SOLICITATION NOTICE
R -- The U.S. Army Corps of Engineers, Kansas City, intends to make a sole source unit price award to Safety and Ecology Corporation. The intent to make a sole source award is pursuant to FAR Part 6.302-1 and is NOT a request for proporsl.
- Notice Date
- 8/31/2006
- Notice Type
- Solicitation Notice
- NAICS
- 562910
— Remediation Services
- Contracting Office
- US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-06-R-0054
- Response Due
- 9/15/2006
- Archive Date
- 11/14/2006
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, Kansas City, intends to make a sole-source unit price award to Safety and Ecology Corporation, 2800 Solway Road, Knoxville, TN 37931 to provide operation and management of the New Jersey-certified U.S. Army Corps of Engineers, Formerly Utilized Sites Remedial Action Program, Maywood Laboratory (UFML) for radiological analyses of soil and water. This intent to make a sole source award is pursuant to FAR part 6.302-1 and is NOT a request for proposals. The proposed t ype of contract is a unit price contract. Period of performance will be for up to two (2) years commencing on October 30, 2006. The contractor will be required to manage, operate and maintain the New Jersey-certified activities of the UFML in Maywood, New Jersey, which includes the analyses and data validation of radionuclides in soil and water for USACE or other designated projec ts. The laboratory is currently certified by the State of New Jersey for alpha spectometry and gamma spectometry analyses of Radium, Thorium, Uranium and other naturally occurring radioactive materials. Because of the in-depth knowledge and the requiremen ts to maintain certification of these laboratory services, Safety and Ecology Corporation is the only known source that has the required specialized experience and the certified personnel to provide support without causing detriment to current project acti vities. Businesses that can provide the required services are invited to submit in writing, within 15 calendar days of the posting of this announcement, an affirmative response, which includes as a minimum, the proposed credentials, qualifications, past e xperience, and any additional information indicating a bona fide ability to meet this specific requirement. Offerors must be registered in the Central Contractor Registration (CCR) database and provide their business size. Information on CCR can be obtai ned from www.ccr.gov. The NAICS code applicable to this procurement is 562910 and the business size is less than 500 employees. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the dis cretion of the Government. Telephone requests are not acceptable. POC is Janice Quilty at e-mail address Janice.M.Quilty@NWK02.usace.army.mil or facsimile 816-389-2029. Mailing address is U.S. Army Corps of Engineers, ATTN: CENWK-CT-H (Janice Quilty), 6 01 E. 12th Street, Kansas City, MO 64106. Statement of Work The contractor shall provide the following services: Analytical Services The contractor will provide laboratory services, to include a laboratory manager; laboratory QA/QC supervisor; chemists/engineers; laboratory analysts and administrative staff. Laboratory support includes the operation and maintenance of the USACE FUSRAP M aywood Laboratory (UFML) facility. The contractor will provide the necessary administrative and project control support staff to accomplish the following: 1.1 Perform radioanalytical testing of multi-matrix samples via gross alpha/beta, gamma spectroscopy, wet chemistry and alpha spectroscopy, total uranium by Kinetic Phosphorescence Analysis, and other techniques as necessary. Sample constituents will inclu de soil, water, and air filter samples. Specific analyses includes Total Uranium (U), Thorium-228 (Th-228), Th-230, Th-232, Radium-226 (Ra-226), Ra-228, Gross Alpha, and Gross Beta in Water, as well as U-238, Th-230, Th-232, Ra-226, and Ra-228 in soils. 1.2 Prepare and implement the Laboratory Management Plan. This will include administrative SOPs, sample management, data management and business practices. 1.3 Update, implement, obtain approval(s) for, distribute, and maintain Analytical Procedures Manual, and a Laboratory Quality Management Plan (LQMP). 1.4 Maintain an active participation in a USACE-approved inter-laboratory Performance Evaluation Programs, such as MAPEP and EML (and/or approved replacement provider) perfo rmance evaluation studies. 1.5 Obtain and/or maintain New York State and New Jersey State certification. 1.6 Obtain and/or maintain NELAP certification. 1.7 The contractor will be required to maintain the FUSRAP Maywood Site database. This includes data generated by the on-site laboratory and other laboratorys data generated in support of the Maywood FUSRAP site. 1.8 The contractor will be required to implement a Laboratory Information Management System (LIMS) to support data management for on-site samples and for samples from other USACE project sites. The LIMS shall be capable of generating Staged Electronic Dat a Deliverables (SEDD) in support of offsite projects. 1.9 Maintain a sample archiving program to hold an appropriate sample aliquot for six months before disposition. 1.10 The contractor will manage and coordinate disposal of laboratory generated waste, including excess sample materials. Excess sample materials are to be returned to the submitting party for inclusion with their remedial waste. Archived samples are to be held a minimum of six months and disposed of after data validation has been completed and no additional issues are associated with the area or sample in question. Long-term storage/archival areas are controlled to prevent damage and loss, maintain sampl e container and identification integrity, and comply with appropriate environmental, safety, and health requirements and policies. Waste disposal will be coordinated by the contractor under this Task. The U.S. Army Operations Support Command or other USA CE contractors will provide the transportation and disposal of lab-generated wastes. These wastes will be sampled for waste handling purposes and the results provided to USACE waste management personnel prior to transfer. 1.11 The facility will work a 40-hour workweek with an option to work overtime hours as necessary/requested to a maximum as defined in the base contract. Contract maximum overtime is not included in the pricing. 1.12 The USACE will own and hold title to the laboratory facility including all equipment and infrastructure. 1.13 A maintenance agreement for key laboratory equipment is included in this task. 1.14 Utilities will be provided by the USACE. 1.15 USACE will provide facility maintenance and repair. Repair requests will be provided to the USACE in writing and/or coordination USACE selected representative. The USACE will maintain necessary permits and/or licenses. 1.16 An inventory of USACE-owned laboratory radiological instrumentation and equipment will be maintained in the laboratory. 1.17 In support of the above, budget for preventative maintenance/repair contracts for USACE-owned laboratory equipment is included. Also to accomplish the above approximate budget is included for platinum crucibles set(s) and Performance Evaluation Sampl es/Studies. Consumable laboratory supplies, chemical reagents, glassware, radiochemistry/gamma standards, routine laboratory gas supply, alpha PIPS detectors, miscellaneous materials/supplies and sample collection containers for all contractors, general housekeeping, and office equipment/supplies are also included. 1.18 Expenses for USACE-approved staff training on site-specific instrumentation and related software and industry interface, 3 trips, approximately 5 days each. Period of Performance will be from October 30, 2006 until October 29, 2008.
- Place of Performance
- Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
- Zip Code: 64106-2896
- Country: US
- Zip Code: 64106-2896
- Record
- SN01131645-W 20060902/060831221618 (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 |