Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2004 FBO #0824
SOLICITATION NOTICE

66 -- 252Cf sources and source carrier

Notice Date
2/26/2004
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
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
SB1341-04-Q-0292
 
Response Due
3/5/2004
 
Archive Date
3/20/2004
 
Point of Contact
Joni Laster, Purchasing Agent, Phone 301-975-8397, Fax 301-975-8884, - Carol Wood, Contract Specialist, Phone 301-975-8172, Fax 301-975-8884,
 
E-Mail Address
joni.laster@nist.gov, carol.wood@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 (FAC) 2001-19.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 339111 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested Contractors may submit a quotation.*** *** The National Institute of Standards and Technology is seeking to purchase Seven (7) 252Cf sources and One (1) source carrier.*** ***All interested quoters shall provide a quote for the following line items: Line Item 0001: Quantity Six (6), 252 Cf sources meeting or exceeding the following required specifications: (1) Cf-252 mass: 0.01 micrograms +/- 20%; (2) Design shall be certified by the U.S. Department of Transportation (USDOT) as "Special Form"; (3) Isotopic ratio of Cf-250 to Cf-252 shall be specified within 20% at a stated reference date; (4) Design shall be approved by the US Nuclear Regulatory Commission for general use (other than well logging); (5) The source shall be cylindrical with ratio of the length to the diameter less than or equal to 2.5; (6) Type 304L stainless steel encapsulation with side wall thickness less than or equal to 1mm; (7) The isotopic ratio of cf-250 to cf-252 shall be less than 8 and preferably less than 1. Alternatively more than 95% of the neutrons emitted from the source 18 months after delivery shall be from cf-252 decay; (8) Delivery shall be within two (2) weeks after receipt of an order. Line Item 0002: Quantity One (1), 252 Cf source meeting or exceeding the following required specifications: (1) Cf-252 mass: 0.25 micrograms +/- 20%; (2) Design shall be certified by the U.S. Department of Transportation (USDOT) as "Special Form"; (3) Isotopic ratio of Cf-250 to Cf-252 shall be specified within 20% at a stated reference date, (4) Design must be approved by the US Nuclear Regulatory Commission for general use (other than well logging); (5) The source shall be cylindrical with ratio of the length to the diameter less than or equal to 2.5; (6) Type 304L stainless steel encapsulation with side wall thickness less than or equal to 1mm; (7) The isotopic ratio of cf-250 to cf-252 shall be less than 8 and preferably less than 1. Alternatively more than 95% of the neutrons emitted from the source 18 months after delivery shall be from cf-252 decay; (8) Delivery shall be within two (2) weeks after receipt of an order. Line Item 0003: Quantity One (1), Source carrier meeting the following specification: (1) Source carrier shall meet USDOT requirements for radiation levels and containment when used with "Special Form" radioactive sources and loaded with all seven sources in Items 1 and 2 and (2) Delivery shall be within two (2) weeks after receipt of an order. ***The Contractor shall state the warranty coverage provided for all line items.*** ***Delivery shall be completed no later than two (2) weeks and shall be FOB Destination. FOB Destination means: 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 any 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. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** ***Award shall be made to the offeror whose quote offers the best value to the Government, technical, past performance & price will be 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 capability and past performance shall be more important than price. Evaluation of Technical Capability will be based on the information provided in the quotation. Offerors shall include product literature, which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Past Performance will be evaluated to determine the overall quality of the product & service provided by the Contractor. Evaluation of Past Performance shall be based on the references provided and/or the offerors recent and relevant procurement history with NIST or its’ affiliates. ***The following provisions apply to this acquisition: 52.204-7 Central Contractor Registration, 52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. The following clauses apply to this acquisition: 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: (13) 52.222-3, Convict Labor; (14) 52.222-19 Child Labor – Cooperation With Authorities And Remedies; (15) 52.222-21, Prohibition of Segregated Facilities; (16) 52-222-26, Equal Opportunity; (18) 52.222-36, Affirmative Action for Workers with Disabilities; (21) 52.225-1 Buy American Act –Supplies; (24) 52.225-13 Restriction on Certain Foreign Purchases and (30) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 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 offerors shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001; 2) Two (2) copies of technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); 5) For the purpose of evaluating Past Performance, provide a list of three (3) contracts/purchase orders completed during the past three years for similar requirements with the following information: Name of contracting activity, contract number, contract type, total contract value, contracting office and telephone number, and program manager and telephone number; and 6) 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 shall be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Joni L. Laster, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. *** ***Quotations must be received by 3:00 p.m. EST on March 5, 2004. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Purchasing Agent (Joni Laster) @ joni.laster@nist.gov. FAXED QUOTES WILL NOT BE ACCEPTED. ***
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NIST/AcAsD/SB1341-04-Q-0292/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Md.
Zip Code: 20899
Country: USA
 
Record
SN00532266-F 20040228/040226234128 (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.