Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2010 FBO #3217
SOLICITATION NOTICE

N -- Relocation of a RAMCO self-shielded irradiator in Florida

Notice Date
9/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, South Atlantic Area, Area Office, 950 College Station Rd., Athens, Georgia, 30605, United States
 
ZIP Code
30605
 
Solicitation Number
RFQ-041-4384-10
 
Archive Date
10/7/2010
 
Point of Contact
Elaine J Wood, Phone: (706) 546-3534
 
E-Mail Address
elaine.wood@ars.usda.gov
(elaine.wood@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
S olicitation Number: RFQ-041-4384-10 Response Date: Wednesday, September 22, 2010, 1:00 PM POC: Elaine Wood, Contract Specialist Phone: 706-546-3534 Fax: 706-546-3444 Place of Performance: Relocate irradiator currently at USDA ARS, CMAVE, 1600 SW 23 rd Drive, Bldg 3, Gainesville, FL and install at University of Florida Cancer and Genetics Research Center, Bldg 1376 (5 th floor), 2033 Mowry Rd, Gainesville, FL. Set Aside: Total Small Business NAICS Code: 334517 Size Standard: 500 employees Description: Irradiation Apparatus Manufacturing This is a combined synopsis and solicitation for commercial services prepared in accordance with the format Subpart FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. The solicitation number for this procurement is RFQ-41-4384-10 and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-41. This solicitation is set-aside 100% for small businesses. Contract Line Item Number 01 (CLIN 01): Disconnect, package for transport, remove from building and transport one RAMCO self-shielded irradiator from USDA ARS, Gainesville, FL to UFL Cancer and Genetics Research Center, Mowry Rd, Gainesville, FL where contractor will reinstall irradiator. The scope of work for this project is as follows: The USDA, ARS is in need of the relocation of a self-shielded irradiator (Radiation Machine Company (RAMCO) Model No. M-38-3.5, Serial No. 1072) located in Florida. The irradiator weighs approximately 2,500 lbs and contains Cesium-137 (Current Activity: 1,139 Curies.) NOTE: Power source for chamber operation is no longer functional. The irradiator will be transported from 1600 SW 23 rd Drive, Bldg 3, Gainesville, FL for installation at the University of Florida's Cancer & Genetics Research Center, Bldg 1376 (5 th floor) 2033 Mowry Rd, Gainesville, FL. The contractor shall work with the USDA Radiation Safety Division and the University of Florida's (UF) Radiation Protection Staff to ensure the proper transfer of the Irradiator. Due to the nature of the work to be performed, this operation will require a high level of security from start to finish. Contractors submitting quotations for this project at a minimum must possess a current U.S. Nuclear Regulatory Commission (NRC) or Agreement State, designated Manufacturing and Distribution License, have a NRC approved Quality Assurance Program and have a DOT approved Type B(U) transport container and applicable crates for the specified irradiator. Contractor shall complete all notification, reports, permits and related actions required with all regulatory, law enforcement and oversight Agencies the planned and actual move of the Irradiator. This at a minimum includes, U.S. NRC, DOT and Homeland Security. General Requirements § Removal of Irradiator (Florida) The contractor shall provide all the equipment necessary to disconnect and remove the irradiator from the building and package it for transport. Sources are to remain in their shielded position or radiation levels must be maintained as low as reasonably achievable until the irradiator is placed in the proper shipping containers. Security will be provided by the contractor to ensure access only by authorized users during the removal operation and compliance with Nuclear Regulatory Commission Increased Controls for radioactive material quantities of concern. Equipment for the removal must be furnished by the contractor. Transportation of Irradiator The transport of the irradiator is regulated by U.S. Department of Transportation (DOT), U.S. Nuclear Regulatory Commission (NRC). The contractor shall be responsible for obtaining all required transport permits and certifications (Federal, State and local) in accordance with NRC and DOT requirements, including the increased controls for radioactive material quantities of concern. These controls include but are not limited to package tracking, control and surveillance during transit, maintaining communication during transit, notifying the USDA regarding anticipated time of receipt and time of actual delivery to the installation site. Equipment and trucks required for moving are to be furnished by the contractor. Installation of Irradiator The contractor shall provide all the equipment necessary to install the irradiator. Sources are to remain in their shielded position or radiation levels must be maintained as low as reasonably achievable until the irradiator is installed and tested for proper operation. Security will be provided by the contractor to ensure access only by authorized users during the installation operation and compliance with Nuclear Regulatory Commission Increased Controls for radioactive material quantities of concern. Schedule of Work The USDA, UF, and the contractor shall work together to establish a schedule for the transfer of the irradiator. All work shall be completed during normal Government working hours of Monday - Friday between 7:00 and 5:00 PM. The USDA will have on hand the necessary personnel to perform any building/facility operations necessary for the removal of the irradiator from the building, including but not limited to disarming of alarms and utility shut-off. The contractor shall establish a schedule for the installation of the irradiator. Submittals required after award 1. Copies of all required licenses and permits. 2. List of contractor employees who will be on site for the project. 3. Schedule of Work and Written Work Plan. The period of performance is 90 days. Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items applies to this acquisition along with the following Addendum: The following paragraphs are altered as follows: a. North American Industry Classification System (NAICS) Code:334517 b. Submission of Offers: Submit signed and dated quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers shall be submitted on company letterhead. As a minimum, offers must show: (1) The solicitation number: RFQ-041-4384-10 (2) The time specified in the solicitation for receipt of quotations: Wednesday, September 22, 2010, 1:00 pm (3) The name, address, point of contact, fax number, and telephone number of the quoter; (4) Quotation amount (5 Past performance information to include the names, companies, and contact information (phone and email address) of at least three (3) individuals that can be asked to provide past performance information. References should represent previous work of similar scope to the requirements in this solicitation and should be current or prior customers within the past three (3) years (6) OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 (Alt 1), OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (Jan 2005) (as applicable) WITH THEIR QUOTATION, which may be completed electronically at http://orca.bpn.gov. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration (see ATTACHMENT C); (7) Signed acknowledgment of all Solicitation Amendments posted at federal business opportunities (if applicable); (8) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (9) A statement that payment can or cannot be made by government VISA card. Offers shall be submitted by fax or in electronic format by an authorized representative of the Offeror. Hand written portions and those including signatures shall be scanned into pdf format as one (1) document and emailed to elaine.wood@ars.usda.gov. The following, or something similar, should be in the subject line for the email submittal: "Quotation from (company name) in response to RFQ-041-4384-10" All questions of a technical and/or contractual nature concerning this solicitation shall be submitted in writing to Elaine Wood at elaine.wood@ars.usda.gov no later than Friday, September 17, 2010 at 1:00 p.m. A consolidated list of questions and answers, if applicable, will be posted at federal business opportunities. Answers to questions will not alter the solicitation unless and until an amendment is made to the solicitation incorporating the answers. Evaluation of quotation: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Past Performance. (c) A written notice of award will be furnished to the successful quoter within the time for acceptance specified in the quotation. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items apply to this acquisition along with the following Addendum: The following paragraphs are amended or added: (c) Changes: The government may issue unilateral written modifications that do not affect the substantive rights of the parties. Examples of administrative modifications are corrections in the payment office address or changes to the accounting and appropriation data. (i) Payment: The preferred method of payment will be by government purchase card (VISA). In the event a company does not have capability to receive purchase card payments, EFT payments can be authorized. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. The following additional clauses from paragraph "B" of clause 52.212-5 are also applicable to the acquisition: 52.219-6, 52-219.28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.232-33, 52.232-36. Quotations will be accepted via fax (706) 546-3444 or in electronic format at elaine.wood@ars.usda.gov and must be received no later than Wednesday, September 22, 2010 at 1:00 PM.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/SAA-GA-A/RFQ-041-4384-10/listing.html)
 
Place of Performance
Address: USDA ARS CMAVE, 1700 SW 23rd Drive, Gainesville, Florida, 32608, United States
Zip Code: 32608
 
Record
SN02279406-W 20100915/100913235609-5677d9c0e98ea3f2777a89fd297a48e3 (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.