Recycling and Resource Recovery Services
Document Type: Presolicitation Notice
Solicitation Number: 273-03-P-0005
Set Aside: Total Small Business
Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute of Environmental Health Sciences, Acquisitions Management Branch, PO Box 12874, Research Triangle Park, NC, 27709
Description: The National Institute of Environmental Health Sciences has a requirement for Recycling and Resource Recovery Services, and intends to use Commercial Item Acquisition Procedures consistent with part 12 of the Federal Acquisition Regulation to award a firm-fixed price Performance Based Service Contract.
The materials to be collected, and processed off-site will include laboratory glassware, drink bottles, metals, newspapers, office paper, wooden pallets and construction and demolition waste. The solicitation will contain a complete list of the recyclable materials and the various collection sites at the National Institute of Environmental Health Sciences in Research Triangle Park, NC. The period of performance shall be for one base year with four one-year options.
All request for the solicitation must in writing either by mail to the above address, via email at bryant5@niehs.nih.gov, or by FAX at (919)-541-5117.
All requests must include the solicitation number and be marked to the attention of James E. Bryant, Jr. The North American Industry Classification Code (NAICS) code for this procurement is 562111 with a size standard of $10.5M. Original Point of Contact: Bryant James, Contract Specialist, Phone (919) 541-7685, Fax (919) 541-5117, Email bryant5@niehs.nih.gov
Materials Disposition Basic Ordering Agreement
Document Type: Sources Sought Notice
Solicitation Number: DE-RP05-03OR22960
Contracting Office Address: P.O. Box 2001 Oak Ridge, TN 37831
Description: The Government desires to divest itself of surplus Material such as scrap metal, equipment, vehicles, etc. that cannot be made available to the general public. The Material is currently located at sites across the Government complex. The Material is believed to have some value to certain commercial enterprises, therefore, the Material is not considered waste.
The Material meets the definition of personal property as stated in the Federal Acquisition Regulation. Some of the Material may be radioactively contaminated and regulated under The Atomic Energy Act of 1954 as amended. Background: The federal government and in particular the U.S. Department of Energy Complex has an indeterminate amount of potentially contaminated radioactive Material that could be recycled, reused or buried.
The Material is in the form of small to large pieces of metal, structural steel, equipment and vehicles. The Material may be in scrap piles, outside locations and stored in containers, and/or it may be located within underutilized or abandoned facilities. In some cases the Material may be attached and/or part of the building in which they are located.
The Contractor shall disposition the Material by decontamination, sorting, segregating, or by other means, processing the Material at the Contractor’s facility(ies). The requirements shall be specified in each order. Hereafter referred to as order(s). The order may include removal, characterization, packaging, and transportation to the Contractor’s facility.
The requiring organization shall make the determination if the Material has security concerns. If the Material to be dispositioned requires special handling or processing due to classification, Unclassified Controlled Nuclear Information (UCNI), or Export Controlled Information (ECI) specific requirements shall be detailed within the individual orders.
It is anticipated that such requirements will be minimal, but where applicable shall likely require certified destruction or reconfiguration of the affected Material. Where required, methods of destruction or reconfiguration may be proposed by the contractor for approval by the organization issuing the order. Contractors may not be able to perform those orders requiring security clearances until such clearances are obtained.
Radioactive Property - When the Material subject to transfer is radioactively or potentially contaminated the contractor shall comply with federal requirements for all activities performed at that site. It is anticipated only minimal decontamination processing to expedite handling, loading, and transporting of the Material will be permitted at the federal work site. Material located at the contractor’s facilities shall be managed and regulated in accordance with the terms and conditions of its NRC or NRC Agreement State license. Environment, Safety and Health (ES&H) and Quality Assurance (QA) - The ES&H and QA requirements will likely vary with each order depending on what work (if any) will be performed on the government’s site. If the order requires dismantling for parts or equipment on a government site there would likely be additional ES&H and QA requirements. The organization issuing the order shall be required to detail the ES&H and QA requirements associated with a given order.
Onsite Actions, Packaging, and Transportation - For some tasks, the contractor shall be responsible for removal of the Material from designated facilities and/or storage areas. Onsite actions shall be defined by each order. The requiring organization shall provide the best information available on the description, characterization, and history of the Material. The removal and transportation of the Material by the Contractor shall be done in compliance with all applicable State, Federal, and local laws and regulations. Title and the government’s intent is to transfer title to all the Material at some point in the disposition process. The point of title transfer and possession shall be clearly defined in each order.
Possession shall occur no later than at the point of receipt at the Contractor’s facility. If there are no security concerns with the material under an order, title transfer will likely be concurrent. If the Material has security concerns the title will transfer after the security concerns are resolved and prior to any unrestricted release of Material or final disposition of the Material. Applicable Directives: 1. The Contractor shall maintain all required licenses/permits to conduct the scope of each applicable task, including shipping, storage, handling and waste disposal. 2. The Contractor shall perform all work in accordance with federal, state, and local rules, regulations and standards and within the limits of the Contractor’s permit or license. 3. The Contractor shall comply with quality assurance requirements as established by Nuclear Quality Assurance manual (NQA-1), Quality Assurance Program Requirements for Nuclear Facilities. 4. Any other applicable organization directives (e.g. DOE Orders and/or Site-specific procedures) shall be specified in each order. Performance Requirements: Specific performance requirements shall be delineated for each order. General Requirements -The Department of Energy, Oak Ridge Operations, National Center of Excellence for Metals Recycle (NMR) is the sponsor of this BOA. NMR reserves the right to conduct annual quality assurance audits to the requirements of the Contractor’s NRC or NRC Agreement State license. All organizations that issue orders under this BOA will rely on the NMR annual audits and shall not conduct their own. If NMR finds major concerns during an audit, the Contractor shall not be allowed to participate in the competition for any orders until the finding is corrected and approved by NMR. NMR, or a contractor for NMR, may also conduct surveillance. 1. The Contractor shall have the legal authority to possess and process radioactive materials, such as a NRC license or NRC Agreement State radioactive material license. 2. The Contractor shall comply with all applicable Federal and State requirements including EPA, OSHA, DOT and NRC/NRC Agreement State regulations. The Contractor shall notify DOE if any of their licenses or permits has expired, been revoked, or is under any other action by regulators that shall not allow the Contractor to accept Material for processing. 3. The Contractor shall provide DOE the results of regulatory audits conducted, or Notices of Violations issued by regulators. 4. The Contractor shall have health and safety programs that meet the requirements of their licenses or permits to handle Material in the specific order. Deliverables For each order the Contractor shall provide an annual Mass Balance Report in accordance with the attached format delineating the Material dispositioned under that order to the BOA Administrator listed in Article 3. One copy shall also be provided to the activity or site issuing the order. Annual Mass Balance Reports shall be due on February 1st for the previous year. Additional deliverables may be specified in each order.
Original Point of Contact: Mark Million, Contracting Officer, 865-576-7814, millionma@oro.doe.gov; Mario Aguirre, Contract Specialist, 865-576-0554, aguirremn@oro.doe.gov.
Traffic Calming Device (Rubber Speed Hump)
Document Type: Sources Sought Notice
Solicitation Number: R8306036091
Contracting Office Address: PWR - HAVO Hawaii Volcanoes NP National Park Service 1 Crater Rim Drive P.O. Box 52 Hawaii National Park HI 96718
Description: Hawaii Volcanoes National Park would like to purchase prefabricated, moveable rubber speed humps with the following specifications: (1) must be portable and designed for easy installation and removal (2) fabricated with recycled rubber (3)Adaptable to speeds of 25 - 40 MPH (4) Reusable (5) does not deform during hot weather and easily installed in any type of weather. Lengths are 22 & 24 feet and delivery will be FOB Hawaii Volcanoes National Park, Hawaii National Park, Hawaii.
Original Point of Contact: Ellen Cullen Contract Specialist 8089856007 ellen_cullen@nps.gov.
Latest from Recycling Today
- Nucor names new president
- DOE rare earths funding is open to recyclers
- Design for Recycling Resolution introduced
- PetStar PET recycling plant expands
- Iron Bull addresses scrap handling needs with custom hoppers
- REgroup, CP Group to build advanced MRF in Nova Scotia
- Oregon county expands options for hard-to-recycling items
- Flexible plastic packaging initiative launches in Canada