The RFP Database
New business relationships start here

FUSRAP TRANSPORTATION AND DISPOSAL


Missouri, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Description:
This is a Sources Sought Notice. This Sources Sought neither constitutes a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought should not be construed as a commitment by the Government for any purpose. Requests for a solicitation will not receive a response. This Sources Sought Notice is in support of a market survey being conducted by the St. Louis District, Corps of Engineers to identify interested Contractors within the District area for the Scope of Work listed below. The following are general capabilities required to perform the Scope of Work according to USACE standards. The Contractor must be capable to perform the Scope of Work listed below.
General Project Description:
Radiological waste disposal services primarily in support of the U.S. Army Corps of Engineers (USACE) St. Louis Formerly Utilized Remedial Action Program (FUSRAP) Sites. The BPAs awarded will be primarily for radiological disposal services from various known or suspected sites that have been impacted by radioactive material and/or contamination. Although not the primary focus of these agreements, the work may require actions to handle and transport comingled or incidental Other Wastes (RCRA, TSCA, or other hazardous/toxic materials.
Work will be executed under BPA Calls using Performance Work Statements (PWSs) specific to that particular Call. Information provided by USACE St. Louis District will be dependent on the current status of the site. Each Call will define the requirements of the contractor. The description of work stated herein provides a general understanding of the contractor functions to be performed. Individual Calls will contain the specific requirements. Technical requirements described herein in no way limit the activities that may be required under the terms of this agreement.

The Contractor, operating as an independent entity and not as an agent of the Government, shall provide all labor, materials, facilities, and equipment and shall perform all work identified in each individual Call. The Contractor may be required to perform work under Calls at different sites simultaneously. The Contractor shall be cognizant of all appropriate laws, regulations, and guidance. The Contractor shall ensure that all work activities performed by his personnel, subcontractors, and suppliers are executed as required by these laws and regulations. Any incident of noncompliance noted by the Contractor shall immediately be brought to the attention of the Contracting Officer (KO) and/or the Contracting Officer's Representative (COR) by written notice. Nothing in this agreement shall relieve the Contractor of his responsibility to comply with these laws and regulations. Any conflicts between laws/regulations and agreement/call requirements shall be brought to the attention of the KO and/or COR.


This agreement covers the planning, receipt, handling, and safe permanent disposal of the following waste materials, as defined in section 2:


AEA Regulated Wastes;
LARW- Low Activity Radioactive Waste; LACW -Low Activity Comingled Waste;
TENORM - Technologically Enhanced Naturally Occurring Radioactive Materials;
TENORM Commingled Waste- Technologically Enhanced Naturally Occurring Radioactive Materials Commingled Waste;
Mixed Waste (AEA wastes mixed with RCRA wastes): and Other Wastes (RCRA, TSCA, or other regulated wastes).


Waste material can be in the form of soil or debris, as defined. The source of these materials will include the St. Louis FUSRAP Sites in North St. Louis County (NORCO), the St. Louis Downtown Site (SLDS), and to a lesser extent wastes from other St. Louis District supported projects. Transportation methods include use of bulk and non-bulk containers and transport via truck, rail or a combination of truck and rail. The Contractor shall provide final inspection criteria that will be reviewed and agreed upon by Customer/Government and used prior to shipment, to accept loaded types of containers. Contractor shall be responsible for the waste material from the point of arrival at their facility forward. Wastes and containers will be specified in the specific Call.


AEA regulated materials require licensed disposal in accordance with 10 CFR 61 or 10 CFR 40 Appendix A. While the volumes of materials requiring licensed disposal are significantly smaller, the selected Contractor will be capable of handling such materials if called for by the specific Call. Non-regulated materials do not require disposal in accordance with 10 CFR 61 or 10 CFR 40 Appendix A, but must meet all other federal (to include but not limited to those referenced herein) and state regulatory requirements. It is anticipated that non-regulated waste will comprise the vast majority of waste volumes, followed by regulated Class A wastes (see 10 CFR 61.55), and then very limited volumes of other regulated and mixed wastes.


The work to be performed under this BPA shall include planning, receipt of waste, proper permanent disposal of wastes, and reporting. Disposal shall be in accordance with the facility(ies) waste acceptance criteria, in an appropriate waste cell based on disposal licenses or permits, for waste received from any site. The Contractor shall provide disposal services in accordance with this PWS, the PWS included with the specific Call(s), and the Contractor's BPA pricing. The BPA unit prices shall include all costs associated with the receipt, standby time during loading, unloading, material handling, permanent disposal, planning, reporting, and long-term monitoring of materials received. The prices shall also include taxes, surcharges, fees, and tariffs. BPA unit prices and total costs shall include all costs, inclusive of costs for incidental transfer of waste at or near disposal facility(ies).


The receipt, handling, and permanent disposal of materials under this agreement shall comply with all applicable federal, state, and local regulations.


SOURCE SOUGHT:


NAICS CODE: 562211 Hazardous Waste Treatment and Disposal
SIZE STANDARD: $38.5 Million
CONTRACT ESTIMATED RANGE: $10,000,000 to $50,000,000


ANTICIPATED SOLICITATION RELEASE DATE: Any solicitation for the nature of work described in this sources sought is subject to the availability of funds. Should funding become available the Government will use responses to this notice as Market Research to develop an acquisition strategy. Any solicitation(s) for this type of work will be made public as required by the Federal Acquisition Regulation at the Government Point of Entry (www.fbo.gov).


POINT OF CONTACT: Responses are to be sent via email to Kristina Baker, at Kristina.J.Baker@usace.army.mil no later than 3:00 p.m. Central Time, 2 July 2018.
SUBMISSION DETAILS: All interested, responsive and responsible SAM Database registered businesses are encouraged to participate in this sources sought by emailing the required information below to the point of contact listed above. If you are not SAM registered, please do so at www.sam.gov.
Interested businesses shall include the following information to be considered for this Sources Sought announcement:
1. Company name, address, point of contact, phone number/email address and CAGE Code.
2. Company's interest if a solicitation for this project is issued.
3. Company's business category and size.
4. Company's capability to perform on the project description outlined above.


KRISTINA J BAKER, Phone 3143318506, Email KRISTINA.J.BAKER@USACE.ARMY.MIL - ANGIE GRIMES, CONTRACT SPECIALIST, Email ANGIE.L.GRIMES@USACE.ARMY.MIL

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP