Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2004 FBO #0771
SOLICITATION NOTICE

F -- Services to treat and dispose of Naval Nuclear Propulstion Program (NNPP) mixed waste

Notice Date
1/5/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC, Norfolk Naval Shipyard Annex, Building 1500 Code 530, 2nd Floor, Portsmouth, VA, 23709-5000
 
ZIP Code
23709-5000
 
Solicitation Number
N00181-04-R-0005
 
Point of Contact
Kiera Rustay, Supervisory Contract Specialist, Phone 757-396-8376, Fax 757-396-8503, - Mary Ward, Supervisory Contract Specialist, Phone 757-396-8356, Fax 757-396-8368,
 
E-Mail Address
rustaykj@nnsy.navy.mil, wardme@nnsy.navy.mil
 
Description
Fleet and Industrial Supply Center, Norfolk Naval Shipyard Annex intends to contract for services to treat and dispose of Naval Nuclear Propulsion Program (NNPP) mixed waste that is miscellaneous debris and/or radioactive lead solids. The resulting contract will also provide services to dispose of NNPP Toxic Substances Control Act (TSCA) regulated polychlorinated biphenyl (PCB)/Radioactive waste that is amenable to direct disposal in accordance with Title 40 CFR Part 761 Subpart D. The NNPP mixed waste may contain painted exterior surfaces with TSCA regulated PCBs greater than 50 ppm, and Resource Conservation and Recovery Act (RCRA) heavy metals such as cadmium, chromium and lead. The treatment method used for these mixed waste components must ensure that the final waste form meets Land Disposal Restriction (LDR) standards per Title 40 CFR Part 268 Subpart D. Mixed waste shall be handled and dispositioned according to Federal, State, and Local regulations. In addition, some mixed waste may contain State-only wastes, asbestos, and/or TSCA regulated PCBs. Some of the mixed waste items will be extremely large components that require treatment by macroencapsulation directly within a contractor owned and operated Subtitle C landfill such that the final waste form meets LDR standards per Title 40 CFR Part 268 Subpart D. Some waste items will be Unclassified Naval Nuclear Propulsion Information (U-NNPI) radioactive waste and will require security measures to ensure safe and secure disposal at the Contractor disposal facility. The Contractor will be required to have in place a security plan and procedures governing the secure management of U-NNPI waste to establish a method for unloading, transporting, processing and disposal of U-NNPI waste in accordance with DOD/DOE approved security procedures. The contractor will be required to: (1) Receive mixed waste shipped from various sites throughout the continental United States and Hawaii. (2) Treat the regulated constituents to meet the treatment standards identified in 40 CFR Part 268 Subpart D. (3) Dispose of TSCA regulated PCB/Radioactive waste that is amenable to direct disposal in accordance with Title 40 CFR Part 761 Subpart D. (4) The contractor?s treatment technologies must comply with all Federal, State, and Local regulations. (5) Perform all work (i.e., actual processing, treatment, and disposal of the components) in the continental United States. (6) Unless otherwise dictated by DOD/DOE approved security procedures, process the components within the timeframe for which the contractor is licensed, not to exceed one (1) year from the date the waste is received by the contractor. (7) Dispose of waste at the contractor owned and operated Subtitle C landfill. (8) Propose appropriate safeguards that will be approved by the Contracting Officer for security from actual, potential, or inadvertent release by the contractor of any Naval Nuclear Propulsion Information (NNPI) in any form, classified or unclassified. An Indefinite Delivery/Requirements type contract in anticipated for a base year with four (4) one year options. Response date for submission of offers will be established in the solicitation. Important Notice: DFARS 252.204-7004 required central contractor registration (CCR) applies. Lack of registration in the CCR database will make an offeror ineligible for award. Information regarding CCR may be found @ www.ccr.gov. Requests for the solicitation package will be accepted via US Postal Service mail or e-mail requests only, addressed to Fleet & Industrial Supply Center, Norfolk Naval Shipyard Annex, Attn: Kiera J. Rustay, Code 531.5A, Bldg. 1500, 2nd floor, Portsmouth, VA 23709-5000 - e-mail: rustaykj@nnsy.navy.mil. Fax or phone requests are not authorized and will not be accepted. Numbered notes 22 and 26 apply.
 
Place of Performance
Address: Various
 
Record
SN00498499-W 20040107/040105211901 (fbodaily.com)
 
Source
FedBizOpps.gov 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.