Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2009 FBO #2819
SPECIAL NOTICE

F -- Combined Synopsis/Solicitation for Disposal of Bactec Vials - MSDS for Bactec Vials

Notice Date
8/11/2009
 
Notice Type
Special Notice
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-09-0148
 
Point of Contact
Corinne Nygren, Phone: 6123363235
 
E-Mail Address
corinne.m.nygren@aphis.usda.gov
(corinne.m.nygren@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Material Safety Data Sheet for Bactec Vials. May contain information to the contractor necessary for disposal of the vials. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This acquisition is being conducted in accordance with FAR Subpart 13.5 test program procedures for commercial items. Simplified acquisition procedures will be followed. (ii) This announcement constitutes the only solicitation; quotation is being requested and a written solicitation will not be issued. (iii) This combined synopsis/solicitation will result in a firm fixed price commercial services purchase order. (iv) This requirement is a small business set aside. The NAICS Code is 562112. The small business size standard is $12.5 million dollars, or less. (v) This requirement is for The United States Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), Veterinary Services (VS), National Centers for Animal Health (NCAH) which requires a contractor to travel to the NCAH facility in Ames, Iowa to pickup, transport, and properly dispose of BACTEC vials that contain low-level radioactive material in accordance with Nuclear Regulatory Commission (NRC) and Department of Transportation (DOT) regulations. (vi) REQUIREMENT AND QUANTITIES: This requirement consists of two (2) line items to perform the services described in this solicitation. CLIN 001 - Pickup, transport, and properly dispose of 30 - 40 drums of Bactec Vials. The contractor should provide a firm fixed price which includes all costs necessary to perform for this service, therefore, all overhead and ancillary costs associated with the requirement will be assumed by the Contractor, and should be factored into the quote. If the contractor's price differs based on the number of drums the contractor should provide the breakdown in pricing for the different number of drums. CLIN 002 - Travel Costs. Actual travel costs will be reimbursed at the rates provided in the Federal Travel or Joint Federal Travel Regulations. Travel must be in accordance with Federal Government Travel Regulations and all costs shall be subject to the restrictions of the Federal Travel Regulations. Please refer to the following websites for details on the travel regulations and the domestic travel per diem rates: http://www.gsa.gov/Portal/gsa/ep/contentView.do?P=MTT&contentId=14161&contentType=GSA_OVERVIEW http://www.gsa.gov/Portal/gsa/ep/contentView.do?contentType=GSA_BASIC&contentId=17943&noc=T The USDA estimates a total of 2 trips may be required to perform the services required in this solicitation. However the USDA reserves the right to change it to only one trip if the vials can be transported from the APHIS facility in one trip and it is more beneficial and economical to the government for the contractor to make one trip. (vii) The period of performance for this purchase order is from date of award through December 31, 2009. (viii) STATEMENT OF WORK: The USDA, National Centers for Animal Health (NCAH), Safety and Security Unit (SSU) is responsible for ensuring the proper disposal of spent BACTEC vials containing low-level radioactive Carbon 14. The BACTEC 12B media was used for the culture and recovery of Mycobacteria from clinical specimens. All spent BACTEC 12B media will be autoclaved to render any Mycobacteria present inactive and non-infectious prior to offering the media to a contractor for disposal. The NCAH will offer spent BACTEC for disposal to the contractor in 30-gallon, cardboard drums double-lined with plastic bags. Each drum will be labeled with the amount of radioactivity packaged within. The contractor will need to dispose of a total of 30 to 40 drums (30-gallon capacity each). The total amount of radioactivity for disposal is approximately 200 millicuries. A material safety data sheet for BACTEC 12B is provided as an attachment to this solicitation. The contractor will be responsible for packaging, labeling, processing, transport, and disposal of the above mentioned BACTEC vials. The contractors work must be performed in compliance with pertinent Nuclear Regulatory Commission (NRC) and Department of Transportation (DOT) regulations. The Contractor shall supply all labor, materials, safety equipment, vehicles, licenses, and special permits required for pickup and removal of the radiological waste. The Contractor shall monitor, maintain, and remove any materials, waste (by-products), etc., generated as a result of work performed in accordance with this contract. All such activities must be performed in accordance with applicable Federal, State, and local regulations. The Contractor shall furnish containers meeting DOT shipping specifications. The Contractor's personnel shall wear all protective clothing and equipment necessary to handle and move radiological wastes safely. The Contractor will complete all appropriate shipping documents, which shall be neatly printed or typed and contain all information required by applicable Federal, State, and local regulations. The contractor shall transport the waste to a permitted radiological disposal facility in accordance with DOT regulations. The Contractor or the permitted disposal facility shall furnish the NCAH with a Certificate of Disposal following final disposition of the waste. The Contractor shall insure that material is packed for shipment and disposal in such a manner that shall comply with Federal, State, and local laws and regulations governing radiological waste materials. The Contractor shall comply with all Federal, State, and local laws and regulations governing the transportation and disposal of radiological wastes. Treatment or disposal of the radiological waste shall be carried out only at NRC (also EPA if deemed mixed waste) permitted facilities that have been issued final operating permits pursuant to the Federal regulations. Contractor shall coordinate with NCAH Safety and Security Unit (SSU), Industrial Hygiene and Safety Office (IHSO) at least 2 weeks prior to the anticipated service date to ensure IHSO staff will be available to escort the work crew that will be performing the project. The radiological waste shall be scheduled for removal from the facility between the working hours of 8:00 a.m. through 4:30 p.m., Monday through Friday, exclusive of Federal holidays. The applicable reference documents to perform these services are: Pertinent Nuclear Regulatory Commission (NRC) regulations and 49 CFR 173-General Requirements for Shipments and Packagings, Subpart I-Class 7 (Radioactive) Materials. The NCAH is a secure facility. Contractors must be escorted at all times while on site. Contractors must provide photo ID and sign in/sign out when entering/leaving the facilities at all times. (ix) The provisions and clauses incorporated into this solicitation document are incorporated by reference and are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) clauses can be accessed on the Internet at http://www.arnet.gov/far/ (x) The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. (xi) The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov., or a hard copy of the provision may be attained from http://www.arnet.gov/far. (xii) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xiii) The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5-are considered checked and are applicable to this acquisition: 52.219-6 Notice of Total Small Business Set Aside; 52.219-8-Utilization of Small Business Concerns; 52.219-28-Small Business Program Representation; 52.222-3-Convict Labor; 52.222-19-Child Labor-Cooperation with Authorities and Remedies; 52.222-21-Prohibition of Segregated Facilities; 52.222-26-Equal Opportunity; 52.222-35-Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36-Affirmative Action for Workers with Disabilities; 52.222-37-Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39-Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-41-Service Contract Act of 1965; 52.222-42-Statement of Equivalent Rates for Federal Hires; 52.222-50-Combating Trafficking in Persons; 52.225-13-Restrictions on Certain Foreign Purchases; 52.232-33-Payment by Electronic Funds Transfer Central Contractor Registration. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov; (xiv) If the Service Contract Act applies to this purchase order, the applicable wage determination for Ames, IA under non-standard category of Hazardous Waste Pickup and Disposal is 1996-0224, Revision 22, dated 05/26/2009. The contractor shall provide the applicable labor categories for FAR 52.222-42. (xv) EVALUATION OF OFFERS: Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Offers will be evaluated based on technical capability, past performance and price. A trade off process will be used to evaluate quotes. Technical capability and past performance are more important than price. The Government will select the offer that is most advantageous to the Government and the following will be considered when evaluating offers for technical capability and past performance: Technical capability of the service to meet the agency's need and the demonstrated ability to perform the work requested in the SOW. Past performance: Experience during working on other projects similar in size, scope and complexity as well as a measure of the degree to which an offeror has satisfied customers in the past, and complied with federal, state, and local laws and regulations. The assessment will consider the firm's record of conforming to specifications and to standards of good workmanship / customer service, and adherence to contract schedules, terms and conditions, and providing prompt and accurate service. In accordance with FAR 52.212-1 (b) (10) regarding past performance, references are requested. Each offeror must submit references which are either current or recent customers. Please provide the name, address, phone number, fax and email for each reference. (xvi) Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN 55403 by 02:00 PM Central Time, August 20, 2009. Please reference the quote number on your documents. Quotes may be submitted via email, postal mail or by facsimile. (xvii) The assigned Contracting Officer is Ms. Corinne Nygren. Ms. Nygren may be reached at Corinne.nygren@aphis.usda.gov (612) 336-3235 or by fax at (612) 336-3550. (xviii) Quotes should be of sufficient detail to determine their adequacy. If an offeror's quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award. As a minimum, offerors must submit the following to the Contract Specialist to be considered responsive and have a complete quote: 1) Price for Line Item one. The offeror shall include their Signature on the page which lists the price. 2) The required documentation requested above in section (xv) EVALUATION OF OFFERS, which includes past performance references and a narrative of your company which addresses how your company's service meets the technical capability. 3) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items OR confirmation that this has been completed on-line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-09-0148/listing.html)
 
Place of Performance
Address: USDA, APHIS, NDAC, 2300 Dayton Avenue, Ames, Iowa, 50010, United States
Zip Code: 50010
 
Record
SN01907448-W 20090813/090812001047-0b4521fd8ce8576a7501706b74eed016 (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.