Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 04, 2018 FBO #6190
DOCUMENT

S -- Radioactive Waste Removal PO AMEND Q/A RFQ FBO - Attachment

Notice Date
11/2/2018
 
Notice Type
Attachment
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 16;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston TX 77030 4298
 
Solicitation Number
36C25619Q0012
 
Response Due
11/9/2018
 
Archive Date
1/8/2019
 
Point of Contact
Shasta Britt
 
E-Mail Address
.britt@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
AMENDMENT 36C25619Q0012_A0001 Radioactive Waste Removal Questions and Answers 1. Is this a new requirement, or is there an incumbent contractor?   Response: This is a new requirement. 2. Are we to quote removal and disposal of all the items in the spreadsheet on attachment (36C25619Q0012-005) are there any additional items that need to be disposed of? Response: For first part of the question:   yes with two exceptions; items identified as VA Source # 64 and 231 have been sent back to manufacturer as part of a new source purchase.   For second part of question, there are no additional items to be disposed of. 3. Price schedule 0001 Is it necessary for mixed waste to go to NSSI? Or can other appropriate processors be used? Response: Any properly licensed/permitted processor could be used should have stated an appropriately licensed/permitted recipient vs. NSSI ; we will need a copy of their radioactive materials license prior to transfer. 4. Price schedule 0002 What compounds are to be recycled? Response: In this case there are no items specifically designated to be recycled unless the contractor identifies recycling as a more cost-effective strategy. 5. Price schedule 0003 How much DAW? What isotopes what activities? How much do you expect to generate? Response: Dry waste is about 3-4 cubic feet in total many are larger (decayed) nuc med QC flood sources (~36 x 24 ).  All historic waste.   No additional lead shielding is likely to be needed for any of the items.   No new waste is being generated.   The JL Shepherd Cs-137 calibrator (VA Source # 48) and two Cs-137 attenuation devices (VA Source #s 168 and 169) will require DOT Type A packaging but all other items can most likely be shipped as limited quantity excepted packages (from a radioactive materials perspective).    All isotopes and activities to be disposed of were provided in Attachments 1 through 9 of the solicitation. 6. Price schedule 0004 Are sealed sources necessary for disposal of items in spreadsheet? Or are there additional items that need disposal? Response: No this needs clarification, Contractor shall provide for disposal of sealed sources listed in the spreadsheets.   All items in the spreadsheets need to be disposed many are disused or decayed sealed sources.   There is also some liquid standards (sealed and unsealed) and some dry wastes. 7. Price schedule 0005 -I believe there is a typo here, transpmiation transportation That is a typo should be transportation.   8. Section B.2 Price/Cost Schedule Item Number 0002 identifies Contractor shall provide compounds for recycle.   Is it a requirement of this bid specification that the compounds identified in the Attachment 9 Other Items be recycled or can these be sent for processing and disposal if deemed more economically feasible? Response:   Any item may be send for processing and disposal if deemed more economically feasible.   Recycling is not specifically required for any item. 9. Section B.2 Price/Cost Schedule Item Number 0003 identifies Contractor shall provide DAW and Lead.   Based on the information contained within the provided waste inventory list, it looks as though the only lead associated with this bid specification is that identified with the Y-90 Microsphere s Aggregate Waste (if lead vial shields as needed for transportation purposes), possibly some lead associated with the Ra-226 sealed sources, lead that would part of the Cs-137 Amersham Source in Calibrator, and the Cl-36 lead waste.   Is this correct, or is there more lead associated with the waste.   Also, this Pricing Line Item also identifies DAW.   What is the DAW that is referred to in the Pricing Line Item? Response:   There are no additional lead items.   It is highly unlikely that any additional lead will need to be provided by the vendor for shipping purposes.   Note there are also two Cs-137 items (2 each, 30 mCi) which include depleted uranium as shielding (as part of the device itself). VA Source # Nuclide Manufacturer Model No. Serial No. Source Type Physical Description Reference Activity (mCi) Reference Date Current Activity (7/12/2018) (mCi) Current Activity MBq 168 Cs-137 w/DU Isotope Products Labs HEG-137 CZ-169 Sealed-solid shielded in box 30 9/1/2001 20.32 751.94 169 Cs-137 w/DU Isotope Products Labs HEG-137 CZ-196 Sealed-solid shielded in box 30 9/1/2001 20.32 751.94 Total 40.65 1503.9 Response:   The bid spec for DAW (Dry Active Waste also known as low-level dry radioactive waste) is confusing.   No DAW is actually being provided by the vendor, rather disposal of such wastes.   DAW in this case is waste that is not considered sealed sources or devices.   Items in Attachment 9 that are solids are DAW.   Some of those items (e.g., a small amount of uranium acetic acid used for electron microscope staining) may need to be solidified in order to process further and might have to be excluded; vendor assistance is needed to determine best approach. 10. Section B.2 Price/Cost Schedule Item Number 005 identifies Contractor shall provide milk-run transportation.   Is it a requirement of this bid specification that the transportation for the waste materials be on a milk-run (or Less-Than-Truckload) basis? Or can the pick-up be using a dedicated transport vehicle? Will all of the waste material identified in the bid specification be picked during the same time? Or is the VA expecting this waste to be picked up over a duration of time?   Response:   Item is written in a confusing manner.   The contractor shall provide the cost for removing, transporting, disposing of the waste.    This waste is all currently sitting onsite for disposal (Attachments 1 through 9); no new wastes are being produced as part of the contract.   It can be transported at one time or at different times.   The most cost-effective transportation strategy may be determined at the contractor s discretion.   This proposed cost may be per unit waste and does not need to break out cost of transportation as a separate item. 11. In Section B.3 Statement of Work Performance Requirements, there are a number of types of waste identified that are not listed in the provided inventory (i.e. Scintillation Vials/Fluids, Biological Waste).   Is the only waste associated with this bid specification those that are identified in the provided inventory list? Response:   Everything is provided in the inventory lists.   Any other references are superfluous. 12. In Section B.3 Statement of Work Performance Requirements identifies a list of documents and information that the Contractor is to provide.   Is it correct to assume that these submittals are only required from the winning bidder and are not required as part of the proposals? Response:   The contractor should provide their own radioactive materials license if such is possessed.   Any licenses from subcontractors such as disposal facilities could be provided at a later date.   It is understood that some contractors might not be licensed on their own but may identify and have the hands-on work performed by a licensed waste broker, as a sub-contractor.   That is understood and we will permit those licenses may be submitted after the contract is awarded. 13. In Section B.3 Statement of Work Performance Requirements states The contractor shall provide a written emergency plan that outlines a formalized response to any accidents, spills or leaks that occur while the contractor is performing work for the facility. The emergency requirement may be in response to an actual, natural or man-made disaster. Also, the emergency requirement may include responding to a special project, which has not been anticipated by the contract parameters.   In this section, it states that the emergency requirement may include responding to a special project, which has not been anticipated by the contract parameters.   Can you please explain what the VA is requesting from the Contractor in support of this? Response:   We are expecting the vendor to provide a statement to ensure US DOT requirements for emergency response are met per 49 CFR Chapter 1, Subpart G.   This really only pertains to possible emergencies during shipping.   Most items could be shipped as limited quantity in excepted packaging and be excepted from shipping paper requirements.     A small number of items will need Type A packaging for Class 7 materials.   Type A packages require emergency response information (including a 24-hour response phone number) be included in the shipping papers.   We would expect vendor to describe generally the methods for complying with DOT requirements. 14. Inventory Sheet Attachment 9 Other Items identifies a Cs/Ba-137 Syringe containing a total activity of 0.0049 mCi with a contact dose rate of 8 mR/hr.   Does this item have any RCRA hazardous waste codes associated with it? and if so, please identify them.   Also, what is the chemical composition of the Cs/Ba liquid? Response: No RCRA codes are assigned for this item.   I am unsure what the Cs/Ba-137 is associated with chemically but it was distributed by a well-known vendor (Oxford Instruments) and is in the original container--which is well marked and does not include any chemical or biohazard labeling beyond simply being radioactive.   The source is labeled as an exempt source from NRC licensing. (End of Questions and Answers)  
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/36C25619Q0012/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25619Q0012 00001 36C25619Q0012 00001.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4666076&FileName=36C25619Q0012-00001000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4666076&FileName=36C25619Q0012-00001000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Central Arkansas Veterans Healthcare System;John L. McClellan Memorial Veterans Hospital;4300 West 7th Street;Little Rock, AR
Zip Code: 72205
 
Record
SN05142413-W 20181104/181102230559-04bd6fa153f5902564a8bb002120158b (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.