Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 21, 2022 SAM #7538
SOLICITATION NOTICE

96 -- NNSA URANIUM RESERVE

Notice Date
7/19/2022 9:30:17 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
212291 —
 
Contracting Office
NNSA NON-MO CNTRCTNG OPS DIV ALBUQUERQUE NM 87185 USA
 
ZIP Code
87185
 
Solicitation Number
89233122RNA000153
 
Response Due
8/1/2022 5:00:00 AM
 
Archive Date
08/16/2022
 
Point of Contact
Thomey, Michael P., Phone: 2025868826
 
E-Mail Address
michael.thomey@nnsa.doe.gov
(michael.thomey@nnsa.doe.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The purpose of this Amendment (002) is to provide an answer to a question submitted in regards to Amendment 001.� See Attachment. I.� General information according to FAR 12.603 i)� This is a combined / solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. ii) �This is solicitation number 89233122RNA000153 and a solicitation is issued as a Request for Proposal (RFP) all communications and documents must include the proposed solicitation number 89233122RNA000153. iii) �The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06. iv) Firm Fixed Priced award(s) are anticipated. The Government anticipates awarding approximately up to four awards. This is a 100% Total Small Business Set-Aside. The NAICS code for this solicitation is 212291 Uranium-Radium-Vanadium Ore Mining. This U.S. industry comprises establishments primarily engaged in developing the mine site, mining, and/or beneficiating (i.e., preparing) uranium-radium-vanadium ores. The applicable small business size standard for NAICS code 212291 is 250 employees. �v) Line Item CLIN� 1001 Description U3O8 Quantity Up to approximately 1 million lbs. in the aggregate (individual awards will range from 100,000 to 500,000 lbs.) vi) Description of Requirement - This requirement is to purchase up to an estimated one million pounds of U3O8. The uranium shall be provided by a vendor that has produced uranium at a domestic uranium recovery facility at any time since January 1, 2009. A�domestic uranium recovery facility is defined as a licensed uranium mining, in situ recovery, or milling facility in the United States. The vendor is not required to be currently producing uranium at a uranium recovery facility. All uranium provided shall be from inventory in storage at the Honeywell Metropolis Works uranium conversion facility located in Metropolis,. The uranium shall not have been exchanged, swapped, or augmented with uranium imported from foreign countries and shall not have any peaceful-use or end-use restrictions. See �Statement of Work� for more information. vii)� Dates and place of delivery and FOB point- Not applicable. The U3O8 being procured will already be in storage at the Honeywell Metropolis Works Conversion facility in Metropolis, Illinois.� To the extent the vendor is moving uranium to the Honeywell Metropolis Works Conversion facility, the uranium must be present at the Honeywell Metropolis Work Conversion Facility within 14 days of award at no additional cost to the Government. viii) �The provision �52.212-1, Instructions to�Offerors-Commercial Products�and�Commercial Services applies to this acquisition.� See enclosed Federal Acquisition Regulation (FAR) provision 52.212-1 in the attached Terms and Conditions for additional specific paragraphs that are applicable to the acquisition by addendum included in this provision. ix)� The provision 52.212-2, Evaluation Commercial Products and Commercial Services is� applicable, as tailored in the Solicitation. See enclosed addendum in the attached Terms and Conditions to FAR provision 52.212-2 for information on the Lowest Priced Technically Acceptable evaluation process. x) Offerors are required to complete a copy of the provision �52.212 -3,�Offeror�Representations and Certifications-Commercial Products�and�Commercial Services, with its�offer. The Offeror must have completed the annual representations and certification electronically via the System for Award Management (SAM) website http://www.sam.gov/portal by the time of proposal submission. xi)� The Clause FAR 52.212-4 Contract Terms and Conditions-Commercial Products�and�Commercial Services, applies to this�acquisition. xii)� The clause at�52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products�and�Commercial Services, applies to this�acquisition. xiii)� Additional Contract Terms and Conditions can be found in Attachment 1. xiv)� The Defense Priorities and Allocation Systems is not applicable to this acquisition. xv)� Proposals are due on August 1, 2022 at 8 AM EST. See additional Terms and Conditions for more information on submitting proposals. xvi) The point of contact for this is Michael Thomey, 202-586-8826, Michael.Thomey@NNSA.DOE.GOV with subject line �Uranium Reserve�. Attachments: 1 Question and Answers Amendment 002
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dca8f60a51d947fb837618920d280071/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06394523-F 20220721/220719230059 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.