Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2004 FBO #0860
SOLICITATION NOTICE

99 -- BPA for Calbration Services

Notice Date
4/2/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Administrative Contract Service Center, 1200 Pennsylvania Avenue, Nw, Washington, DC 20460
 
ZIP Code
20460
 
Solicitation Number
RFQ-DC-04-00147
 
Response Due
4/12/2004
 
Archive Date
5/12/2004
 
Point of Contact
Point of Contact, Carole Britt, Purchasing Agent, Phone (202) 564-9714
 
E-Mail Address
Email your questions to U.S. Environmental Protection Agency
(Britt.Carole@epa.gov)
 
Description
NAICS Code: 334519 The U.S. Environmental Protection Agency (U.S. EPA)Office of Air and Radiation, Radiation and Indoor Environments National Laboratory, intends to award a Blanket Purchase Agreement using Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures. This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items and FAR 52.212-4 Contract Terms and Conditions-Commercial Items, apply to this acquisition. BACKGROUND: The U. S. Environmental Protection Agency (EPA), Office of Air and Radiation, Radiation and Indoor Environments National Laboratory, requires calibration for exposure rate, dose rate, or pulsed-activity source efficiency for portable radiation monitoring instruments. These instruments are currently in EPA's inventory for emergency response and Superfund support activities. The quantity of instruments to be sent out each month will vary from 25-35 instruments per month, for an annual total of approximately 300-400 instruments. PERIOD OF PERFORMANCE: From date of award through March 31, 2005. PURPOSE: The purpose of this Blanket Purchase Agreement is to provide calibration and minor repairs to portable radiation survey instruments. TASK DESCRIPTIONS: Task 1- Calibration Services The Contractor shall provide calibration to radiation monitoring instruments listed in Appendix 1. The Contractor shall provide calibration in the following categories: Standard Calibration, which includes normal exposure/dose rate calibration for single detector instruments (Ion chamber, MicroR scintillators, MicroRem, Single detector count rate meters, etc.) Special Calibration, which includes scaler/ratemeter/SCA (single channel analyzer) with multiple detectors or efficiency determination, neutron detection instruments, proportional counters, simultaneous alpha-beta detectors, data loggers, stretch scopes, pulsers, area monitors, etc. Additional Detector Calibration(if applicable), where instrument efficiency needs to be determined for detectors added to a standard or specialized instrument calibration. In all calibrations of portable survey instruments, the Contractor shall conform to ANSI N323-1978 or higher, with each instrument calibration having a Certificate of Calibration. The Certificate of Calibration must include high voltage setting, input sensitivity, temperature, relative humidity, barometric pressure, "as found readings," and calibrated instrument meter response readings per ANSI N323. The Certificate of Calibration must be reviewed and annotated by the Contractor's Quality Assurance (QA) representative. The Certificate of Calibration shall include references to instruments (including their serial numbers) and radiation sources which must have NIST traceability when appropriate or stated in ANSI N323. Task 2: Open and Inspect Services The Contractor shall provide open and inspect services. In the event that any calibration equipment will need repair, the Contractor shall provide a cost estimate of the repairs to the Ordering Officer for approval. No repairs shall be made to the calibration equipment without prior written approval from the Ordering Officer. REQUIREMENTS: The Contractor must be able to provide special 24 hour calibration turn-around during normal business hours (eg. Monday through Friday 9a-5p.) when requested. The Contractor shall also supply battery operated instruments with new, high quality alkaline batteries. Calibrated instruments shall be returned in high quality cardboard boxes with appropriate packing material to protect the instruments during shipping-- multiple instruments per box is allowable. Bench test data must be supplied for scintillation or gas proportional detectors that require operating point determination. The following standards shall be utilized in the calibration of EPA's portable radiation monitoring instruments: standard Gamma calibration should be used with Cs-137 calibration requirements; standard Alpha calibration should be with Pu-239 calibration requirements; and standard Beta calibration should be with Sr/Y-90 calibration requirements. Also, neutron detectors should be calibrated using Americium/beryllium sources (AmBe). Other neutron sources may be acceptable with prior written approval from the Contracting Officer. APPENDIX I:1.General Purpose Survey Meters with G-M Probes and internal detector 8 Eberline E-5202 probes external and internal; 35 Ludlum 14-C 2 probes external and internal Calibration classification: Standard, with extra probe and Cs-137. 2. Ionization Chambers 6 Ludlum Model 17; 13 Eberline RO-2A; Calibration classification: Standard, with Cs-137. 3. Neutron Survey Counter 3 Ludlum Model 12-4; 2 Ludlum Model 15 Calibration classification: Special, with Am-Be. 4. MicroR Meters 70 Ludlum Model 19;Calibration classification: Standard, with Cs-137. 5. Micro Rem Meters 25 Bicron Micro Rem Calibration classification: Standard, with Cs-137. 6. Scaler/Ratemeter with Pancake Detector 45 Ludlum Model 12 34 Ludlum Model 3 and 3A Calibration classification: Standard, with 4 *Total Eff., Sr/Y-90 & Pu-239. 7. Scaler/Ratemeter with Alpha-Beta Scintillators 4 Ludlum Model 2224 Calibration classification: Special, with 4 *Total Eff., Sr/Y-90 & Pu-239. 8. Scalers/Ratemeters with Gamma Scintillators 12 Ludlum Model 2221 Calibration classification: Special, Cs-137( or other gamma isotope) with HV plateau and specified Window setting. 9.Scaler/ SCA with Sample Counter 7 Ludlum Model 2929; 1 Ludlum Model 3030; 8 Ludlum Model 2200; Calibration classification: Special, with 4 *Total Eff., Sr/Y-90 & Pu-239. 10. Area Monitor with Gamma Scintillator 4Ludlum Model 375 Calibration classification: Standard, with Cs-137. 11. Scaler/Ratemeter/SCA - Multiple detectors 1 Ludlum Model 18 Calibration classification: Special, with Ra-226. 12. Scaler/Ratemeter FIDLER detector 3 Ludlum Model 16 Calibration classification: Special, with Am-241. 13. General Purpose Scaler/ratemeter with Pancake Probes 5 Ludlum Model 101 3 Ludlum Model 4; 1 Eberline Model E-140; Calibration classification: Standard, with 4 *Total Eff., Sr/Y-90 & Pu-239. 14. Smart Portable Scaler/Ratemeter with 3 detectors Pancake, Alpha Scintillator, GM 15 Eberline E-600, minimum of three detectors. Calibration classification: Special for each detector, 4 *Total Eff., Sr/Y-90 & Pu-239, Cs-137. 15. Data Loggers 16 Ludlum Model 2360 with / Scintillator Calibration classification: Special, with 4 *Total Eff., Sr/Y-90 & Pu-239. 16. Digital Scaler/Ratemeter with 1 to 3 detectors FIDLER, NaI, Alpha Scintillator, Pancake, GM 17 Ludlum Model 2241-3; 20 Eberline Model ESP-2; Caibration classification: Special, with selected common isotopes. 17. Stretch Scope 2 Ludlum Model 78 Calibration classification: Standard, with Cs-137. 18. Test Equipment 2 Ludlum Model 500; 1 Eberline MP-2 Calibration classification: Special, with Pulser.19. 20 Pocket Dosimeters Direct reading ion chambers (Arrow-Hart) Calibration classification: Economy, with Cs-137. *Please Note, for these purposes: Total Efficiency equals Gross Count Rate (CPM) - Background (CPM) divided by DPM.. EVALUATION FACTORS: The Government intends to make award to the responsible Offeror whose offer conforms to the Request for Quote (RFQ) and is most advantageous to the Government, cost and other factors considered. For this RFQ, all evaluation factors other than cost or price, when combined, are significantly more important than cost or price. 1. Technical approach and the level of knowledge demonstrated including an in-depth understanding of calibration procedures conducted under ANSI N323-1978 (when applicable) and all other requirements as covered under this Statement of Work. 2. Past performance with similar work, including EPA and non-EPA related experience in conducting calibration procedures as described in this Statement of Work. 3. Cost/Price. QUOTE SUBMISSION INSTRUCTIONS: The Offeror shall prepare a brief, succinct technical proposal, no more than 10 pages, which describes their Standard Operating Procedures (SOP) used for the calibration process and demonstrates an understanding of the requirements as described in the Statement of Work. Also, please provide three references who can evaluate your performance on current contracts, or contracts completed not more than three years ago, from a customer's perspective. The Offeror shall also provide a firm-fixed price cost estimate to include the calibration rate per instrument, any labor or technician hours, and "open and inspect" services. In addition, the Offeror provide a labor hour quote for an instrument repair technician to be utilized on an "as-needed" basis. Please note, the Offeror shall not include shipping and handling charges in their cost estimate. Copies of the technical and cost proposal shall be submitted in pdf format to Contracting Officer Carole Britt at britt.carole@epa.gov and COTR Roger Shura at shura.roger@epa.gov by the response date. Please follow up by submitting a signed original to U.S. Environmental Protection Agency, 1200 Pennsylvania Avenue, NW, ATTN: Carole Britt, 3803R, Washington, DC 20460. If deliveries will be made via courier/hand delivery, please send to U.S. Environmental Protection Agency, Ronald Reagan Building, 1300 Pennsylvania Avenue, NW, ATTN: Carole Britt, 3803R, Washington DC 20004. The NAICS Code for this procurement is 334519. Any firm who believes it is capable of meeting EPA's requirement stated herein may submit a response, which if received within 10 calendar days of the date of this announcement will be considered. Responses to this posting must be in writing. All questions should be directed to Carole Britt via e-mail at britt.carole@epa.gov.
 
Record
SN00559324-W 20040404/040402212557 (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.