Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2003 FBO #0588
SOLICITATION NOTICE

66 -- Personnel Whole-Body Portal Contamination Monitor

Notice Date
7/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
03-354-3601
 
Response Due
7/18/2003
 
Archive Date
8/2/2003
 
Point of Contact
Lisa Wells, Contract Specialist, Phone 301-975-8171, Fax 301-975-8884, - Michael Szwed, Supervisory Contract Specialist, Phone 301-975-6330, Fax 301-975-8884,
 
E-Mail Address
Lisa.Wells@nist.gov, Michael.Szwed@nist.gov
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-13. ***The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. All interested offerors may submit a quote. ***The National Institute of Standards and Technology (NIST), has a requirement for a Personnel Whole-Body Portal Contamination Monitor. *** All interested parties are invited to submit a quote for the following line item: LINE ITEM 0001: Quantity one (1) each ? Personnel Whole-Body Portal Contamination Monitor with the following required specifications: I. Type: The personnel contamination monitor shall be a microcomputer based, stand-and-count mode or walk-through mode portal monitor. The whole-body count shall be accomplished in a one step process whereby the user enters and positions himself in the monitor for a single count. As a minimum, the following areas shall be monitored: head, bottom of feet, upper and lower left and right sides. II. Detector type: The detectors of the whole-body contamination monitor shall be solid plastic scintillator type. A. Detector specifications: 1. The minimum number of detectors shall be 6. 2. The minimum number of discrete body areas monitored and reported shall be 6. 3. Effective dead zones between detectors shall be minimized by close-coupled detector arrays (i.e., no more than 6" between adjacent detectors), and by summing the output of adjacent detectors, with appropriate background correction and alarm settings. 4. Each detector shall have its own photomultiplier and electronic board which contains high voltage supply, preamp/amplifier, discriminator and microcomputer. 5. Each channel shall have an adjustable gain and discriminator to permit the operating point to be optimized for each detector. 6. Each detector shall have user selectable parameters for alarm setpoint, efficiency, and background counts. 7. The detectors shall have efficiencies of at least: a. 2.5% for a point Cs-137 source @ 3" from detector face. b. 13% for a point Co-60 source @ 3" from detector face. 8. Detector efficiencies and shield factors shall be calculated automatically or may be entered manually. 9. The Minimum Detectable Activity (MDA) for Co-60 shall be less than 1 kBq (27 nCi) for a 100 cm-sq source at a distance of 10 cm from the detector face, at a confidence level of 95.00% and a false alarm rate of 0.0475%. Similarly, the Co-60 MDA for contamination on the surface of a detector (i.e., on the bottom of shoes) shall be less than 0.37 kBq (10 nCi). The unit shall be capable of detecting the stated MDA on any of the detectors in a 20 uR/hr background, with a maximum count time of 10 seconds. III. Display and Control A. All operating parameters shall be enterable via an IBM PC/compatible type computer. All communications software and system setup software shall be provided and shall not be "copy protected". Alternatively, if the software is copy protected a dedicated IBM PC/compatible computer shall be provided as part of the system. B. The unit shall have a user selectable mode where the unit computes its counting time based on the prescribed alarm levels and statistics of the background count and continuously updates its background data. C. The unit shall have user selectable parameters for count time, false alarm rate, and a confidence factor for probability of detection. D. The count cycle for an individual shall be initiated by an ultrasonic sensor /light beam combination. A visual indicator shall be provided to show the user that the count cycle has started, and for when it has finished. E. For background correction, the unit shall monitor the background, subtracting current background from each detector, and it shall utilize a background compensation algorithm allowing use in high or fluctuating background situations. The successful bidder shall provide specifics of the background algorithm. F. The unit shall have a self-diagnostic program that shall, as a minimum, alert the user if: 1. There is a failure of any of the detectors. 2. Any of the detectors are contaminated. 3.Alarm settings are not currently achievable due to high background or statistical variance. G. The unit shall have a diagnostic operating mode, whereby the system shall be operable with a computer attached to collect observed counts on each detector. The supplier shall provide the data collection software to perform this function, and to store the data to a user readable file, i.e., an ASCII file. The calibration software shall save the most current background count rates as well as the operating parameters for each portal monitor unit whenever QA monitoring is performed. H. The unit shall be equipped with the following alarms: 1. Both visual indication and an audible alarm if contamination exceeds the alarm setpoint for any detector channel. 2. Visual indication if there is a problem with any of the functions monitored by the self-diagnostics program. I. A simulator software program (IBM PC compatible) shall be provided which shows detectable activity levels and count times when the user-adjustable parameters are entered. J. The software shall have the capability to optionally log count and background data to a printer or computer via the com port without removing the portal monitor from service. IV. Electronics A. The outputs from each detector shall be fed to a central processing unit or master communicator board, which includes a microprocessor, memory, and input/output lines. B. A nonvolatile memory shall be used to preserve system parameters. C. The electronics shall be designed for ease of accessibility, ease of troubleshooting/diagnostics for locating faults, and ease of replacement of individual components. D. All electronics shall be located internal to the unit, requiring no external cabling or additional installation. V. Physical Specifications A. Exterior dimensions: The base of the unit shall not exceed 40" width and 45" depth. The height of the unit shall not exceed 92 inches. B. Shielding: Lead shielding of a thickness not less than 1.8cm shall cover all outside surfaces of the detectors. C. Unit weight: The maximum weight of the unit shall not exceed 2000 lbs, including shielding. D. Operating temperature range for the unit: The unit shall be operable in the range of 50 degrees F to 120 degrees F. E. Operating humidity range for the unit: The unit shall be operable with an ambient relative humidity in the range of 10 to 95 percent. F. Power requirements for the unit: The unit shall be operable with a nominal power supply of 110-120 VAC, 47-63 Hz, and draw <3.5 amps current. G. The unit shall be equipped with a power line noise suppressor and surge protector. H. Access requirements for the unit: It shall be possible to open any access panels to interior components without requiring movement of the unit, and it shall be possible to perform any routine, preventative, or normal corrective maintenance without requiring movement of the unit. VI. Installation A. The supplier shall perform the necessary assembly, setup, and calibration on-site at the NIST facility, so that the unit is fully operational upon acceptance. B. The supplier shall demonstrate the procedures for calibration and detector performance adjustment to NIST personnel, on-site at the NIST facility. DELIVERY SHALL BE FOB DESTINATION. Delivery of this equipment is desired on or before September 30, 2003. *** The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Award shall be made to the offeror whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, and 3) Price. Technical and Past Performance, when combined, are more important than price. *** Evaluation of Technical Capability shall be based on the information provided in the quotation. Offerors shall include the make and model of the product, manufacturer sales literature or other product literature which clearly documents that the offered product meets or exceeds the specifications stated above. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/or information provided by NIST and its affiliates. Offerors shall provide a list of at least THREE (3) REFERENCES to whom the same or similar products have been sold. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. Past Performance shall be evaluated to determine the overall quality of the product and service provided by the Contractor. Offerors with no relevant past performance shall not be evaluated favorably or unfavorably. *** The following provisions and clauses apply to this acquisition: PROVISIONS: 52.204-6 Data Universal Numbering System (DUNS) Number; 52.212-1 Instructions to Offerors-Commercial Items. CLAUSES: 52.212-4 Contract Terms and Conditions?Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items including subparagraphs: (1) 52.222-21, Prohibition of Segregated Facilities; (2) 52.222-26, Equal Opportunity; (3) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (4) 52.222-36, Affirmative Action for Workers with Disabilities; (5) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (6) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (7) 52.225-3 Buy American Act ? North American Free Trade Agreement ? Israeli Trade Act (41 USC 10a-10d, 19 USC 3301 note, 19 USC 2112 note); (8) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and (9) 52.232 34, Payment by Electronic Funds Transfer ? Other than Central Contractor Registration (31 USC 3332); and (10) Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** All interested parties should submit quotes to include the following: 1) Two copies of a quotation which addresses the line item; 2) Two copies of the technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far. *** All quotes should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Lisa Wells, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. *** Submission must be received by 3:00 p.m. local time on July 18, 2003. FAX & E-MAIL QUOTES SHALL NOT BE ACCEPTED.
 
Place of Performance
Address: NIST, 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00366043-W 20030710/030708213510 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.