Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2009 FBO #2622
SOURCES SOUGHT

99 -- Sources Sought for 8(a) Contractors for Radioactive Waste and Mixed Waste Removal

Notice Date
1/28/2009
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army Sustainment Command, US Army Sustainment Command, ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1JRADSOURCES
 
Response Due
2/10/2009
 
Archive Date
4/11/2009
 
Point of Contact
Helen Gonzales, (309) 782-8663<br />
 
Small Business Set-Aside
N/A
 
Description
The Rock Island Contracting Center is conducting market research identify the availability of Small Business Administration (SBA) certified 8(a) sources to identify, remove, remediate and process for disposal various low level radioactive waste and mixed waste. This announcement is not a request for proposals. All interested parties should submit a capability statement which shows their detailed qualifications for performing the following tasks: 1) SITE SURVEYS. Radiological surveys of sources, soils, buildings, debris, vehicles and other miscellaneous materials. The surveys must be able to detect alpha, beta and gamma emitting radionuclides and must separate the different materials into waste streams. Contractor must have, or have access to, the equipment to perform scanning surveys and analyze wipe tests. 2) DECONTAMINATION. Decontaminate structures, equipment, materials, wastes or areas for free release and certify the results. 3) RADIONUCLIDE IDENTIFICATION. Identify radionuclides and activities or concentrations of the radioactive material. 4) HAZARDOUS IDENTIFICATION. Identify, classify and profile hazardous components of waste material. 5) LICENSURE. Possess a Nuclear Regulatory Commission (NRC) or Agreement State license allowing offsite work for activities related to decontamination & decommissioning of facilities and waste removal. 6) PACKAGING. Know domestic, international, US Department of Defense and commercial facilities low-level radioactive and mixed waste laws, regulations and procedures for the inspection, storage, handling, packaging, transportation, processing/treatment, disposal and licensee/permitted acceptance of the waste materials. Contractor may be required to package waste/materials and/or inspect previously packaged wastes/materials to verify contents and ensure proper regulatory compliance and packaging requirements are met. 7) SHIPPING. Prepare and load packaged waste IAW domestic and federal, including NRC, Environmental Protection Agency (EPA), Department of Transportation (DOT), Occupational Safety and Health Administration (OSHA), International Air Transport Association (IATA), US military, disposal site and other receiving facility laws, regulations, and criteria for transportation CONUS and OCONUS, to include correct preparation of all shipping papers. 8) LIQUIDS. Provide mobile services to solidify liquids or treat to remove or stabilize radioactivity and other contaminants. 9) WASTE, SOIL, AIR AND WATER SAMPLING AND ANALYSIS. Collect waste, water, air and soil samples and provide scientific analyses and reports on the samples to support waste disposition and environmental monitoring requirements. 10) RISK ASSESSMENT. Perform risk assessments to determine release criteria for contaminated sites. 11) PRELIMINARY ASSESSMENT, SITE INSPECTION, REMEDIAL INVESTIGATION AND FEASIBILITY STUDY. Assess, inspect, investigate and study sites contaminated with radioactive, hazardous or mixed waste to conduct remedial actions under NRC and EPA. 12) REMEDIAL DESIGN/ACTIONS. Design and implement remedial actions, treatment systems or engineered barriers to control risk from radioactive, hazardous or mixed waste sites. 13) DECONSTRUCTION, DEMOLITION AND EXCAVATION. Remove structures, equipment, materials, and soils or de-water and segregate contaminated from non-contaminated materials. Have, or have access to, the following: A) SAFETY. A NRC or Agreement State radioactive materials license with a safety plan to include health physics support, hazardous and radiological laboratory support, dosimetry, personal protective equipment and clothing, hazardous constituent and radiation monitoring equipment. Equipment must be in serviceable condition and calibrated IAW manufacturers instructions and timetable. B) RECORDS. A system for keeping records of materials shipped and received. As a minimum the records must include: detailed description of the waste streams, radionuclide activity, DOT/RCRA constituents, quantities, state of origin, generators identification and address, receiver identification and address, acknowledgement of receipt and date of transportation. 12. PERSONNEL. Personnel needed to perform these efforts include those trained, educated and experienced in the the handling and shipping of radioactive, mixed, hazardous wastes and materials. 13. RAPID RESPONSE. Capability to respond to an emergency situation involving radioactive waste/materials, mixed waste and hazardous materials/wastes. Such capabilities can mean that the Contractor shall provide personnel, equipment, materials and/or procedures to resolve a critical situation. The response time will be within 24 hours for the CONUS and 72 hours for OCONUS. This announcement is for market research purposes only. There is no firm requirement and proposals are not being solicited. Participation in this effort is strictly voluntary with no cost or obligation to be incurred by the Government. Any certified 8(a) contractor may submit their capability statements to either of the following email addresses: Helen.Gonzales@us.army.mil or Justin.Lockett@us.army.mil. Responses to this synopsis shall be accepted electronically up until close of business on February 10, 2009. The North American Industry Code for this effort is 562910.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b39a9c08e4635c10970052107bb10b34&tab=core&_cview=1)
 
Place of Performance
Address: US Army Sustainment Command ATTN: AMSAS-AC, Rock Island IL<br />
Zip Code: 61299-6500<br />
 
Record
SN01739737-W 20090130/090128215453-b39a9c08e4635c10970052107bb10b34 (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.