|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 15,1998 PSA#2242National Institute of Standards & Technology, Acquisition & Assistance
Div.,100 Bureau Drive Stop 3572, Bldg. 301, Rm B117, Gaithersburg, MD
20899-3572 S -- RADIOACTIVE WASTE DISPOSAL SOL 53SBNB960012 DUE 122398 POC Diane
M. Loeb (301) 975-6399, FAX: (301) 963-7732, Email Address:
dloeb@nist.gov. WEB: NIST Contracts Homepage,
http://www.NIST.gov/admin/od/Contract.htm. E-MAIL: NIST Contracts
Office, Contract@nist.gov. The National Institute of Standards and
Technology (NIST) has a requirement for processing and disposal
services for Low Level Radioactive Waste (LLRW). THIS IS A COMBINED
SYNOPSIS/SOLICITATION PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR
SUBPART 12.6., AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN
THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION;
QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE
ISSUED. The solicitation number is 53SBNB960012 and is issued as a
request for quotation (RFQ). The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
circular 97-6. Department of Commerce Agency-Level Protest Procedures
Level above the Contracting Officer (DEC 1996) are hereby incorporated
by reference (see http://www.nist.gov/admin/od/contract/protest.htm for
access to the full text thereof).The standard industrial classification
(SIC) code is 4953 and the small business size standard is $6 million.
The contract line item numbers (CLIN), items, quantities and units of
measure are: CLIN 0001 Processing and disposal of Metal Melting for
Beneficial Reuse, Ferrous Metals (less than 25mR/hr), approx. 25,000
pounds, 1 lot; CLIN 0002 Processing and Disposal of Metal Processing
for Consolidation and Burial; Non-Ferrous Metals containing Copper or
Aluminum, approx. 200 pounds, 1 lot; CLIN 0003 Processing and Disposal
of DAW, Drums for Compaction, approx. 2,000 pounds, 1 lot; CLIN 0004
Processing and Disposal of Aqueous Liquids for Incineration, approx.
700 pounds, 1 lot; CLIN 0005 Processing and Disposal of Oil for
Incineration, approx. 100 pounds, 1 lot; CLIN 0006 Processing and
Disposal of Dewatered Bead Resin (less than 200mR/hr; 5 Cubic Feet
inside a 55-gal. drum) for Compaction, approx. 600 pounds gross weight,
1 lot; CLIN 0007 Processing and Disposal of Regulated Liquid
Scintillation Fluids for Incineration, approx. 2 55-gallon drums, 1
lot; CLIN 0008 Processing and Disposal of Activated Lead for
Macroencapsulation, approx. 4,000 pounds, 1 lot; CLIN 0009 Processing
and Disposal of Air Filters for Compaction, approx. 400 pounds, 1 lot;
CLIN 0010 Shipping Agent/Broker Fee, 1 lot; CLIN 0011 Transportation
of Flatbed, 1 lot; CLIN 0012 Sealand Container Rental, 1 lot; CLIN 0013
Oil Bin Rental, 1 lot; and CLIN 0014 Driver and Flatbed Detention,
approx. 8 hours, 1 lot. Please submit your pricing in accordance with
the CLIN structure identified in the sentence above. The price for each
line item shall include all associated cost for the work to be
conducted in accordance with this combined synopsis/solicitation. The
quantities above are approximate measures; in no instance shall the
quantity exceed 200 percent of those stated. The Contractor shall
provide processing and disposal for a single shipment of the types of
LLRW identified in the CLINs above loaded inside a 20' x 8' x 8'
Sealand container, except as follows: CLIN 0001, Ferrous Metals, are
loaded inside a total of 3 B-25 type metal boxes supplied by NIST, and
CLIN 0004-CLIN 0006 shall be loaded inside contractor supplied Oil Bin
type box, CLIN 0013. The Contractor shall furnish the necessary
personnel, material, equipment, services and facilities (except as
otherwise specified) to perform this requirement. The Contractor shall
provide processing volume reduction, shipping and burial document
preparation, transport to burial, and burial. CLIN 0008, Activated
Lead, conforms to the acceptance criteria for disposal at the
Envirocare of Utah disposal facility in Clive, Utah, and shall be
disposed of at that facility by Macroencapsulation. CLIN 0009, Air
Filters, conforms to the acceptance criteria for disposal at the
Envirocare of Utah disposal facility in Clive, Utah, and may be
disposed of at that facility. CLIN 0001-CLIN 0007 does not conform to
the acceptance criteria for disposal at the Envirocare of Utah disposal
facility in Clive, Utah. All of the LLRW in this shipment conforms to
10CFR61.55 Class A limits. All of the LLRW in this shipment conforms to
acceptance criteria for the suggested methods of waste processing. The
Contractor shall choose the method of waste processing. NIST has a
valid current permit with South Carolina Department of Health and
Environmental Control, "Radioactive Waste Transport Permit" and U.S.
Nuclear Regulatory Commission "Materials License". NIST is authorized
to possess by product material in any chemical and/or physical form.
NIST does not have a Waste-for-Delivery License for any other state.
The Contractor shall make the appropriate arrangements and provide a
Shipping Agent at the NIST site to certify any shipment made into other
states. The Contractor shall be required to adhere to all applicable
federal, state and local regulations pertaining to the shipment,
processing, and burial of radioactive materials. The Contractor shall
provide insurance coverage for this shipment at the level required by
any state, and shall provide a "letter of liability" to the State of
South Carolina, Department of Health and Environmental Control. All
radioactive waste shall be properly characterized, packaged and
prepared for shipment from NIST by NIST Health Physics personnel. NIST
shall separately mark and segregate each category of LLRW. The
shipment shall conform to DOT Sub Type "LSA-II". The exact date of
shipment shall be as mutually agreed upon by the Contractor and NIST,
but shall take place within thirty days after award. The provision at
FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this
acquisition. Offerors shall submit four (4) copies of their information
on technical capabilities and past performance. Information pertaining
to an Offeror's technical capabilities shall include license,
regulatory compliances (federal, state and local) for the work to be
conducted herein, and capability to provide a Shipping Agent qualified
to broker the LLRW shipment. In addition, offerors shall fill-in the
information, sign and submit one copy of the representations and
certifications at FAR 52.212-3 as defined below. The provision at FAR
52.212-2, Evaluation -- Commercial items applies with the following
specific evaluation criteria to be included in paragraph (a): (i)
price, (ii) technical capability of the item offered to meet the
Government requirement; and, (iii) past performance/experience.
Technical and past performance, when combined, are significantly more
important than cost or price. Evaluation of the specific evaluation
criteria shall be based on information submitted in response to this
RFQ. It is recommended that information be included which demonstrates
that the services offered meet all the requirements identified in this
combined synopsis/solicitation. In addition, past
performance/experience shall be evaluated on information which
demonstrates three years experience with this type of requirement.
Information which merely offers to furnish an item in accordance with
the requirements of the Government or does not address a requirement
contained herein shall be evaluated based on this information or lack
of information. Offerors are cautioned to submit proposals on the most
favorable basis, since the Government may elect to make an award
without further discussions or negotiations. Offerors shall include a
completed copy of the provision at 52.212-3, Offeror Representations
and Certifications -- Commercial Items, with its offer. The clause at
52.212-4, Contract Terms and Conditions -- Commercial Items, applies to
this acquisition. The clause at 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders -- Commercial Items,
applies to this acquisition and includes the following FAR clauses: FAR
52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for
Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36,
Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment
Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR
52.225-19, European Union Sanction for Services; FAR 52.222-41, Service
Contract Act of 1965; FAR 52-222-42, Statement of Equipment Rates for
Federal Hires. The employee class and monetary wage-fringe benefits
are: Truck Driver, Heavy Truck (Occupational Code 31363) $15.54 per
hour and Truck Driver, Tractor-Trailer (Occupational Code 36364) $16.93
per hour. FAR Clauses may be seen in full text at
http://www.arnet.gov/far/. All responsible, interested firms shall
submit two (2) copies of the following: quotes which address the eleven
(11) CLINs established in the CBD announcement; technical information
which establishes an Offeror's technical capabilities, and past
performance information which addresses the requirements set forth
herein. Submissions should be sent to the National Institute of
Standards and Technology, Acquisition and Assistance Division, Building
301, Room B117, 100 Bureau Drive STOP 3572, Gaithersburg, Maryland
20899-3572, ATTN: Diane Loeb, Solicitation Number 53SBNB960012.
Responses must be received by 3:00 pm, Washington DC time, on 12-23-98.
Offers or modifications of offers received at the address specified for
the receipt of responses after the exact time specified for receipt of
offers shall not be considered. Requests for a copy of a solicitation
shall be disregarded since this CBD announcement is the solicitation.
Posted 12/11/98 (W-SN279550). (0345) Loren Data Corp. http://www.ld.com (SYN# 0070 19981215\S-0001.SOL)
S - Utilities and Housekeeping Services Index Page
|
|