DOCUMENT
99 -- Recover and Recycle Radioactive Americium 241 from Government Furnished Propoerty (GFP, M8A1 Chemical Agent Detector -CAD Cells) in accordance with Air Force Radiation Safety Officer (RSO) Requirements for Hazardous Waste Treatment Facility Services - Solicitation FA8601-09-T-0021
- Notice Date
- 2/6/2009
- Notice Type
- Solicitation FA8601-09-T-0021
- NAICS
- 562112
— Hazardous Waste Collection
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
- ZIP Code
- 45433-7218
- Solicitation Number
- FA860109T0021
- Archive Date
- 2/28/2009
- Point of Contact
- William G. Callaway, Phone: (937) 522-4539
- E-Mail Address
-
william.callaway2@wpafb.af.mil
- Small Business Set-Aside
- N/A
- Description
- 1. Combined Solicitation/Synopsis (Public Notice/Request for Quotation) identifies the Performance Work Statement (PWS) entitled "Non-personal services to recover and recycle radioactive Americium 241 from M8A1 Chemical Agent Detection (CAD) alarm cell ionization sources Government Furnished Property (GFP)". The Government estimate for this requirement is under $100,000. The NAICS 562920, SIC 4953 and small business size standard of $12.5M apply to specialized Hazardous Waste Treatment Facility Services being acquired. Commercial services being acquired require specialized resources that exceed organic capabilities of the Air Force and thus are not inherently Governmental functions. This Sole Source Solicitation is published for informational purposes because no reasonable expectation for effecive competition exists for this procurement. 2. Public Notice: This announcement advertises a services award expected in February 2009 in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6 Streamlined Procedures for evaluation and solicitation of commercial items and of FAR 13 Simplified Acquisition Procedures supplemented with Instructions To Offerors (ITO). The Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b)(1) and FAR 6.302-1(a)(2)(i). The proposed source is incumbent large business NRD LLC, 2937 Alt Blvd, Grand Island, NY, 14072-1292. This public notice of intent is not a request for competitive quotations; however, the Government will consider all fixed price quotations received within seven (7) calendar days of the issuance of this notice. Any Government determination not to compete this proposed contract, based upon responsive quotations to this public notice, remains solely within the discretion of the Government. Information received normally will be considered solely for the purpose of determining whether to conduct a competitive procurement. 3. Award without discussion: The Government reserves the right to award without discussion and will not issue another request for quote for this award. Market research performed from 12 Dec 08 to 12 Jan 09 resulted in only one contractor response to the Pre-solicitation Sources Sought Synopsis that advertised this same PWS on the centralized Government Point of Entry (GPE internet website/Federal Business Opportunities). Award will made to the lowest-priced technically acceptable offeror. 4. Contractor Representations & Certifications - Each quote shall certify current Tax Identification Number, DUNS. All offerors shall include within their offers a completed copy of FAR Provision 52.212-3 entitled "Offeror Representations and Certifications - Commercial Items (June 2006)" and DFARS Provision 52.212-7000, Offeror Representations and Certifications-Commercial Items (JUN 2005)." CAGE codes applicable to the company. Each offeror who has not completed on-line representations and certifications shall submit with its quote a completed and signed copy of the attached FAR Provision 52-212-3. An offeror need only complete Paragraph (j) of this provision if the offeror has completed the annual representation and certifications on-line at http://orca.bpn.gov. When any offeror did not complete annual representations and certifications electronically on the ORCA website the offeror shall complete only paragraphs (b) through (i) of this provision. Any quote taking exception to the use of DFARS Clause 252.232-7003 ("Electronic Submission of Payment Requests") shall explain why the offeror cannot use electronic invoicing. To be eligible for award, any offeror who cannot use electronic invoicing must explain any undue burden (harm) that mandatory use of electronic invoicing would cause. 5. Instructions To Offerors (ITO): To be eligible for this award each responsive contractor shall confirm that a legible, signed, annotated quote on company letterhead is received at 88 CONS/PKPB not later than 1000 AM eastern standard time on February 13, 2009. Quotations may be faxed to (937) 257-3926 addressed to attention of WILLIAM CALLAWAY, 88 CONS/PKPB, 1940 Allbrook Drive Room 109, Wright-Patterson AFB, OH 45433-5309. All quotes shall become property of the Government. The quote will not be returned. No entitlement to payment of direct or indirect costs or charges to the Government will arise as a result of contractor quote preparation and any Government use of such quotes. WILLIAM G. CALLAWAY, JR DANIEL J. LYONS III CONTRACT NEGOTIATOR CONTRACTING OFFICER FEBRUARY 06, 2009 FEBRUARY 06, 2009 ----Solicitation Pages 17, 18 and 19 (PWS) follow in full text.------- ATTACHMENT 1 PERFORMANCE WORK STATEMENT (PWS) RECOVER AND RECYCLE RADIOACTIVE AMERICIUM-241 FROM GOVERNMENT FURNISHED PROPERTY, M8A1 CHEMICAL AGENT DETECTOR (CAD) CELLS WRIGHT-PATTERSON AIR FORCE BASE, OH 45433 (WPAFB) FEBRUARY 06, 2009 Change 1 clarifies Section II of PWS DATED DECEMBER 11, 2008 Section I. DESCRIPTION OF SERVICES 1.0 Scope - The contractor shall provide all labor, equipment, and materials necessary to Recover and Recycle (R&R) Americium-241 and/or any precious metals deemed recyclable obtained from various Government Furnished Property (GFP) Chemical Agent Detector (CAD) Cells. Throughout this Performance Work Statement (PWS) the term R&R apply to non-inherently governmental services to R&R CAD Cells, non-radioactive materials, and precious metals obtained from GFP items. All non-personal services acquired hereby are not inherently functions performed by Governmental employees. Services acquired hereby require specialized training, certifications and experience that only contractor employees have or can obtain to achieve the delivery schedule of this PWS. The contractor shall provide an R&R facility separate from (outside) Wright Patterson AFB (WPAFB), Ohio. The contractor shall not use WPAFB facilities for this R&R program. The contractor is responsible for compliance with all current environmental laws and regulations (local, state and federal). Regulations and licenses issued by an agreement state can be used to comply with applicable, current environmental laws that implement regulations of U.S. Nuclear Regulatory Commission (NRC). All GFP shipment quantities of CAD Cells and the Delivery Schedule are identified in Section II. 1.1 Program Management Shipment Forms - Before all GFP shipments, the Radiation Safety Office (RSO) of the Environmental Management Division, Operations Branch at WPAFB (WPAFB RSO) will electronically notify the contractor via any contractor generated form. The WPAFB RSO typically will electronically provide the contractor an RSO inventory of GFP to R&R when electronic pre-shipment contractor forms are not required. 1.2. Regulatory - Before award the contractor will electronically provide a valid United States Nuclear Regulatory Commission (U.S. NRC) or current Agreement State license to WPAFB RSO in order to meet minimum Government requirements and be eligible for award. 1.3 Shipments - The WPAFB RSO will accumulate and transport Am-241contained within CAD Cells (GFP) to the contractor by commercial and/or government carriers in two separate shipments. The contractor shall not be held liable for any incidents involving GFP in Government possession and in transit GFP shipments. 1.4 Recordkeeping - All contractor provided services shall comply with mandatory U.S. NRC recordkeeping and Section III QUALITY ASSURANCE AND GOVERNMENT ACCEPTOR INSTRUCTIONS. All GFP receipt records and billing notices (invoices) shall not contain the words "Received for Disposal" and any similar phrase. 1.5 Disposal and Defacing - Items that cannot be recovered and recycled shall remain the sole responsibility of the contractor to store at their facility and dispose of in a U.S. NRC or Agreement State licensed disposal site. All applicable radioactive warning labels and government markings, stamps, etchings and GFP serial numbers shall be defaced and removed prior to unrestricted release. Section II. WORKLOAD PERFORMANCE PERIOD 2.0 Workload of Multiple (Phased) GFP Shipments - The performance period for all multiple GFP shipments (Performance Phase #1 and #2) ends not later than (NLT) 120 days after award date or 60 days after the contractor electronically confirms final receipt and acceptance of separate phased shipments whichever occurs earlier. The two phased shipments and deliveries coincide with the WPAFB receiving GFP from other government agencies and removing the source housings from the CAD Cells. Shipments of CAD cells to the contractor are scheduled as Phases 1 and 2 herein Table 2.0. The Phase 1 GFP shipment #1 shall be delivered to contractor facilities No Later Than (NLT) 15 days after the award date. The Phase 2 GFP shipment #2 shall be delivered to contractor facilities NLT 15 days after the first shipment or 30 days after the award date whichever occurs earlier. The contractor shall R&R a total of 2,000 CAD Cells (1000 per performance phase) IAW Table 2.0. Table 2.0 Performance Phased Delivery Schedule: Line Items 0001 and 0002 Phased Delivery Line Items and NLT Completion Dates GFP Description Approx. Activity(Ci) Quantity Units(Each) Unit Price Fixed Price 0001: Phase 1 NLT 60 Days after receipt of Shipment #1 First Shipment #1 of M8A1 CAD Cells 0.25 1000 $ $ 0002: Phase 2 NLT 60 Days after receipt of Shipment #2 or 120 days after award whichever occurs earlier Second Shipment #2 of M8A1 CAD Cells 0.25 1000 $ $ PWS Total R &R Services 0.50 2000 ----- $ Section III. AUTHORIZED CALL LIST: QUALITY ASSURANCE PERSONNEL ADMINISTRATION 3.0 Authorized Government Approvals - To expedite authorized quality assurance and Government Acceptor approvals the contractor shall comply with all terms and conditions in the 88 CONS G-001 Clause and accurately submit the Wide Area Work Flow electronic form entitled "Combo Receiving Report and Invoice" only to Quality Assurance Personnel (QAP) within the 88 ABW/CEV, Air Force Radioactive Recycling and Disposal (AFRRAD) identified herein as authorized to place calls against this contract. The following QAP are authorized to inspect and certify invoices to this contract. When the Primary QAP cannot be reached use this descending order of precedence. 1. Christopher L. Anthony: Primary Quality Assurance Personnel (Inspector) and Government Acceptor,88 ABW/CEVO, 1450 Littrell Road WPAFB, OH 45433-5209 (937) 257-5865 email address at christopher.anthony@wpafb.af.mil 2. Brian G. Harcek: Alternate Quality Assurance Personnel (Inspector) and Government Acceptor, 88 ABW/CEVO, 1450 Littrell Road WPAFB, OH 45433-5209 (937) 257-7320 email address at brian.harcek@wpafb.af.mil 3. David G. Martin: Alternate Quality Assurance Personnel (Inspector) 88 ABW/CEVO, 1450 Littrell Road WPAFB, OH 45433-5209, (937)257-7315 email address at david.martin2@wpafb.af.mil 4. Benton M. Wilmoth: Alternate Quality Assurance Personnel (Inspector) 88 ABW/CEVO 1450 Littrell Road WPAFB, OH 45433-5209 (937) 257-5713 email address at benton.wilmoth@wpafb.af.mil 5. Mark L. Mays: Chief of 88 ABW/CEV, Alternate Quality Assurance Personnel (Inspector) and Government Acceptor 1450 Littrell Road WPAFB, OH 45433-5209, (937) 257-2121 email address at mark.mays@wpafb.af.mil 3.1 Normal Duty Hours. Normal duty hours are defined as 0730 to 1630, Monday through Friday, except Federal Holidays, for all customer service functions. 3.2 Base Access during Federal Holidays. Typically, the contractor will not to provide services on U S Federal holidays. For extraordinary contractor transport of GFP line items to and from the 88th ABW Security Forces Squadron (SFS) designated commercial gate at WPAFB, the contractor will e-mail both the 88th ABW/SFS and required Government escort (sponsor). The required Government escort (sponsor) typically is the primary Quality Assurance Personnel (Inspector) for this award. This notice shall be submitted at least 5 calendar days before any of the following Federal holidays: New Year's Day; Martin Luther King Day; Presidents Day; Memorial Day; Independence Day; Labor Day; Columbus Day; Veterans Day; Thanksgiving; and Christmas. 3.3 Environmental Laws and Regulations - The contractor shall be familiar with and have immediate access to sustain compliance with applicable environmental statutes and regulations of the NRC, Agreement State and more specific state license documents. In the event that applicable regulatory rule changes are made during this contract, the contractor shall comply with the most current "new" rules.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2e9cc774bf0d4cf7fb53b3e35d63b7b8&tab=core&_cview=1)
- Document(s)
- Solicitation FA8601-09-T-0021
- File Name: Contractor signed Solitiation SF 1449 becomes the award document. (Solicitation FA8601-09-T-0021 6 Feb 2008.pdf)
- Link: https://www.fbo.gov//utils/view?id=aa0cb593056e467b7697fe3bececa862
- Bytes: 1,343.67 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Contractor signed Solitiation SF 1449 becomes the award document. (Solicitation FA8601-09-T-0021 6 Feb 2008.pdf)
- Place of Performance
- Address: Air Force Radiation Safety Officer, Chied of 88 ABW Civil Engineer Environmental Management Directorate, 1450 Littrell Road WPAFB, OH 45433-5209, (937) 257-2121 email address at mark.mays@wpafb.af.mil, Fairborn, Ohio, 45433-5209, United States
- Zip Code: 45433-5209
- Zip Code: 45433-5209
- Record
- SN01745501-W 20090208/090206215322-2e9cc774bf0d4cf7fb53b3e35d63b7b8 (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 |