Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2003 FBO #0576
SOLICITATION NOTICE

58 -- Personal Radiation Detector

Notice Date
6/26/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
DTCG23-03-Q-OPD02
 
Response Due
7/10/2003
 
Archive Date
7/25/2003
 
Point of Contact
Pam Bible, Contract Specialist, Phone 202-267-2188, Fax 202-267-4019,
 
E-Mail Address
pbible@comdt.uscg.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance (IAW) with the format in Federal Acquisition Regulation (FAR) Part 12.6, as supplemented with additional information included with this notice. This commercial item acquisition is being conducted IAW FAR Part 13.106-2 and 13.5. A written solicitation will not be issued. This announcement constitutes the Request for Quote (RFQ). The solicitation number is DTCG23-03-Q-OPD02. The RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-14 Correction. This RFQ is an unrestricted full and open competition. The applicable NAICS is 334516 and the small business size standard is 500 employees. The Coast Guard (CG) will issue a Firm Fixed Price Purchase Order for a quantity of 1300 Gamma/Neutron Pagers. The Brand Name is Gamma/Neutron Pager, model PM-1703GN or Equal meeting the following salient characteristics. The salient characteristics for the pager are as follows: 1. Physical Characteristics 1.1. Nine oz or less (including battery), 1.2. Max dimensions (without clip): length 4 in; width 3 in, depth 1.5 in, 1.3. No sharp edges, 1.4. Belt clip, shock-resistant plastic case (drop test from 28? (0.7m) on concrete), 1.4.1. Ballistic nylon pouch suitable for wear on standard law enforcement equipment belt, 1.5. Three-way alarm-visually, audibly, and with vibration, 1.6. Power supply ? one (1) alkaline AA battery; 2. Display/Interfaces/Logging, 2.1. Easy to read LCD, with manually activated backlight, 2.2. Continuous display of gamma radiation and neutron detected any alarm information, 2.3. Alarm information, 2.3.1. Programmable set-points, 2.3.2. Alarm level encountered, 2.4. Data logging and downloadable; 3.3. Sensitivity: "The device will detect: 3.3.1 Gamma: 5.0 ?Ci 137Cs at a distance of 10" (25cm), 3.0 ?Ci 60Co at a distance of 7" (18cm)3.3.2. Neutron: 1000 grams of 239Pu at a distance of 10" (25cm). With the alarm threshold set to give a false alarm rate of <1 per 8 hours operation."3.3.3. 1000 counts per second per milli-Rem/Hour; 4. Lifespan/Maintenance/Warranty, 4.1. Sensor to function for minimum of two years, 4.2. Zero maintenance other than battery change out, 4.3. Warranted for two years of operation and for 1 year of shelf life; 5. Standards: 5.1. Meets Illicit Trafficking Radiation Assessment Program (ITRAP) requirements for pocket type and handheld instruments, 5.2. Manufacturer must be ISO 9000/9001 certified, 5.3. Water Resistant to IP67, 5.4. EMI Resistant; 6. Physical Characteristics: 6.1. Small and non-bulky for inclusion in boarding equipment, minimize interferences, 6.2. Should not be able to catch on obstructions while transiting through a vessel, 6.3. Easily attach to any part of uniform ? belt, cuff, coverall pocket, etc., 6.4. When viewed by others should be quickly recognizable as safety equipment, 6.5. Alarms should be easily seen & heard?even with hearing protection?by user and other around them; should be able to felt if in a pocket.; 6.6. Given the working environment, the monitors must be specifically approved for use in detecting illicit radiological products, including being water, impact, and EMI resistant; 7. Display/Interfaces/Logging: 7.1. Users should be able to quickly determine any alarm status, what those alarm levels are, and can quickly check all necessary parameters with a single button. 7.2. If an alarm event occurs, details should be available for further analysis if needed. Either this info should be available off of a memory chip or via download from infrared port; 8. Sensor: Monitor must detect both gamma and neutron emissions; 9. Lifespan/Maintenance/Warranty: 9.1. Warranty two years or commercial. 9.2. Users should be able to pick up the monitor, use it, only replace batteries and not have to worry about maintenance such as calibration or replacement of sensors 9.3 Users should be able to have them on the shelf ready to use for a year before starting the two-year window Offerors should provide a Firm Fixed Quote for a quantity of 1300 each Gamma/Neutron Pagers. The CG?s desired delivery is 30 days after receipt of order. FOB destination. Location(s) will be identified at the time the order is placed. Interested parties may obtain a comprehensive list of anticipated delivery destinations by faxing a request to (202) 267-4019, ATTN: Pamela Bible, or may e-mail a request to pbible@comdt.uscg.mil. Inspection shall be in accordance with FAR 52.247-34 --F.O.B. Destination. Packing and packaging shall be in accordance with commercial practice to assure delivery at destination. Provision 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition. The following provision is incorporated by reference as addenda to 52.212-1: 52.211-6 Brand Name or Equal. Offeror?s attention is drawn to paragraph (d) of the provision. Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. Offerors should submit warranty information, as well as appropriate information on the prices at which the same item or similar items have previously been sold, adequate for determining the reasonableness of the price. A comparative evaluation of quotes will be conducted on Technical and Price, technical being more important than price. Offerors shall include a completed copy of provision 52.212-3, Offeror Representations and Certification --Commercial Items Alt I, with their quote. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, is incorporated by reference into the solicitation. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, is incorporated by reference into this solicitation. The following FAR clauses cited in 52.212-5(b) are applicable to this contract: 1;5;6; 8;11;12;13;14;15;16;17;20;21;22;24. There are no addenda to any of the above clauses or provisions. Quotes are due no later than 2:00 p.m. on 10 July 2003 in Room 5222 at the address listed above. It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve them, where possible, without expensive and time-consuming litigation. Potential offerors who believe that a Coast Guard solicitation is unfair or otherwise defective should first direct their concerns to the cognizant Contracting Officer. If the Contracting Officer is unable to satisfy the concerns, the offeror should then contact the Coast Guard Solicitation Ombudsman at the following address: Commandant (G-CPM-S/3)/2100 Second Street, SW/Washington, DC/20593-000l/Ph: (202) 267-2285, Fax: (202) 267-4011. Potential offerors should provide the following information to the Ombudsman in order to ensure a timely response: solicitation number, contracting office, Contracting Officer, and the solicitation closing date.
 
Record
SN00357446-W 20030628/030626222405 (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.