|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 11,1998 PSA#2240NCI Frederick Cancer Research and Development Center (NCI-FCRDC), P.O.
Box B, Frederick, Maryland 21702-1201 R -- HAZARDOUS WASTE HANDLING AND DISPOSAL SERVICES SOL S99-98 DUE
010599 POC Thomas L. Danver, Sr. Contracts Specialists, 301-846-5422
E-MAIL: Thomas L. Danver, Sr. Contracts Specialist, Research,
tdanver@mail.ncifcrf.gov. The National Cancer Institute-Frederick
Cancer Research and Development Center (NCI-FCRDC) and its satellite
operations have hazardous and nonhazardous solid, liquid, semi-solid or
contained gaseous wastes, materials, PCB's, asbestos and/or containers
thereof from their activities at NCI-FCRDC and elsewhere which the
NCI-FCRDC wishes to have transported, handled, reclaimed, reused,
recycled, treated, and/or properly disposed. The NCI-FCRDC has an
agreement in place with SAIC Frederick under which agreement SAIC
Frederick, among other things, helps NCI-FCRDC manage its Byproducts.
SAIC Frederick, on behalf of the NCI-FCRDC, is subcontracting to
Contractor this portion of the work. Specifically, the Contractor to
whom this Contract is awarded shall provide all management,
supervision, labor, materials, tools and equipment for the complete and
total performance of hazardous waste handling, removal, transportation,
recycling, and disposal services for Byproducts, including hazardous
wastes, (including asbestos and PCB's), generated at the NCI-FCRDC, Ft.
Detrick, Maryland, for the base period fo the contract and for options
years, if awarded. This will be a base year fixed unit price
requiremens contract with two (2) options years. Minimum qualifications
for offerors include: (a) Offeror and its subcontractors must not be
barred from federal contracts by citation in the list of violating
facilities maintained by US EPA 40CFR Section 15, or other applicable
lists; (b) The Offeror and its subcontractors must hold all necessary
and valid EPA or state permits and licenses to perform the work
required under the contract; (c) The Offeror and its subcontractors
must have a demonstrated record of compliance with environmental and
health and safety regulations; (d) Offeror must be able to treat or
dispose of the waste streams identified in Exhibit D at 103, 104, 105,
106, and 107 through resources it owns or which are owned by a
subsidiary of Offeror in which Offeror is a majority owner. [Note that
the Offeror is not required to dispose of these waste streams solely
at these facilities.]; (e) Offeror must submit resumes of individuals
with whom offeror will staff the positions listed under personnel
qualifications, and Offeror agrees that should it be awarded this
contract, it shall staff the positions with the individuals whose
resumes have been submitted with the bid; (f) Offeror is not permitted
to offer a conditional bid on the offer sheet. Each unit price shall
include all costs associated with the service listed. Offeror is
permitted to make value-added suggestions in its technical proposal,
which may minimize costs. Suggestions will be evaluated for their
technical merit; and (g) Offeror must carry at a minimum, the amounts
and types of insurance required in Section H of the RFP. Offerors
proposals must show direct experience of the offeror and its key
personnel in successfully completing. Evaluation of proposals which
meet the minimum requirements will occur using a sequential procedure
consisting of four (4) distinct steps as follows: (a) Evaluation for
technical acceptability without consideration of total cost; (b) The
cost and price information of all proposals found to be technically
acceptable under Step (a) above will be analyzed to establish a
competitive range for purposes of negotiations; (c) Negotiations may be
conducted with all tecnically acceptable offerors in the competitive
range. However, SAIC Frederick, reserves the right to award the
contract without negotiations, based upon information provided in the
Offer; (d) Award will normally be made to that technically acceptable
offeror which has been determined responsible and offers the most
advantageous total cost. However, the Government reserves the right to
award to other than the lowest final offer. The following technical
factors will be evaluated separately, as well as in relationship to
each other: 1) Experience; 2) Personnel qualifications; 3) Compliance
history; and 4) Past Performance. Interested prime contractors should
fax/e-mail letters ofinterest no later than January 5, 1999 to Thomas
L. Danver at 301-846-5414/tdanver@mail.ncifcrf.gov. Posted 12/09/98
(W-SN278611). (0343) Loren Data Corp. http://www.ld.com (SYN# 0063 19981211\R-0011.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|