COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17, 2001 PSA #2937
SOLICITATIONS
P -- DECOMMISSIONING, REMOVAL, TRANSFER & DISPOSAL OF A GAMMACELL 220 HIGH DOSE IRRADIATOR
- Notice Date
- September 13, 2001
- Contracting Office
- Department of Agriculture, Agricultural Research Service, North Atlantic Area, Plum Island Animal Disease Center, P.O. Box 848, Greenport, NY, 11944
- ZIP Code
- 11944
- Solicitation Number
- PIADC-1-005
- Response Due
- September 24, 2001
- Point of Contact
- Lynda Biedermann, Contract Specialist, Phone 631-323-3203, Fax 631-323-3101, Email lbiedermann@piadc.ars.usda.gov -- Dennis Foley, Supervisory Contract Specialist, Phone 631-323-3397, Fax 631-323-3295, Email dfoley@piadc.ars.usda.gov
- Description
- The USDA, Agricultural Research Service requires the Removal and Disposal of a Gammacell 220 Irradiator in accordance with the terms, conditions, and specifications contained in the document. 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. Prices are being requested no written solicitation will been issued. The Solicitation number PIADC-1-005 is issued as a Request For Quotation (RFQ). This solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. This procurement is unrestricted. The NAICS is 541620 with annual receipts $5.0 million per year. SCHEDULE OF ITEMS- Item no. 01, Furnish services for the "Turn-Key" decommissioning, removal, transfer and disposal of a Gammacell 220 High Dose Irradiator, in accordance with the terms, conditions, and specifications contained in this document; UNIT 1=3DEA, UNIT PRICE: $______ and AMOUNT: $_______. GOVERNMENT RESPONSIBILITIES -- The Government shall be responsible for the removal of the roof the unit is currently housed; and 2) Marine Transportation to Plum Island and Orient Point, NY; 3) Designating a Contracting Officer's Representative (COR) at the time of award who will be responsible for coordinating the removal of this unit. SECTION 508 ACCESSIBILITY COMPLIANCE CLAUSE-All Electronic and Information Technology (EIT) procured through this Contract must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. (36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at //www.access-board.gov/sec508/508standards.htm -- PART 1194. This standard does not require the installation of specific accessibility-related software or the attachment of an assistive technology devise, but merely requires that the EIT be compatible with such software and devices so that it can be made accessible if so required by the agency in the future. The Contractor must note in the schedule whether each product or service is compliant or noncompliant with the accessibility standards at 36 CFR 1194. For each item that is identified as compliant the Contractor shall provide evidence or verification of compliance. The proposal must indicate where full details of compliance can be found (e.g schedule attachment, offeror's website or other readily available location (specify). GENERAL SPECIFICATIONS -- The USDA Plum Island Animal Disease Center, Plum Island New York has a requirement for the "Turn-Key" decommissioning including the removal, transfer, and disposal of a Atomic Energy of Canada, Model Gammacell 220, Serial Number 212 Self-Shielded High Dose Rate Research Irradiator by a licensed nuclear waste disposal service. The Gammacell 220 Irradiator is a Category I Self-contained, dry source storage irradiator, as defined by American National Standard N433.1. The Cobalt 60 source is doubly encapsulated in 16 stainless steel pencils and is equally spaced in an annular source rack, which surrounds the irradiation chamber. Specifications of the Unit:Dimensions & Weight: Width (inches) 40.75 (uncrated) 42.75 (crated)=20 Length (inches) 60.0 (uncrated) 61.5 (crated) Weigh (lbs) 8830 (uncrated) 9700 (crated) Height* (inches) 62.2 (uncrated) 67.0 (crated)*Drawer in Down Position, Source: Cobalt 60* (25,340 curies as pellets in 16 pencils loaded 11/28/85) *Half-life 5.3 years; Work to be performed is at the USDA Plum Island Animal Disease Center, Plum Island, New York located off the coast of Orient Point, Long Island, New York. The Unit, complete with Cobalt 60 source, can be shipped in one package without additional radiation shielding. The crated package can be handled by an overhead hoisting device, standard forklift, and platform truck. The Unit is licensed for shipment in the USA by the US Department of Transportation, and in Canada by the AECB. Prior to removal and shipment operations, the offeror is required to conduct a site visit and to make arrangements for the removal beforehand. Local riggers (movers of heavy equipment) are to be hired by and must be supervised by the offeror. The USDA will supply if necessary appropriate radiation protection training beforehand to the offeror's employees assigned to the job. The work includes, but may not be limited to preparation of unit including positioning the drawer into the transfer position; disconnecting 220V, 3 phase electrical connection; attachment of lifting ring onto unit; rigging and removal by lifting through roof opening from Building 226 (1 story building); loading onto flat bed trailer, and transfer to Orient Point Mainland Warehouse using Government supplied marine transportation; over-packed into approved shipping container or crate, and loaded onto and transferred by flat-bed trailer to disposal facility. The offeror is responsible to provide approved shipping container or crate; overhead hoisting device; standard forklift, and platform truck. The offeror is responsible to obtain from the pertinent regulatory or controlling authority or authorities permission to transport the Unit from Orient Point. AWARD will be based on evaluation of technical capabilities (current licenses and approvals held) , past performance, and price. The offeror is responsible to provide copies of all current licenses and approvals held and three references. SCHEDULE OF DELIVERABLES -- The removal of this irradiator from the USDA, ARS, Plum Island Animal Disease Center, Plum Island, (Orient Point) New York shall be within thirty (30) calendar days after receipt of the purchase order. Work shall be accomplished between the hours of 8:00 a.m. to 4:30 p.m., Monday through Friday, excluding Federal holidays and shall be scheduled 24 hours in advance with the COR named at the time of award. Acceptance shall be made at completion of work at Plum Island, and a copy of a disposal manifest for the irradiator is received by the COR. The provision at 52-212-1, Instruction to Offerors -- Commercial Items, applies to this acquisition. The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The following evaluation criteria are included in paragraph(a) of that provision: Technical Capability, Past Performance and Price. Technical Capability and Past Performance shall be scored on a "Pass/Fail" basis. Award shall be based in the technically acceptable, lowest priced offer inclusive of all line items. FAILURE TO PROVIDE THE INFORMATION RELATIVE TO EACH EVALUATION FACTOR MAY RENDER YOUR OFFER NON-RESPONSIVE. ADDENDA TO FAR CLAUSE 52.212-2 -- Deletes item D.3(b). EVALUATION FACTORS FOR AWARD-FAILURE TO PROVIDE THE INFORMATION RELATIVE TO EACH EVALUATION FACTOR MAY RENDER YOUR OFFER NON-RESPONSIVE. The Government intends to make an award based on the technically acceptable offer with the lowest evaluated price. 1. TECHNICAL CAPABILITY OF THE FIRM. Technical capability will be based on the offeror being responsible for obtaining from the pertinent regulatory or controlling authority or authorities permission to transport the Unit from Orient Point. will be based on evaluation of technical capabilities (current licenses and approvals held) , past performance, and price. The offeror is responsible to provide copies of all current licenses and approvals held. 2. PAST PERFORMANCE. Past performance history may be based on the Contracting Officer's knowledge of any previous history of this type of work, customer surveys or any other verifiable information available to the Contracting Officer. The offeror's lack of performance history will not result in disqualification, but will result in a neutral past performance rating of "pass". In order to be considered for a contract award, Contractors shall provide a list of three (3) contracts of a same nature and complexity that the were awarded within the past three (3) years or that is/are currently in force. This information must be submitted with your offer. For each contract, list the following: 1. Name, address, and telephone number of the contracting organization, the Government's Project Officer and Contracting Officer. 2. Contract number, type, and dollar value. 3. Item description. 4. Service contract type, period of performance, and price. 5. List any contract(s) terminated for convenience or default (partial or complete) within the past three (3) years. Include the contract number, name, address, and telephone number of the terminating officer. 3. PRICE. Price includes furnishing all equipment, supplies, materials, shipping, for removal of the irradiator. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items, with the quotation. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR Clause 52.212-4 is amended to include the following clauses by reference: 1. Item a: AGAR 452.246-70, Inspection and Acceptance shall be made at: i) Destination. 2. Item (g)- Invoices shall be submitted in an original after acceptance of all items, to the Contracting Officer. 3. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of these clauses, incorporated by reference, may be accessed electronically at this address: http://www.arnet.gov/far/. 52.214-21, DESCRIPTIVE LITERATURE ; 52.214-34 -- SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991); 52.214-35 -- SUBMISSION OF OFFERS IN US CURRENCY (APR 1991); 52.227-19, COMMERCIAL COMPUTER SOFTWARE-RESTRICTED RIGHTS (JUN 1987); 52.242-17, GOVERNMENT DELAY OF WORK (APR 1984); 52.247-35 -- F.O.B. DESTINATION, WITHIN CONSIGNEE'S PREMISES (MAY 2001). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. The following FAR clauses cited in 52.212-5 are applicable to this acquisition for supplies; 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 1984); 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era Veterans (APR 1998); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (APR 1998); 52.225-3 (ALT II) Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; and 52.247-64, Preference For Privately Owned U.S.-Flag Commercial Vessels. Responses are due by COB, SEPTEMBER 26, 2001 at the USDA, ARS, NAA, Plum Island Animal Disease Center, Plum Island, New York. The mailing address is USDA, ARS, NAA, PIADC, Route 25, Orient Point, New York 11957, Attn: Lynda Biedermann, Bldg 100. Please mark the envelope with the solicitation no. PIADC-1-005.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/USDA/ARS/MMB/PIADC-1-005/listing.html)
- Record
- Loren Data Corp. 20010917/PSOL001.HTM (D-256 SN50X4Y2)
| P - Salvage Services Index
|
Issue Index |
Created on September 13, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|