Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2022 SAM #7401
SOLICITATION NOTICE

F -- Decommissioning and Disposal (D&D) Activities for the SM-1A reactor Facility located at Fort Greely, AK

Notice Date
3/4/2022 8:53:57 AM
 
Notice Type
Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
W912DR22R0027
 
Response Due
3/14/2022 8:00:00 AM
 
Archive Date
07/28/2022
 
Point of Contact
Leigha Arnold, Phone: 4437492022, Laura A. Wade, Phone: 410-962-2675
 
E-Mail Address
Leigha.M.Arnold@usace.army.mil, laura.a.wade@usace.army.mil
(Leigha.M.Arnold@usace.army.mil, laura.a.wade@usace.army.mil)
 
Description
**UPDATE - 04 March 2022*** Amendment 3 to the solicitation has been added to this announcement. **UPDATE - 25 February 2022*** Amendment 2 to the solicitation has been added to this announcement. **UPDATE - 17 February 2022*** Amendment 1 to the solicitation has been added to this announcement along with some additional attachments that were missing.� **UPDATE** A virtual site visit presentation will be held on Thursday, 17 February 2022 and Friday, 18 February 2022 from 2:00PM to 3:30PM Eastern. Those personnel wishing to attend shall notify the Contract Specialist, Leigha Arnold, at Leigha.M.Arnold@usace.army.mil by 5PM Eastern on Wednesday, 16 February 2022 to receive the meeting invitation. Please note that a formal site visit is still being held per the solicitation and requires registration to attend.� The proposed procurment is Full and Opent Competition. The North American Industry Classification System (NAICS) Code to be used for this procurement is 562910.� This code currently defines the Small Business size standard as $12M of gross annual revenues.� The Small Business Administration is proposing to update this size standard definition in February-March 2022.� Determination of a firms size under NAICS code 562910 will be made based on the size standard in effect as of a selection decision by Baltimore District. �An amendment notifying firms of any change in the NAICS 562910 size standard will be issued for this solicitation should that determination be made during the solicitation period.�� Project Description: The U.S. Army Corps of Engineers (USACE, Baltimore District has a requirement to support Fort Greely in the decommissioning and dismatlement activities for the SM-1A Deactived Nuclear Power Plant.� Work includes: 1) Prepare plans that will support the decommissioning of the SM-1A Reactor Facility in accordance with this PWS and the ARO Decommissioning Permit; 2) Decommission/dispose of materials in accordance with final plans, decommissioning permits, and relevant Federal and State requirements; 3) Perform and document the necessary post-decommissioning radiological surveys to demonstrate all affected areas of Fort Greely are suitable for unrestricted release; and� 4) Adherence to U.S. Nuclear Regulatory Commission (NRC) and Army, as well as other relevant Federal/State permits, standards, and guidance. The anticipated period of performance for this acquisition is 72 months from date of award.� This is a competitive acquisition for the award of a hybrid Firm-Fixed Price (FFP), Cost�Reimbursable (CR) and Cost-Plus Incentive Fee (CPIF) contract for the decommissioning�and dismantlement of the SM-1A Deactivated Nuclear Reactor at Fort Greely, AK. A�contract will be awarded to the Offeror whose proposal represents the best value to the�Government considering evaluation factors. Request for Information shal lbe submitted through ProjNet (Instructions can be found in the solicitation documents). Proposals shall be submitted in accordance with the solicitation and all amendments.� Government furnished information is available to support the develpment of this acquisition as indicated in the solicitation. In order to obtain these documents, please send an email to Ms. Leigha Arnold, Leigha.M.Arnold@usace.army.mil. Each potential offeror will be required to identify only one (1) person who will serve as the company's Point of Contact (POC) regarding dissemination of all information related to these documents and future solicitation documents. Each company's POC will be emailed a Non-Disclosure Agreement (NDA) to fill out, sign and return. Upon receipt of the NDA, the information will be provided to that POC only. We will be accepting requests for historical documents (Government Furnished Information) until 11 March 2022. **It is not to be assumed that this information is the same as what was distributed back in November as a Pre-Solicitation Notice** The Government documents will be provided via the DOD SAFE site�https://safe.apps.mil/ approved file sharing site for USACE. The�documents will be loaded to the site and you will receive an email�notification from the site with instructions on how to access and download�the documents. The documents will only be available for seven (7) days from the�date of the return of the NDA. All documents provided by the Government�must be protected from distribution and destroyed after the proposal�process. The documents and the information contained therein is considered to be�Controlled Unclassified Information (CUI) in accordance with Department�of Defense Instruction 5200.48, �Controlled Unclassified Information,��March 6, 2020.Vendors must be registered with the System for Award Management (SAM) database to receive a Government contract award. Vendors must also be registered in the representations & certifications applications (included in SAM). Vendors may reigster for SAM online at www.sam.gov or by calling 1-836-606-8220. ELECTRONIC DOD SAFE SITE SUBMISSION REQUIREMENTS AND PROCESS REQUEST AN UPLOAD CODE: Interested firms must e-mail the Contract Specialist at Leigha.M.Arnold@usace.army.mil no later than five (5) working days prior to the submission deadline to receive a request code which will allow for file uploads via the SAFE site. Firms that fail to request a code at least five (5) working days before the deadline may not be able to receive a request code in time for submission. SUBMISSION FORMAT: Submission shall be in Adobe (.pdf) format. You are limited to five (5) maximum files per upload (total size cannot exceed 2GB). If you have a large number of files, recommend that you combine or ZIP your files before uploading to the SAFE site. Compression utility software may be used such as WinZip or PKZip to reduce file size and facilitate transmission. FILE DESCRIPTION: Include a �File Description� for each file you upload. The �File Description� will be included in the e-mail notice to each of the recipients you choose to have access your file(s). NOTE: Do NOT enter Privacy Act Data (Personal Identification Information (PII)) in the File Description. INSTRUCTIONS TO FOLLOW ON THE DoD SAFE WEBSITE: 1. Once at the SAFE website, select the �Drop-off� icon. This allows users without a Common Access Card (CAC, an ID issued to certain Government users), or users whose computer is not configured to read a CAC the option to access the SAFE site as a guest. 2. After selecting the �Click Here� link, you will be prompted to add your personal information, file information, recipient (Government points of contact) information and e-mail settings. 3. When completing your file information, you will be required to enter the email addresses for all recipients. For this submission the recipients are the Contract Specialist and the Contracting Officer, listed above. Although the email address of the Government employee who initiated the request code will be automatically entered, this address may not be correct. The firm must enter and add the e-mail addresses for both the Contracting Officer and Specialist listed above to the Recipient List. The firm can enter an additional e-mail address if desired. After entering the e-mail address, click the ADD button to add the e-mail to the �Recipients List� for your response. When the submission is completed, a notification will be sent to the selected recipients. NOTE: Do NOT send the SAFE site packages to group e-mail accounts. Even if you successfully upload a submission to the SAFE site, notification will not be sent to the Government recipients until you verify your e-mail address. Entering an incorrect e-mail may result in the rejection of your submission for lateness. A firm can confirm proper submission by the �Drop-Off Completed� screen which generates based on proper file submission. NOTE: It has been reported that documents are more quickly uploaded into the SAFE website when using a Firefox web browser. The Government cannot verify that this is true and offers no guarantee that firms will have more success utilizing any particular browser. TIMELINES OF SUBMISSIONS: For the purposes of establishing whether a submission is considered timely, the Government considers the date and time the submission is completely uploaded into the SAFE website. For submissions larger than the 2GB capacity of the SAFE website and require multiple submissions, the Government will consider the date and time the last submission is completely uploaded into the SAFE website. Do not assume that electronic communication is instantaneous. It can take several minutes or even hours in some cases. The Government will not be responsible for submissions delivered to any location or to anyone other than those designated to receive submissions. Firms are responsible for ensuring that submissions are submitted so as to reach the designated recipient. Firms are responsible for allowing sufficient time for the submission to be received in accordance with the instructions provided above.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3a44dca749024d5196cf9d1db242d444/view)
 
Place of Performance
Address: Fort Greely, AK 99731, USA
Zip Code: 99731
Country: USA
 
Record
SN06257511-F 20220306/220304230100 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.