Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2011 FBO #3667
SOLICITATION NOTICE

J -- Reload of High Dose Irradiator

Notice Date
12/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Microelectronics Activity, Defense Microelectronics Activity, 4234 54th Street, McClellan, California, 95652, United States
 
ZIP Code
95652
 
Solicitation Number
H94003-12-R-0003
 
Archive Date
1/28/2012
 
Point of Contact
Lucy Boswell, Phone: 9162312824, Linda Baustian, Phone: 9162311658
 
E-Mail Address
lucy.boswell@dmea.osd.mil, baustian@dmea.osd.mil
(lucy.boswell@dmea.osd.mil, baustian@dmea.osd.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. Proposals shall be valid for a minimum of 60 days. Funding for this requirement is not currently available-this is a planning solicitation. In the event funding becomes available prior to March 13, 2012, the Government intends to award this requirement. This announcement constitutes the solicitation. The Request for Proposal (RFP) reference number is H94003-12-R-0003. The Government intends to award a lowest price technically acceptable, Firm Fixed Price (FFP) contract. Offerors shall submit required price proposals, written technical criteria and past performance references, by the closing date and time of the RFP. An offer will be deemed unacceptable if it does not represent a reasonable effort to address the essential requirements of the solicitation, or if it clearly demonstrates that the offeror does not understand the requirements of the solicitation. The following factors shall be used to evaluate offers. For Technical Criteria, quotes will be evaluated based on the following criteria: a) Contractor must provide documentation demonstrating the authority by the Nuclear Regulatory Commission (NRC) or an Agreement State to do the reload task b) Contractor must provide proof of Trustworthiness and Reliability evaluation as required by the NRC order for holders of radioactive materials license for their workers who will be performing the task. For Past Performance, the Government will collect and evaluate the information provided by references or through other means to assign a risk assessment. The Government may contact references other than those identified by the offeror and use that information in the past performance evaluation. If the offeror does not have any past performance information, the offeror will be given a neutral rating and will not be evaluated favorably or unfavorably for this criterion. a) Contractor must provide documentation demonstrating that the employees assigned to this requirement have at least 3 years experience working with same model irradiator as DMEA. During the three year period, contractor must not have any criminal convictions and no more than 2 minor civil penalties pertaining to their NRC or an agreement state radioactive materials license. b) Contractor shall provide three references where radioactive source exchange work was carried out on equipment similar to model 484-C irradiator. The following information is required: 1) Company Name. 2) Company Address. 3) Company point of contact: name, phone number and email. This requirement is full and open. The NAICS code is 334517 with a size standard of 500 employees. The place of performance is the Defense Microelectronics Activity (DMEA), located at 4234 54th Street, McClellan, CA. The objective of this requirement for a contractor to furnish all materials, equipment, labor, supervision and travel necessary to provide a turn-key source reload operation in accordance with the Statement of Work (SOW) 11-1H9 dated 28 November 2011. The irradiator is a Category I self contained dry storage irradiator. Therefore the licensee providing the service shall be authorized by Nuclear Regulatory Commission (NRC) or an Agreement State (Atomic Energy Act of 1954, as amended) in their license to provide service (source exchange) to Category I self contained dry storage irradiator at the customer’s job site. The contractor shall provide a copy of their license demonstrating the above listed authorization to DMEA’s Radiation Safety Officer (RSO). The contractor shall provide documentation of compliance with NRC mandated additional security measures, fingerprinting, background investigation, and Trustworthy and Reliability (T&R) orders/requirements. The contractor shall perform/provide the following: a) Contractor is responsible for the order of two sources. Additional information regarding the radioactive materials (e.g., source size/activity, physical dimensions) will be provided once the contractor has successfully provided DMEA with a copy of their NRC license to obtain and possess radioactive sources and the documentation of compliance with NRC mandated security measures. Contractor visits to DMEA to verify source information are allowed at contractor’s expense. Contractor must provide proof of source size/activity upon source delivery to DMEA. Contractor is responsible for the delivery of the sources to DMEA as required by the NRC, Department of Transportation (DOT) and/or Agreement State regulations. Contractor is responsible for providing all security while the sources are being delivered to DMEA. Contractor is responsible for arrangements of any material handling equipment such as forklifts and/or crane during the reload operation. Contractor is responsible for the proper removal and disposal of the old sources in accordance with NRC or Agreement State regulations. The contractor shall provide source transfer documentation to DMEA upon taking possession of the old sources. The contractor shall clean source tubes and change or clean source rods in the irradiator. All existing sources must be removed from the irradiator before cleaning of the source tubes is carried out. DMEA personnel must witness and visually verify cleanliness of all source tubes before sources are reinstalled. After reload, external radiation levels shall not exceed the limits for the irradiators as specified in “Registry of Radioactive Sealed Sources and Devices Safety Evaluation of Sealed Source” No. CA 598D113S dated 25 May 2006. Contractor shall be responsible for providing/installing any additional shielding necessary to meet these specified levels at no extra cost to the government. Contractor shall conduct an external radiation level survey and provide DMEA’s RSO with a report demonstrating that the limits for the irradiators as specified in “Registry of Radioactive Sealed Sources and Devices Safety Evaluation of Sealed Source” No. CA 598D113S dated 25 May 2006, were not exceeded. Contractor shall be responsible for centering all sources in Model 484-C irradiation chamber after source reloading. Use of DMEA’s Radiation Monitor and ionization chambers is allowed to perform this task in coordination with DMEA personnel. The contractor shall provide a detailed written plan to DMEA’s RSO describing the process to safely reload the irradiator including how the contractor will safely clean the source tubes and change or clean the source rods, and how the source transfer will take place. The contractor shall provide a copy of the written plan no later than two weeks after award of contract. The contractor must provide to DMEA’s RSO a detailed schedule of work to be completed. Source reload work must be completed no later than 9 months after the award of the contract. Prior to the commencement of work, the contractor must first obtain DMEA’s RSO concurrence on the work plan. Contractor is responsible for the repair of any damage caused to the irradiator or the facility during the reload operation. Security Information: Contractor personnel requiring access to DMEA facility shall provide proof of citizenship in accordance with the DMEA visitor approval process in effect at the time the visit is requested. The on-site contractor personnel will be escorted by DMEA employees and will be issued a visitor badge each day while on site and shall return their badge to DMEA security personnel at the end of the day. Any contractor personnel showing up and requiring access without a pre-arranged badge request shall not be allowed to access the DMEA facility. The contractor is required to provide advance notification prior to conducting any on-site inspection, installation or maintenance. A twenty-four (24) hour minimum notice during normal business hours shall be given. All work shall be performed by US Citizens. Contract Line Item (CLIN) 0001 is for the Reload of the High Dose Irradiator, CLIN 0002 is for Data and is not separately priced (NSP). Shipping: FOB Destination. Delivery: By Sept 30 2012. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54. The following FAR clauses apply: 52.211-15, Defense Priority and Allocation Requirements; 52.212-1, Instructions to Offerors--Commercial Items; 52.212-3 Alt 1, Offeror Representations and Certification--Commercial Items; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.223-3, Hazardous Material Identification and Material Safety Data; 52.223-5, Pollution Prevention and Right-to-Know Information; 52.253-1, Computer Generated Forms; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. These clauses apply: 52.203-6, 52.204-10, 52.209-6, 52.219-8, 52.219-28, 52.223-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.225-13, 52.232-33, 52.222-53; 52.223-7, Notice of Radioactive Materials; 52.232-18, Availability of Funds; 252.201-7000, Contracting Officer’s Representative; 52.203-3, Gratuities; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. These clauses apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.232-7012, Preference for Certain Domestic Commodities; 252.225-7021, Trade Agreements; 252.225-7036, Buy American Act; 252.232-7003, Electronic Submission of Payment Request and Receiving Reports; 252.243-7002, Requests for Equitable Adjustment. The Defense Priorities and Allocations System (DPAS) rating is S10. To request a copy of the reference documents email Lucy Boswell at lucy.boswell@dmea.osd.mil. As an alternate, Linda Baustian can also be emailed at linda.baustian@dmea.osd.mil. Proposals must be submitted by email to lucy.boswell@dmea.osd.mil and received by 9:00 a.m. Pacific Time, January 13, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/H94003-12-R-0003/listing.html)
 
Place of Performance
Address: Defense Microelectronics Activity, 4234-54th Street, McClellan, California, 95652-2100, United States
Zip Code: 95652-2100
 
Record
SN02635076-W 20111209/111207234438-818e088b762d565ef2f15e41e53fbf89 (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.