SOLICITATION NOTICE
Z -- Decommission Radioactive Material Laboratories
- Notice Date
- 4/22/2020 3:44:11 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562112
— Hazardous Waste Collection
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26220Q0707
- Response Due
- 5/4/2020 12:00:00 AM
- Archive Date
- 07/03/2020
- Point of Contact
- Ositadima Ndubizu ositadima.ndubizu@va.gov
- E-Mail Address
-
Ositadima.Ndubizu@va.gov
(Ositadima.Ndubizu@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- 1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.a. Project Title: Decommission Radioactive Material Laboratories 1.b. Description: VA Greater Los Angeles Healthcare System is seeking a contractor to decommission radioactive material laboratories in VA Greater Los Angeles Medical Center and VA Long Beach Medical Center. 1.c. Project Location: VA Greater Los Angeles Healthcare System, 11301 Wilshire Blvd, Los Angeles, CA 90073 and VA Long Beach Healthcare System, 5901 East Seventh St. Long Beach, CA 90822. 1.d. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26220Q0707. 1.e. Set Aside: This solicitation is issued as a Service-Disabled Veteran Owned Small Business set aside. 1.f. Applicable NAICS code: 562112, Hazardous Waste Collection. 1.g. Small Business Size Standard: $41.5 million 1.h. Type of Contract: Firm Fixed Price 1.i. Period of Performance: 120 days from award date 1.j. Request for Information (RFI) should be submitted via email no later than 0100pm PDT Monday April 27, 2020 to Ositadima.ndubizu@va.gov. 2. Statement of Work 2.1. Objective. VA Greater Los Angeles Healthcare System is seeking a contractor to decommission radioactive material laboratories in VA Greater Los Angeles Medical Center and VA Long Beach Medical Center. 2.2. Background. The regulations in 10 CFR Part 30 require proper decommissioning of former radioactive materials laboratories before they can be released for re-use. Sixteen (16) laboratories need decommissioning, covering approximately 6265 square feet of space. 2.3. Scope. The work is spread-out over several buildings, floors, and rooms at 11301 Wilshire Blvd, Los Angeles, CA 90073 and 5901 East Seventh St. Long Beach, CA 90822. The decommissioning work must meet the requirements in: 10 CFR Part 30, Rules of General Applicability to Domestic Licensing of Byproduct Material Nuclear Regulatory Commission, NUREG-1575, Multi-Agency Radiation Survey and Site Investigation Manual (MARSSIM), most recent version at time of performance and Supplement 1 (MARSAME) 10 CFR Parts 19 and 20 Sixteen (16) laboratory spaces (see attached listing) are to be decommissioned covering approximately 6265 square feet. Scoping (investigational surveys) and a Final Termination Survey of the radioactive materials use and storage locations to include: surveying of benches, floors, sinks, work areas, air ducts, floor drains, fume hoods, a compactor and storage areas in the radiation laboratories that are to be terminated using appropriate survey instruments to determine if fixed contamination is present. Use of large area gas proportional detectors for measuring the presence of beta emitting surface contamination and a 2 low energy scintillator for measuring the presence of gamma emitters Perform wipe tests using approximately 50 samples for analysis for each individual room of laboratory surfaces, including sinks, benches, floors, return air vents, floor drains and adjacent hallways, to determine if removable surface contamination is present. Wipe test samples are to be analyzed at by the contractor using a properly calibrated and functioning liquid scintillation counter and a gamma counter calibrated with appropriate NIST traceable reference sources. The counting results will be reported in units of dpm/100 cm2. Report locations of elevated contamination to the GLA Radiation Safety Officer. A location of elevated contamination is an area where removable or fixed contamination is greater than the Minimum Detectable Concentration (MDC) of the instruments. Retest and resurvey the locations of elevated contamination to verify adequate decontamination. Perform up to 40 man-hours of remediation and decontamination to meet release criteria in 10 CFR Parts 20 and 30 and NUREG-1575. Prepare in written hard copy and electronic final decommissioning report that meets NUREG-1575. Contractor to provide any and all instrumentation and supplies for completing the work. The contractor is not responsible for the disposal of any radioactive waste at the survey locations. 2.3.a. General Requirements 2.3.a.1. Prior documented experience with performing decommissioning and surveying per NUREG-1575 is required. 2.3.a.2. Since active on-going research projects will be in progress in the buildings being accessed and the contractor personnel may observe or overhear information related to these projects, a non-disclosure agreement is appropriate. 2.3.a.3. The contract will be considered complete once all locations have been decommissioned and surveyed as shown in a final status report that meets NUREG-1575 and the areas have been determined to be free of residual radioactive contamination. 2.4. Security Requirements. No patient interactions or access to patient records will occur. However, the contractor will be in accessed-controlled research buildings with active experiments and projects in progress. 2.6. Period of Performance. The period of performance will be 120 days after award date. This work must be completed by 09/30/2020. 2.6.a. National Holidays: New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 2.6.b. If the holiday falls on a Sunday, the following Monday will be observed as a National holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. 2.6.c. Contractor will bill and be paid for actual services provided by Contractor personnel. Contractor will not be paid for availability or on-call services unless otherwise provided herein. 2.7. Contractor Personnel Background Requirements. 2.7.a. The Office of Security and Law Enforcement provides Department-wide policy on the assignment of appropriate position sensitivity designations associated with Department of Veterans Affairs (VA) positions involving national security and public trust responsibilities, and on the level of background investigations required for applicants for, and incumbents of, those positions. In addition to VA employees, the policy and investigative requirements are applicable to Contractor personnel who require access to VA computer systems designated as sensitive. 2.7.b. Personnel who require access to VA computer systems shall be subject to all necessary background investigations and receive a favorable adjudication from the VA Office of Security and Law Enforcement to ensure compliance with such policy. If such investigation has not been completed prior to contract commencement, the Contractor shall be responsible for the actions of those individuals performing under the contract. 2.7.c. Should the contract require Contractor personnel to maintain U.S. citizenship, the Contractor shall be responsible for compliance. Regardless of U.S. citizenship requirements, Contractor personnel are required to read, write, speak, and understand the English language, unless otherwise specified in this contract or agreed to by the Government. 2.7.d. The cost of such investigations shall be borne by the Contractor, either in advance or as reimbursement to the Government. The level of sensitivity shall be determined by the Government on the basic of the type of access required. The level of sensitivity will determine the depth of the investigation and the cost thereof. At this time, the current estimated costs for such investigations are as follows: Level of Sensitivity Background investigation level Approximate Cost Low Risk National Agency Check with Written Inquiries $ 231.00 Moderate Risk Minimum Background Investigation $ 825.00 High Risk Background Investigation $ 3,465.00 2.7.e. The Contractor shall be required to furnish all applicable employee information required to conduct the investigation, such as, but not limited to, the name, address, and social security number of Contractor personnel. The VA will provide all the necessary instructions and guidance for submission of the documents required to conduct the background investigation. Background investigations shall not be required for Contractor personnel who will not be required to access VA computer systems nor gain access to sensitive materials. 2.8. Contractor Personnel The Contractor shall provide a contract program manager who shall be responsible for the performance of the work. The name of this person shall be designated in writing to the Contracting Officer. The Contractor s Program Manager shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. Program Manager: Company Name: Address: Phone No: Email: 2.9. Contractor Employees 2.9.a. The Contractor shall not employ persons for work on this contract if such employee is identified to the Contractor as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. Contract Personnel shall be subject to the same quality assurance standards or exceed current recognized national standards as established by the Joint Commission (JC). 2.9.b. Badge. Contractor shall obtain a Contractor I.D Badge from the VA Police. All Contractor personnel are required to wear I.D Badge during the entire time on VA facility. The I.D Badge MUST have an identification picture and shall state the name of the individual and the company represented. 2.9.c. PARKING: It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Parking information is available from VA Police & Security Service Office. The Contractor assumes full responsibility for any parking violations. 2.9.d. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas. 2.10. Insurance Coverage 2.10.a. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. 2.10.b. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. 2.10.c. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. 2.10.d. The Contractor shall furnish to the Contracting Officer within fifteen (15) days of award an Official Certification from the insurance company indicating that the coverage has been obtained and that it may not be changed or cancelled without guaranteed thirty (30) day notice to the Contracting Officer. New certifications shall be furnished at least thirty (30) days prior to the expiration date of the current insurance policy. The phrase will endeavor is not acceptable terms to the Government and such coverage carrying that phrase will be rejected and services may not be rendered until proper certificate is issued. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-01, dated 10/10/2019. The following provisions and clauses apply to this solicitation and can be found in enclosure 2. 3.a. FAR 52.212-1, Instructions to Offerors Commercial Items 3.b. FAR 52.212-2, Evaluation -- Commercial Items 3.c. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items 3.d. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items 3.e. Supplemental Insurance Requirements 3.f. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 3.g. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance 3.h. FAR 52.233-2, Service of Protest 3.i. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.j. VAAR 852.233-71, Alternative Protest Procedure 4. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 1 via email no later than 10am PDT Monday May 4, 2020 to Ositadima.ndubizu@va.gov. Ensure the following are completed and/or included in the quote packet: 4.3.a. Vendor Information with DUNS number 4.3.b. Acknowledgement of amendments 4.3.c. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 4.3.d. Schedule of services 4.3.e. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items 4.3.f. References that display experience
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e172f59bee374887a282fae753859afd/view)
- Place of Performance
- Address: VA Greater Los Angeles Healthcare System;11301 Wilshire Blvd;Los Angeles, CA 90073, USA
- Zip Code: 90073
- Country: USA
- Zip Code: 90073
- Record
- SN05632214-F 20200424/200422230135 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |