Washington Bids > Bid Detail

Notice of Intent to Sole Source LLRW IDIQ

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159893779889422
Posted Date: Mar 20, 2023
Due Date: Apr 4, 2023
Solicitation No: N4523A23R4025
Source: https://sam.gov/opp/75ed7228b0...
Follow
Notice of Intent to Sole Source LLRW IDIQ
Active
Contract Opportunity
Notice ID
N4523A23R4025
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA SHIPYARD
Office
PUGET SOUND NAVAL SHIPYARD IMF
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 20, 2023 12:11 pm EDT
  • Original Response Date: Apr 04, 2023 10:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 05, 2023
  • Initiative:
Classification
  • Original Set Aside:
  • Product Service Code: F108 - ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION
  • NAICS Code:
    • 562112 - Hazardous Waste Collection
  • Place of Performance:
    Richland , WA 99354
    USA
Description

THIS NOTICE OF INTENT IS NOT A REQUEST FOR QUOTES. A DETERMINATION NOT TO COMPETE THE PROPOSED PROCUREMENT BASED UPON RESPONSES TO THIS NOTICE IS SOLELY WITHIN THE DISCRETION OF THE GOVERNMENT.



The Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) Contracting Office (Code 432), hereby provides notice of its intent to award a sole source contract under the authority of 10 USC 3204(a)(1) as implemented by FAR 6.302-1, to US Ecology 1777 Terminal Dr, Richland Washington, 99354-4952, United States for services of acceptance, dispose/burial, and maintenance in perpetuity of Low Level Radioactive Waste (LLRW) for Classes A, B, and C. The anticipated period of performance is 31 AUGUST 2023 through 30 AUGUST 2028



Puget Sound Naval Shipyard and Intermediate Maintenance Facility, and Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, require services of acceptance, dispose/burial, and maintenance in perpetuity of Low Level Radioactive Waste (LLRW) Classes A, B, and C. Only U.S. Ecology currently services this in totality. Low Level Waste Disposal (LLWD) facilities must be licensed by either Nuclear Regulatory Commission (NRC) or via Agreement States.



The North American Industry Classification System (NAICS) code for this requirement has been determined to be 562112, Hazardous Waste Collection. Its size standard is $47.5M. Product Service Code (PSC) for this requirement is F108: Environmental Systems Protection-Environmental Remediation.



THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, interested parties may identify their interest and capability to respond to this requirement no later than 04 April 2023 at 10:00 AM Pacific Time.



Interested parties are encouraged to furnish information by email only with subject line stating - RESPONSE TO INTENT TO SOLE SOURCE FOR N4523A23R4025



A determination to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for determining whether to conduct a competitive procurement.



The PSNS and IMF Contracting Office (Code 400) will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine if a solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award.



Documents submitted to the Government will not be returned. All interested parties shall submit documentation demonstrating and indicating eligibility and capabilities to satisfy the requirements. The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these requirements. Documents shall be submitted to Contract Specialist, Jacqueline Edgerton at jacqueline.f.edgerton.civ@us.navy.mil, and Contracting Officer’s Alex Stutzman and David Mirano at alexander.t.stutzman.civ@us.navy.mil and miguel.d.mirano.civ@us.navy.mil respectively.


Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • 1400 FARRAGUT AVE
  • BREMERTON , WA 98314-5001
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 20, 2023 12:11 pm EDTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >