SOURCES SOUGHT
99 -- Sources Sought for 8A Companies to Perform Radioactive Waste Removal
- Notice Date
- 1/18/2007
- Notice Type
- Sources Sought
- NAICS
- 562211
— Hazardous Waste Treatment and Disposal
- Contracting Office
- US Army Sustainment Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J07RADWASTE
- Response Due
- 2/28/2007
- Archive Date
- 4/29/2007
- Small Business Set-Aside
- 8a Competitive
- Description
- The JMC Safety/Rad Waste Directorate and the Rad/Environmental Contracting Team at ASC is conducting a Market Research/Sources Sought to determine the availability of 8A contractors to identify, remove, remediate and process for disposal various low level radioactive and mixed wastes. This announcement is not a request for proposals. All interested parties should submit a capability statement which shows their detailed qualifications for performing the following tasks: 1) SITE SURVEYS. Radiologi cal surveys of sources, soils, buildings, debris, vehicles and other miscellaneous materials. The surveys must be able to detect alpha, beta and gamma emitting radionuclides and must separate the different materials into waste streams. Contractor must ha ve, or have access to, the equipment to perform scanning surveys and analyze wipe tests. 2) DECONTAMINATION. Decontaminate structures, equipment, materials, wastes or areas for free release and certify the results. 3) RADIONUCLIDE IDENTIFICATION. Ident ify radionuclides and activities or concentrations of the radioactive material. 4) HAZARDOUS IDENTIFICATION. Identify, classify and profile hazardous components of waste material. 5) LICENSURE. Possess a Nuclear Regulatory Commission (NRC) or Agreemen t State license allowing offsite work for activities related to decontamination & decommissioning of facilities and waste removal. 6) PACKAGING. Know domestic, international, US Department of Defense and commercial facilities low-level radioactive and m ixed waste laws, regulations and procedures for the inspection, storage, handling, packaging, transportation, processing/treatment, disposal and licensee/permitted acceptance of the waste materials. Contractor may be required to package waste/materials an d/or inspect previously packaged wastes/materials to verify contents and ensure proper regulatory compliance and packaging requirements are met. 7) SHIPPING. Prepare and load packaged waste IAW domestic and federal, including NRC, Environmental Protectio n Agency (EPA), Department of Transportation (DOT), Occupational Safety and Health Administration (OSHA), International Air Transport Association (IATA), US military, disposal site and other receiving facility laws, regulations, and criteria for transporta tion CONUS and OCONUS, to include correct preparation of all shipping papers. 8) LIQUIDS. Provide mobile services to solidify liquids or treat to remove or stabilize radioactivity and other contaminants. 9) WASTE, SOIL, AIR AND WATER SAMPLING AND ANALYSI S. Collect waste, water, air and soil samples and provide scientific analyses and reports on the samples to support waste disposition and environmental monitoring requirements. 10) RISK ASSESSMENT. Perform risk assessments to determine release criteria f or contaminated sites. 11) PRELIMINARY ASSESSMENT, SITE INSPECTION, REMEDIAL INVESTIGATION AND FEASIBILITY STUDY. Assess, inspect, investigate and study sites contaminated with radioactive, hazardous or mixed waste to conduct remedial actions under NRC and EPA. 12) REMEDIAL DESIGN/ACTIONS. Design and implement remedial actions, treatment systems or engineered barriers to control risk from radioactive, hazardous or mixed waste sites. 13) DECONSTRUCTION, DEMOLITION AND EXCAVATION. Remove structures, e quipment, materials, and soils or de-water and segregate contaminated from non-contaminated materials. Have, or have access to, the following: A) SAFETY. A NRC or Agreement State radioactive materials license with a safety plan to include health physics support, hazardous and radiological laboratory support, dosimetry, personal protective equipment and clothing, hazardous constituent and radiation monitoring equipment. Equipment must be in serviceable condition and calibrated IAW manufacturers instructi ons and timetable. B) RECORDS. A system for keeping records of materials shipped and received. As a minimum the records must include: detailed description of the waste streams, radionuclide activity, DOT/RCRA constituents, quantities, state of origin, generators identification and address, receiver identification and address, acknowledgement of receipt and date of transportation. Capability to provide electr onic status updates and reports to JMC at least monthly. C) HEALTH PHYSICS EXPERTISE. Personnel trained, educated and experienced in the applications of health physics techniques, to include having a minimum four-year degree in a science field and 5 year s experience in health physics work. D) INDUSTRIAL HYGIENIST/HAZARDOUS WASTE ENGINEER. Personnel trained, educated and experienced in the hazardous waste field, to include having a four-year degree in an engineering science discipline, with minimum 3 yea rs field experience in hazardous waste work. E) QUALITY CONTROL/QUALITY ASSURANCE. Personnel trained, educated and/or experienced in the performance of quality assurance techniques with respect to the requirements of packaging, shipping and transportatio n requirements (and other similar duties) and specific work involving radioactive materials and wastes, hazardous materials and wastes and mixed wastes and EOD materials. F) BROKERS. Personnel (not necessarily a Health Physicist) trained, educated and/o r experienced in the shipping of radioactive materials and waste, mixed wastes and hazardous materials or wastes. G) TECHNICIANS. Personnel trained, educated and or experienced in the handling of radioactive, mixed, hazardous wastes and materials. H) C LERICAL. Personnel trained and qualified to perform clerical, administrative, and information technology /communications duties. These duties would include, but not be limited to, such things as receptionist, answering phones, operating computers, receiv ing and preparing correspondence, filing, preparing reports and other communications in support of contract requirements. 14. RAPID RESPONSE. Capability to respond to an emergency situation involving radioactive waste/materials, mixed waste and hazardou s materials/wastes. Such capabilities can mean that the Contractor shall provide personnel, equipment, materials and/or procedures to resolve a critical situation. The response time will be within 24 hours for the CONUS and 72 hours for OCONUS. Contract ors may submit their capability statements to either of the following email addresses: Helen.Gonzales@us.army.mil; or Peter.Brown@us.army.mil. This sources sought falls under North American Industry Classification system (NAICS) code is 562211 and the sma ll business size standard for this NAICS is $10 million. All information provided will become the property of the US Army and will not be returned. This is a source sought synopsis only and does not constitute nor shall be construed to be an obligation o n the Governments part to make any award or expend any funds. Responses to this synopsis shall be accepted electronically up until close of business on February 28, 2007.
- Place of Performance
- Address: US Army Sustainment Command ATTN: AMSFS-CCA, Rock Island IL
- Zip Code: 61299-6500
- Country: US
- Zip Code: 61299-6500
- Record
- SN01214718-W 20070120/070119093332 (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 |