New Mexico Bids > Bid Detail

Cobalt 5 Ordering Years

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 96 - Ores, Minerals, and Their Primary Products
Opps ID: NBD00159272707341917
Posted Date: Aug 24, 2023
Due Date: Sep 5, 2023
Solicitation No: PANMCC-23-P-0000_008012
Source: https://sam.gov/opp/c655254236...
Follow
Cobalt 5 Ordering Years
Active
Contract Opportunity
Notice ID
PANMCC-23-P-0000_008012
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
418TH CSB
Office
W6QM MICC-FDO FT CAVAZOS
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Aug 24, 2023 09:02 am MDT
  • Original Date Offers Due: Sep 05, 2023 12:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 20, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 9610 - ORES
  • NAICS Code:
    • 334517 - Irradiation Apparatus Manufacturing
  • Place of Performance:
    White Sands Missile Range , NM 88002
    USA
Description

This requirement is excepting "or Equal" proposals. Interested parties’ proposals must be submitted with enough technical data that the reviewing technical official can determine the proposal to be technically acceptable. Any submissions received without sufficient information to make a technical evaluation will be considered to be non-responsive and will be discarded. Any “or Equal” products shall meet all the specifications, certifications, handling, delivery, installation and licensing requirements.



Due to the high risk of radiation exposure Nuclear Regulatory Commission (NRC) licensing is required. Contract will be awarded to a firm that is registered with NRC License Number 30- 02405-10. Prior to award the NRC list will be validated for registration



The Contractor shall comply with all applicable Federal, State, and local laws, executive orders, rules, and regulations applicable to its performance under this contract.



The specific items required are (2) two new Cobalt-60 sources per ordering year from Nordion for use inside the Gamma Range Facility irradiator, delivered to building 21230, White Sands Missile Range (WSMR), NM. The specific requirements are detailed below: Contract is for 5 Ordering Years.



(a) Two (2) each Cobalt-60 sources containing 11,000 Curies (+0, -15%) each of said industrial grade radioactive nuclide. Sources must be Nordion C-132 capsule with C-133 inner.



(b) Each Cobalt-60 source sources must be loaded into custom, welded holders "rabbits" in accordance with HDI drawing. The loading is controlled by Hopewell Designs, Inc. (HDI) software. Certified in accordance with a design approved by the US Nuclear Regulatory Commission (NRC). The rabbits drawing is not attached must contact HDI for drawing.



(c) Extra rabbits shall be provided for validating welding setup



(d) Sources must pass a helium leak test.



(e) Each new double encapsulated source is then required to fit into Hopewell Designs, Inc. provided, non-certified, #410 steel containers. Each new encapsulation/ container combination is required to contain an appropriate force-dampening spacer(s) and end cap torque to satisfy a five (5) year design life cycle without leakage and minimum safety factors for each encapsulation/container as determined for the Gamma Range Facility Operating Procedures and concluded by a New Mexico State University Report, Dept of Mechanical Engineering Study, dated 5 Aug 98. Each new encapsulation/container combination must then be completely seal welded.



(f) Contractor will design the spacers of the internal cavity of the customer’s capsule accounting for temperature variations and specify the torque used on the end cap to close the capsules prior to seal welding.



The encapsulations and containers must also pass an American National Standards Institute (ANSI) or NRC approved equivalent helium pressure leak test. All encapsulation/container combinations must be tested to show less than 0.5 nano curies of removable contamination.



Three copies of a technical package must be included and each package containing all regulatory certification documentation, engineering drawings, parts specifications, validation test reports, and quality assurance/inspection reports for each encapsulation/container. Technical data is to include all test data generated that is required by USNRC. This includes any documentation that would show the switch from solid slug to the pellet form of source that been had used previously for this type of source.



The two (2) new Cobalt-60 sources (encapsulations sealed in the HDI provided containers) are to be shipped by truck from the location where these sources are loaded to Building 21230, WSMR, NM. After a period between one (1) and five (5) working days is to off-load the shipping container, transfer sources, store sources, and return/disposal of the 2 displaced sources, the contractor is required to provide truck and driver for return of the shipping container and cage to contractor’s location.



Contractor will design the spacers of the internal cavity of the customer’s capsule accounting for temperature variations and specify the torque used on the end cap to close the capsules prior to seal welding.



Required Delivery Date of the above Cobalt-60 Sources from contractor to the Government is:



3 Apr 2024



3 Apr 2025



3 Apr 2026



3 Apr 2027



3 Apr 2028



Notes to Contractor:



Contractor shall notify the Government 72 hours in advance of the delivery date and time. Upon delivery of Cobalt 60 sources at Building 21230, White Sands Missile Range, NM, Facility personnel will be prepared to off-load the contractor shipping container and empty the source cage.



With the delivery of these 2 Cobalt 60, the useful life of the previous sources will have been expended and the contractor will be required to remove, transfer, ship, and dispose of the decayed Cobalt 60 sources either to the contractor or other appropriate facility.



AT Level I training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable and annually thereafter. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 05 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: http://jko.jten.mil



Access and general protection/security policy and procedures. This standard language is for contractor employees with an area of performance within Army controlled installation, facility, or area. Contractor and all associated sub-contractors’ employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes.



For contractors that do not require CAC, but require access to a DoD facility or installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations.



iWATCH Training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility, or area. The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 30 calendar days of contract award and within 05 calendar days of new employees commencing performance with the results reported to the COR NLT 30 calendar days after contract award.



Threat Awareness Reporting Program. For all contractors with security clearances. Per AR 381-12 Threat Awareness and Reporting Program (TARP), contractor employees must receive annual TARP training by a CI agent or other trainer as specified in 2-4b of AR 381-12.






Attachments/Links
Attachments
Document File Size Access Updated Date
Cobalt Statement_of_Work Feb 2023 (7).docx (opens in new window)
27 KB
Public
Aug 24, 2023
file uploads

Contact Information
Contracting Office Address
  • 36000 DARNALL LOOP
  • FORT CAVAZOS , TX 76544-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Aug 24, 2023 09:02 am MDTCombined Synopsis/Solicitation (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 >