Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2002 FBO #0154
SOLICITATION NOTICE

52 -- Radiation Detection Monitors

Notice Date
5/3/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Reutilization and Marketing Service, Federal Center 74 Washington Avenue North, Battle Creek, MI, 49017-3092
 
ZIP Code
49017-3092
 
Solicitation Number
SP4410-02-Q-7011
 
Response Due
5/21/2002
 
Archive Date
6/5/2002
 
Point of Contact
Jo Spight, Contract Specialist, Phone 616-961-7170, Fax 616-961-4474, - Mark Moran, Contracting Officer, Phone 616-961-4473, Fax 616-961-4474,
 
E-Mail Address
jspight@mail.drms.dla.mil, mmoran@mail.drms.dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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. The is issued as Request for Quotations (RFQ) SP4410-02-Q-7011 for Ludlum Model 3500-1000 Gate Monitors for detecting radiation and the required installation and training. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Defense Reutilization and Marketing Service (DRMS) intends to enter into a firm-fixed price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-02. This announcement is published as a Total Small Business Set-Aside action (Numbered Note 1) per FAR 52.219-1 and 52.219-6. The applicable North American Industry Classification Systems (NAICS)code is 334513. The small business size standard is 500 employees. This award will be based upon low price and a determination of brand name or equal. Bid structure shall be by Contract Line Item (CLIN); CLIN number 0001 shall be for four (4) gate monitors and CLIN number 0002 for installation/travel, and training for the three (3) sites (the proposal should break out the individual costs for each site). NOTE: The Government shall be responsible for site preparation. All eligible, responsible sources may submit an offer. Salient characteristics are as follows: Multiple Detector Microprocessor containing (1) Microprocessor based electronics, (2) Infrared motion sensor set, (3) 10 uCi (370 kBq) Cs-137 Check source, (4) 40 Column Date/Time Printer or PC Application Software, (5) 2 ea. 480 in3 Plastic detectors with 200 foot(61m) cables, (6) Alarm Strobe; Detectors: 2 ea. 480 cubic inch shielded plastic scintillation detectors Audio: Unimorph type speaker (greater than 68 dB at 2 feet); 8.9cm arc 1 mA analog type; Meter Dial: 0-25 kcps. The system will continuously monitor background levels until the infrared sensor identifies an object. It will then automatically switch to checking the object for radiation caused by contamination until the object is clear of the sensor at which time the system will return to monitoring the background. ; RS-232: 9 pin connector to allow connection of a computer or printer for data logging; CONTROLS: 5 pin connector allowing for connection of external alarm indicators; RELAYS: 3 pin connector allowing for connection of external alarm indicators; POWER: 95-135 VAC (178-240 VAC available), 50-60 Hz single phase (less than 100mA); ELECTRONICS CONSTRUCTION: Steel NEMA 12 enclosure (weather proof): TEMPERATURE RANGE: -20 degrees F (-29 degrees C) to 140 degrees F (60 degrees C). System installation should also be included which includes plans for detector stands, running of conduit cables, final hookup and system installation. System must be capable of relocation at Government request. These units are ordered for and will be placed as follows: 1 ea. DRMO Texarkana, TX; 1 ea. DRMO Aberdeen, MD; and 2 ea. DRMO Meade, MD. The following clauses will be included in this award: FAR 52.211-6 Brand Name or Equal, FAR 52.212-1 Instructions to Offerors-Commercial (MAR 2000), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (FEB 2000). A completed copy of this provision must be submitted with the offeror?s proposal. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 1999). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (AUG 2000). The following blocks are x?d: (b) (1, 7, 11-15 & 23) and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (252.225-7001 and 252.225-7007). Quotes must be received no later than 4:00 P.M., EST., May 21, 2002. The required delivery date is thirty (30) days after contract award. For information regarding the solicitation contact Jo R. Spight, Contract Specialist, via e-mail at jspight@mail.drms.dla.mil or fax (616) 961-4474. IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on or after 6/1/98. Lack of registration in the CCR database will make an offeror/quoter INELGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://ccr.dlsc.dla.mil.
 
Place of Performance
Address: DRMO TEXARKANA, TEXAS;, , DRMO MEADE, MARYLAND; AND, , DRMO ABERDEEN, MARYLAND
 
Record
SN00070758-W 20020505/020503213028 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.