Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2016 FBO #5392
SOLICITATION NOTICE

F -- DISPOSAL OF IRRADIATOR

Notice Date
8/26/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Agricultural Research Service - Southeast Area
 
ZIP Code
00000
 
Solicitation Number
RFQ-16-4389-S001
 
Archive Date
9/27/2016
 
Point of Contact
Juan C. Gaytan, Phone: 2293863496
 
E-Mail Address
juan.gaytan@ars.usda.gov
(juan.gaytan@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number RFQ-16-4389-S001 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC 2005-90. The NAICS code applicable to this acquisition is 561621. The small business size standard is $20,500,000.00. Disposal of a Sealed Source Irradiator Background: This Statement of Work (SOW) is for: Removing a Sealed Source Irradiator JL Shepherd Model 109-GR-12 Irradiator, S.N. 3017 from the Tifton, GA location and transporting (self-ship) the irradiator and its radioactive sources to a designated Los Alamos National Security (LANS) recovery site. Purpose and Objectives: The purpose of this acquisition is to dispose of this JL Shepherd Model 109-GR-12 Irradiator, S.N. 3017. The current activity level is approximately 200 Ci. The 109-GR-12 irradiator is located in a dedicated room in the facility. The successful completion of this contract will dispose of an unused radiation source and reduce the radiological security needs at this location. Vendor/Technical Capabilities: •(1) Properly licensed and certified by the U.S. Nuclear Regulatory Commission, (NRC) and demonstrated knowledge through past experience that it can comply with all NRC regulations in transporting, shipping, security (including NRC's increased controls for high-risk radiation sources), and handling and disposal of radioactive materials. •(2) Demonstrate through past experience that it has the ability to abide by all laws and regulations imposed by federal, state and local governmental agencies pertaining to the handling, transportation, shipping and disposal of radioactive materials, including but not limited to the U.S. Department of Agriculture (USDA), U.S. Department of Energy (DOE), U.S. Department of Transportation (DOT), State of Georgia, and the City of Tifton, GA. Tasks/Deliverables: Task 1 - Provide Type B (or other appropriate DOT) transport container and crates for the transportation of the radioactive source(s) and the irradiator to include all required reporting and oversight mandated by the U.S. Nuclear Regulatory Commission. Task 2 - Provide disassembly and packaging of the sealed source(s) and the irradiator for the decommissioning and preparation of all shipping documentation in accordance with all applicable federal, state, and local laws (including applicable licenses, insurance, and certificates) pertaining to transportation of radioactive materials. Task 3 - Provide all necessary transportation, including transport or empty containers with the required DOT and NRC permits needed for Radioactive Materials shipment of this type and quantity. Task 4 - Delivered shipment to designated site by LANS within authorized timeframe. Task 5. Offerors are urged and expected to familiarize themselves with the site regarding all general and local conditions that may affect the price. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Period of Performance: One to two months after award date. Submittals should include pricing and paperwork showing technical capabilites and understanding of task orders. The government anticipates award of a contract resulting from this solicitation to the responsible offeror whose offer conforming to the specifications will be most advantageous to the Government. Winning offeror MUST be registered in www.SAM.gov and have completed the representations and certifications. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Please note on your proposal if you will accept a government purchase (VISA) card. This solicitation incorporates the following FAR clauses, provisions and addendums: 52-212-1 Instructions to Offerors-Commercial Item; 52.212-3 Offeror Representations and Certifications-Commercial Items - annual representations and certifications are required. 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. In paragraph B of 52.212-5, the following apply: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, and 52.225-33. In the event the vendor will accept payment via the Government Purchase Card (VISA), the vendor shall annotate on its offer that it will accept the purchase card, and clause 52.232-33 will be superseded by clause 52.232-36. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Governments's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its response. Responses are 17 days from the date this notice is published in the FedBizOps by 2:00 PM EST time, Sept 12, 2016 at USDA Agricultural Research Service, 2316 Rainwater Rd, Tifton, GA 31794 (or POBox 748, Tifton, GA 31793) or by e-mail at juan.gaytan@ars.usda.gov. POC Juan C. Gaytan, Purchasing Agent, 229-386-3496.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/09262ea4bbb3fcfac1f08dcd62806c4c)
 
Place of Performance
Address: USDA ARS CPMRU, 2747 Davis Rd, Tifton, Georgia, 31794, United States
Zip Code: 31794
 
Record
SN04242727-W 20160828/160826234603-09262ea4bbb3fcfac1f08dcd62806c4c (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.