Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2004 FBO #0921
SOURCES SOUGHT

R -- Receipt, processing, inventory and delivery of radioactive material packages

Notice Date
6/2/2004
 
Notice Type
Sources Sought
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Logistics and Acquisition Operations, 6011 Executive Boulevard, Room 537C, MSC-7663, Bethesda, MD, 20892-7663
 
ZIP Code
20892-7663
 
Solicitation Number
263000010
 
Response Due
6/17/2004
 
Archive Date
7/2/2004
 
Point of Contact
Catherine Hiltner, Contracting Officer, Phone (301) 402-3063, Fax (301) 402-5449,
 
E-Mail Address
hiltnerc@od.nih.gov
 
Description
The National Institutes of Health (NIH) is conducting a market survey to ascertain the availability of certified HUBZone concerns with the capability of providing management support services for the receipt, inventory and delivery of radioactive material packages. THIS IS NOT A REQUEST FOR TECHNICAL OR COST PROPOSAL. This is a request for interested firms with the capability of providing the required services to submit a capability statement delineating their experience, expertise, and qualifications for the purpose of determining whether or not this procurement is suitable for set aside for HUBZone certified firms only. The intended procurement will be classified under NAICS 561990 with a size standard of $6 million. The NIH intends to solicit contractual support for on-site management, personnel, materials, and vehicles necessary for the receipt, examination, certification, inventory, and delivery to various locations at NIH of radioactive material shipments. Approximately 9,000 packages are received annually. Typically, packages contain radionuclides in microcurie or millicuries quantities. Most shipments involve H-3, C-14, P-32, S-35, CR-51, I-125, and I-131, however, NIH may receive a wide range of radionuclides as specified in its license with the Nuclear Regulatory Commission (NRC). The contractor shall be responsible for receipt processing functions, package delivery, transfers of material, and annual inventory. Package opening and processing functions involve (1) certification that the package contents comply with the order; (2) examination for gross damage or leakage; (3) verification of radioactivity contamination and measurement of dose rates from the package; (4) recording of results; and (5) repackaging for delivery. Radioactive material packages shall be delivered to the research laboratories at the NIH Bethesda campus as well as satellite facilities in the Rockville, Bethesda, and Poolesville area, and the Gerontology Research Center in Baltimore, Md. Transfers of material between NIH laboratories is performed on an as-needed basis when researchers relocate from one laboratory to another. Information submitted in response to this synopsis should be in sufficient detail to permit a determination by the Government of the likelihood of receiving two or more technically acceptable proposals under any set-aside procurement. The Government must be able to ascertain from capability statements submitted in response to this synopsis the firms understanding and experience of all applicable NRC and U. S. Dept. of Transportation regulations for radioactive material processing, inventory, and delivery and transfers. Responses MUST identify the business size and type of business (e.g., SDB, DB, 8(a), HUBZone). Three copies of the capability statement must be received at the address identified in this synopsis no later than close of business June 17, 2004. When utilizing a courier service, Federal Express, UPS, or express mail, the city, state and zip code MUST read ROCKVILLE, MD 20852. Responses by facsimile (FAX) or e-mail WILL NOT BE ACCEPTED. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Information received will be considered solely for the purpose of determining whether sufficient HUBZone businesses possess the experience, expertise and qualifications to ensure competition under a set-aside acquisition. A determination by the Government not to compete this requirement as a set-aside based upon responses to this notice is solely within the discretion of the Government.
 
Place of Performance
Address: National Institutes of Health, Bethesda, Rockville, Poolesville, and Baltimore, MD
Zip Code: 20892
Country: Montgomery
 
Record
SN00595771-W 20040604/040602211800 (fbodaily.com)
 
Source
FedBizOpps.gov 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.