Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2006 FBO #1517
SOLICITATION NOTICE

66 -- Low Level Alpha/Beta Sample Counter

Notice Date
1/19/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-06-Q-0091
 
Response Due
2/3/2006
 
Archive Date
2/18/2006
 
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. SIMPLIFIED ACQUISITION PROCEEDURES ARE UTILIZED IN THIS PROCUREMENT. 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) 2006-8. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. However this requirement is unrestricted and all interested Contractors may submit a quote. *** ***The National Institute of Standards and Technology (NIST) has a requirement for one (1) each, Low Level Alpha/Beta Sample Counter to be used in the Safety, Health and Environment Division at NIST, Gaithersburg, MD. *** ***All interested Offerors shall provide a quote for the following line item: Line Item 0001: The Contractor shall furnish one (1) each, Low Level Alpha/Beta Sample Counter. The Low Level Alpha/Beta Sample Counter shall meet or exceed the following specifications: 1) The system shall consist of a firmware based integrated controller with modular electronics. 2) The counting system shall be a turn-key, stand alone system with all the required interconnecting cables, electronics, shielding, instruction manuals, computer, software, and gas handling hardware necessary to operate as specified. 3) The system detector unit shall have at least 4 inches lead shielding with modular interlocking pieces that weigh less than 60 lbs each. 4) The system shall be self contained and semi-portable (e.g. Capable of being moved by one person with minimal disassembly). The detector/shield assembly shall be easily accessible and capable of disassembly for cleaning and service of the detector. The system shall be fully incorporated into its own, wheeled cart. The cart and system shall fit through a 32 inch doorway. 5) Uninterruptible power supply shall be provided for complete backup of the system for full operation of up to one hour power loss with internal battery back up for system parameters. The sample changer shall be automatic and microprocessor controlled with the capability of handling at least 50 pre-loaded samples (sample holders, equivalent to the number of pre-loaded sample capacity, shall be provided with the system). Each sample holder shall be sized to handle planchets of 2 inches in diameter by 1/4 inch tall and shall be individually identified or coded for use in the counting system. The sample holders shall be removable, washable and replaceable without affecting the system operation. It shall be permissible to use sample holders in any combination or sequence order. Sample count times shall be adjustable from 0.25 to 99.9 minutes. The changer mechanism shall be essentially maintenance free, with only minimal preventive maintenance requirements and an expected operating life of at least ten years without major service or component failure. The system shall use a large, pancake style gas flow proportional detector with an ultra thin detector window of less than or equal to 80 ug/cm2 density. The detector window shall be removable/replaceable by the user (NIST staff) as well as capable of being cleaned. 6) Control of loading, manual sample advance, reverse, or restack, start count sequence, stop count, and unloading shall be possible from a top panel touch pad or keyboard, ergonomically placed close to the sample holders for quick loading and unloading. The unit should also have a flat shelf space to place the samples during loading and unloading 7) The gas flow detector shall provide a documented, uniform response over 95+ percent of the active diameter of the detector window. The response shall not go below 95 percent of the center response over this 95 percent area. 8) Internal memory with battery back-up shall be provided so that system setup parameters and sample data are stored and protected during loss of power. System shall provide for the storage and retrieval of the last one hundred sample count parameters and data values. 9) The system shall have an active, low gas alarm system. 10) The system shall have a multi-level pass key security system to prevent unauthorized access to system calibrations, procedures and other important parameters. 11) The system shall have selectable count modes that include an alpha only, alpha/beta simultaneous, and automatic alpha then beta count modes. 12) The system shall use binary coded sample carrier plates that have a unique code number imbedded in the sample carrier. 13) The system shall make use of industry standard removable media for backup and storage of sample data, calibration parameters, and procedures. 14) The system shall have an automatic, full system, calibration sequence that allows for unattended full calibration immediately or delayed to a specific time. 15) The system shall have a batch and sample recount mode of operation. 16) The system shall allow for simultaneous data output to a printer, memory device, and RS-232 port. Data output to the printer shall be capable of line-by-line print out, ie; the system shall be able to print and display each sample?s results as it is completed counting. The system shall have built in QA/QC functions such as trending charts and statistical calculations with the capability of generating printed reports. 17) A printer shall also be provided with the system. The printer shall be capable of supporting all reporting requirements of the system, including the line-by-line printing mode, and be of industry standard quality. Medium duty support is expected with up to 20 pages per day typical. 18) All components shall be warranted for at least one year from the date of acceptance. This shall include updates and repairs to identified software and/or firmware problems. Performance Data: Modular Pb shielding as well as a separate background detector and subtraction algorithm shall be utilized to achieve the optimum counting statistics and to minimize sample count times for an established minimum detectable activity. The following performance specification shall be the minimally acceptable and shall be achievable using the proposed counting system and sample changer at a location with normal above ground background radiation levels (10 ? 20 uR/hr); 1) System performance shall meet performance requirements for the following environmental conditions: Power supply 115-125 V at 60 Hz, room temperature 16 - 27 degrees C, relative humidity 30 - 70 percent. 2) The background shall be no more no more than 0.10 cpm for alpha and 0.85 cpm for beta. 3) The alpha efficiency for Po210shall be greater then or equal to 40 percent of 4Pi, and the beta efficiency C to the fourteenth power shall be greater than or equal to 15 percent of 4Pi. 4) Spillover of alpha counts to the beta channel shall be adjustable to achieve less than or equal to 1 percent spillover. 5) Detector plateaus shall exhibit the following: Alpha: Less than or equal to 2.5 percent slope/100V: Greater than or equal to 800 V plateau and Beta: Less than or equal to 2.5 percent slope/100V: Greater than or equal to 200V plateau 6) The deadtime loss shall be less than or equal to 1.5 percent at a count rate of 500,000 cpm. ***Delivery shall be made within three (3) months or less after receipt of order (ARO). The Contractor shall then arrange with NIST, as soon as possible, but not later than two (2) months after delivery, to provide support personnel to install the unit and train at least two NIST staff during the set-up, initial calibrations and initial usage of the counter here at NIST. This will include initial setup of at least three counting protocols and output formats as well as training NIST staff on protocol programming and report format modifications. At a minimum, the technical representative shall demonstrate the isotope specific efficiencies, alpha cross over, back ground count rates, automated QA trending, data input and report output features, detector chamber/window access, and sample changer controls all meet the specifications. Upon successful demonstration that the unit meets the technical specifications, the Government will provide final acceptance of the unit. ***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. *** ****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, when combined, are more important than Price. Award shall be made to the contractor?s whose quote conforms to the required specifications listed above. Preference will be given to Offeror?s whose quote provides the following: (1) Systems that have an automatic ?resume? feature for batch sample counting in the event of a power failure or operator pause. (2) Systems utilizing detectors that use standard P-10 counting gas. (3) Systems having detector gas flow management capability that automatically decreases the flow rate during idle times and automatically purges the system prior to counting. (4) Systems having a count interrupt feature that allows the current sample to be interrupted in order to count priority samples. When priority samples are complete the system will resume counting of the interrupted sample or batch of samples. (5) Systems having a simplistic user interface (i.e. Capability to press only one button to begin sample counting). (6) Systems having both, audible and visual alarm indicators that are obvious to the user. (7) Systems having real time line-by-line sample reporting output to the printer capable of printing at least twenty (20) samples results per page. (8) System warranties which include on-site service. ****Past Performance will be evaluated to determine the overall quality of the product and service, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/ or information provided by NIST or its? affiliates. Quoters 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. ***The following provisions and clauses apply to this acquisition: Provisions: 52.212-1, Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. ***Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. *** ***The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 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: (14) 52.222-3, Convict Labor; (15) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52.222-26, Equal Opportunity; (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (24)(i) 52.225-3, Buy American Act-Free Trade Agreements- Israeli Trade Act; (ii) Alternate I of 52.225-3; (26) 52.225-13, Restrictions on Certain Foreign Purchases; (31) 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 clauses may be viewed at www.acqnet.gov. *** ***All vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; and 4) One (1) copy of the most recent published price list. ***All quotes shall be received not later than 3:30 PM local time, on February 3, 2006 at the National Institute of Standards & Technology, Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD 20899-3571, Attn: Jennifer Roderick. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24 hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Faxed quotes will NOT be accepted. ***
 
Place of Performance
Address: 100 Bureau Drive, Shipping & Receiving, Building 301, Gaithersburg, Maryland
Zip Code: 20899-0001
Country: USA
 
Record
SN00968810-W 20060121/060119211759 (fbodaily.com)
 
Source
FedBizOpps 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.