Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2015 FBO #5034
SOLICITATION NOTICE

99 -- Low-Level Radioactive Waste (LLRW) Disposal

Notice Date
9/3/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-15-Q-0011
 
Response Due
9/21/2015
 
Archive Date
11/2/2015
 
Point of Contact
Phillip J Kantor, 309-782-1035
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(phillip.j.kantor.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis/Solicitation Disposal of Low-Level Radioactive Waste (LLRW) This is a combined synopsis/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; quotes are being requested and a written solicitation will NOT be issued. This is a Request for Quote (RFQ) under solicitation W52P1J-15-Q-0011. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-83. The requirement is for full and open competition. The North America Industry Classification System (NAICS) Code is 562211-Hazardous Waste Treatment and Disposal. The Government contemplates the award of a Firm-Fixed-Price (FFP) purchase order. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.5, Test Program for Certain Commercial Items. Class Deviation 2015-O0004, signed 24 Dec 2014, gives permanent authority for the Test Program for Certain Commercial items until incorporated into the FAR or otherwise rescinded. This procurement will be evaluated as Lowest Priced, Technically Acceptable (LPTA). DESCRIPTION OF REQUIREMENT: This solicitation is for the disposal of Depleted Uranium (DU) contaminated materials from a manufacturing facility in Tennessee in accordance with the Performance Work Statement (PWS), dated 24 August 2015, in Attachment 0001. The Quality Assurance Surveillance Plan, dated 24 August 2015, is included as Attachment 0002. This Request for Quotation is for disposal only. The offeror will NOT be responsible for any transportation of the waste to their licensed, disposal facility. The waste will be packaged in accordance with Department of Transportation (DOT) regulations. Shipment of the waste to the receiving facility shall be completed by 31 December 2015 in coordination with the contractor performing brokerage services. CLIN 0001-Depleted Uranium Disposal See Attachment 0001 (PWS) for Quantities CLIN 0002-Contractor Manpower Reporting (CMR) CMR is a non-priced CLIN. See Attachment 0001 (PWS) for reporting requirements. QUOTE SUBMISSION REQUIREMENTS: Quotes shall be provided for CLIN 0001 and the Total Evaluated Price will be the sum of this CLIN. Additionally, offerors must submit the following with their Quotes: 1) Copy of NRC or Agreement State License. 2) Signed statement that DU material will be disposed at their licensed facility. 3) Waste Acceptance Criteria (WAC) IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. The following Federal Acquisition Regulation (FAR) clauses/provisions apply to this acquisition and are Incorporated by Reference (IBR) and/or Full Text: 52.212-1, (IBR) Instructions to Offerors (Apr 2014) Addendum- Subparagraph (c) Period for acceptance of offers is changed to quote mark The offeror agrees to hold the prices in its offer firm through 31 December 2015 quote mark. 52.212-2, Evaluation - Commercial Items (Oct 2014) Addendum- (a) The Government will award a purchase order resulting from this solicitation to the lowest priced, technically acceptable quote. The following factors shall be used to evaluate offers: 1) Technical - Evaluated on an Acceptable/Unacceptable basis for the following sub-factors: a) Copy of NRC or Agreement State License. b) Signed statement that DU material will be disposed at their licensed facility. c) Waste Acceptance Criteria (WAC) 2) Price Quote (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.212-3, (IBR) Offerors Representations and Certifications-Commercial Items (Mar 2015) 52.212-4, (IBR) Contract Terms and Conditions-Commercial Items (May 2015) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2015) Full-text copy with identified clauses is contained within Attachment 0003. Additional FAR/DFAR Clauses Incorporated By Reference: 52.203-3, Gratuities (Apr 84) 52.204-7, System for Award Management (Jul 2013) 52.204-13, System for Award Management Maintenance ((Jul 2013) 52.237-4511, Contractor Manpower Reporting (May 2013) 52.242-13, Bankruptcy (Jul 1995) 52.246-4, Inspection of Services -Fixed Price (Aug 1996) 52.252-2, Clauses Incorporated By Reference (Feb 1998) 52.252-6, Authorized Deviations in Clauses (Apr 1984) 252.201-7000, Contracting Officer's Representative (Dec 1991) 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (Sep 2011) 252.203-7005, Representation Relating to Compensation of Former DOD Officials (Nov 2011) 252.204-7004, Alternate A, System for Award Management (Feb 2014) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7010, Levies on Contract Payments (Dec 2006) 252.243-7002, Requests for Equitable Adjustment (Dec 2012) Additional FAR/DFAR Clauses Incorporated by Full Text in Attachment 0003: 52.0000-4834, AMC-Level Protest Program (May 2104) 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) Copies of all provisions and clauses are available at http://farsite.hill.af.mil Attachments to this announcement: 0001-Performance Work Statement 0002-Quality Assurance Surveillance Plan 0003-Full Text Clauses SUBMISSION PROCEDURES: Quotations are due by 9:00AM (Central Time) on 21 September 2015. All submissions will be done electronically via email to: Phil Kantor, phillip.j.kantor.civ@mail.mil Cindy Wagoner, cindy.k.wagoner.civ@mail.mil Any questions should be submitted via email to Phil Kantor and Cindy Wagoner at the above e-mail addresses.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c23df543f930586dad529bc7e3059456)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN03870588-W 20150905/150904000009-c23df543f930586dad529bc7e3059456 (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.