outline detailing the operation; If the contractor chooses to store pending R&R of Radioactive Americium 241, then the contractor shall submit an outline detailing the storage plan of where and how the Radioactive Americium 241 will be stored and if possible list potential outlets for future R&R. The contractor may choose to submit examples of past projects that outline either the R&R or storage. Additionally, each respondent should include the firm's understanding of governing statutes and implementing licenses and agreements in compliance with applicable state and federal regulations by the Department of Energy, Department of Defense, Air Force, and other environmental regulators. Pricing is not desired at this time. The Air Force reserves the right to consider a small business set-aside based upon responses hereto. Each respondent is further requested to indicate their status as a Foreign-owned/Foreign-controlled. Americium under this contract shall not be sent overseas. Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-10-T-0104, Recover Recycle Americium." If this subject line is not included, be advised that the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson. If sending packages via e-mail, ensure only.PDF,.doc, or.xls documents are sent. The e-mail filter may delete any other form of attachments. Note that e-mail filters at Wright-Patterson are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). The Government intends to issue a Request for Proposal (RFQ) electronically on or around 15 February 2010. The RFQ and other related documents will be posted on the Federal Business Opportunities Page on the Internet at https://www.fbo.gov/. NO HARD COPIES OF THE RFQ OR RELATED DOCUMENTS WILL BE ISSUED. Any information submitted by respondents to this sources sought synopsis is voluntary. The Air Force does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited. Each respondent should not construe this synopsis as a commitment by the Air Force for any purpose. Responses should be received no later than 1330 hours (1:30 p.m.) EST, 10 February 2010. Capability packages may be submitted electronically to brian.long@wpafb.af.mil or mailed to: 88th CONS/PKB, ATTN: Brian Long, 1940 Allbrook Drive, Suite 3, Room 109, Wright-Patterson AFB, OH 45433-5309. Direct all questions concerning this acquisition to Brian J. Long at 937-522-4639.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-10-T-0104/listing.html)
 
Record
SN02055785-W 20100204/100202235515-61ac83242af57d163a4e7236fd103350 (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.