Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 08, 2006 FBO #1535
SOLICITATION NOTICE

66 -- Contamination Monitor

Notice Date
2/6/2006
 
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-0174
 
Response Due
2/14/2006
 
Archive Date
3/1/2006
 
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. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is unrestricted and all responsible parties may submit a quote. The National Institute of Standards and Technology (NIST) has a requirement for a quantity of one (1) each Personnel Whole Body Portal Contamination Monitor. 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. All interested parties shall provide a quote for the following line item: LINE ITEM 0001: Quantity one (1) each Personnel Whole Body Portal Contamination Monitor, including: Detector, Display & Control, and Electronics. Equipment shall meet all of the following specifications: GENERAL SPECIFICATIONS: (1) 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; (2) Shielding: Lead shielding of a thickness not less than 1.8cm shall cover all outside surfaces of the detectors; (3) Unit weight: The maximum weight of the unit shall not exceed 2000 lbs, including shielding; (4) Operating temperature range for the unit: The unit shall be operable in the range of 50? F to 120? F; (5) Operating humidity range for the unit: The unit shall be operable with an ambient relative humidity in the range of 10 to 95 percent; (6) Power requirements for the unit: The unit shall be operable with a nominal power supply of 110-120 VAC, 47-63 Hz, and draw less than 3.5 amps current; (7) The unit shall be equipped with a power line noise suppressor and surge protector; (8) 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; (9) Unit shall be provided with any specialty equipment or tools needed for routine calibration or maintenance; (10) The Contractor shall provide a one (1) year warranty for all components. The warranty shall commence upon final acceptance of the equipment by the Government. Warranty shall include on-site service, and include all parts, labor, travel, and fixes to identified software and/or firmware problems or bugs. COMPONENT SPECIFICATIONS DETECTOR: (1) The detectors of the whole-body contamination monitor shall be solid plastic scintillator type; (2) The minimum number of detectors shall be 6; (3) The minimum number of discrete body areas monitored and reported shall be 6; (4) 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; (5) Each detector shall have its own photomultiplier and electronic board which contains high voltage supply, preamp/amplifier, discriminator and microcomputer; (6) Each channel shall have an adjustable gain and discriminator to permit the operating point to be optimized for each detector; (7) Each detector shall have user selectable parameters for alarm setpoint, efficiency, and background counts; (8) The detectors shall have efficiencies of at least: (a) 2.5% for a point Cs-137 source @ 3? from detector face; (b) 10% for a point Co-60 source @ 3? from detector face; (9) The system shall be capable of determining and storing detector efficiencies and shield factors automatically. The system shall also be capable of accepting user provided efficiency and shield factors at the discretion and determined by the user; (10) The Minimum Detectable Activity (MDA) for Co-60 shall be less than 1 kBq (27 nCi) for a 100 cm? 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 ?R/hr background, with a maximum count time of 10 seconds. DISPLAY AND CONTROL: (1) All operating parameters shall be enterable via an IBM PC/compatible type computer. All communications software and system setup software shall be provided. If the provided software is copy protected and not able to be installed on a user provided pc, then the software shall be installed on a dedicated IBM PC/compatible computer provided as part of the system; (2) Calibration software shall be provided and be able to save the most current background count rates as well as the operating parameters for the portal monitor unit whenever QA monitoring is performed; (3) 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; (4) The unit shall have user selectable parameters for count time, false alarm rate, and a confidence factor for probability of detection; (5) The count cycle for an individual shall be initiated automatically by a proximity type sensor or 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. Unit shall be capable of voice annunciated instructions for guiding users through the monitoring process; (6) 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 vendor shall provide specifics of the background algorithm; (7) The unit shall have a self-diagnostic program that shall, as a minimum, alert the user if: There is a failure of any of the detectors; Any of the detectors are contaminated; and Alarm settings are not currently achievable due to high background or statistical variance; (8) 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. (9) The unit shall be equipped with the following alarms: a. Both visual indication and an audible alarm if contamination exceeds the alarm set point for any detector channel. Graphic indication shall be provided identifying the location of the contamination/alarm. b. Visual indication if there is a problem with any of the functions monitored by the self-diagnostics program. (10) 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. (11) The system shall have the capability to log count data, calibration data, background data, and alarm conditions, to a printer and computer via a communications port without removing the portal monitor from service. A printer shall be provided with the system. ELECTRONICS (1) 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; (2) A nonvolatile memory shall be used to preserve system parameters; (3) The system shall restore operating parameters and return to service automatically following an interruption of power; (4) The electronics shall be designed for ease of accessibility, ease of troubleshooting/diagnostics for locating faults, and ease of replacement of individual components; (5) All electronics shall be located internal to the unit, requiring no external cabling or additional installation. LINE ITEM 0002: INSTALLATION The Contractor shall provide installation for the portal contamination monitor. Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment, calibration (on-site at NIST), turn key start-up, demonstration of specifications, and removal of all trash. Upon completion of installation, the unit must be fully operational. In addition to demonstration of specifications, the Contractor shall demonstrate the procedures for calibration and detector performance adjustment. All demonstration shall take place on-site at NIST Gaithersburg. Delivery 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 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. Delivery and installation shall be completed not later than 90 days after award. Award will be made to the party 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 Price. Technical Capability, and Past Performance, when combined, are equal in importance to price. If Technical Capability and Past Performance among vendors is equivalent, price shall become the determining factor. Any exceptions taken to these specifications will cause the vendor?s quotation to be determined technically unacceptable. However, where alternate approaches are proposed, they must fully address the requirements herein. Quoters offering alternate approaches must address each specification point by point, and describe completely the method of compliance with the required specifications. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer, 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 herein. Past Performance will be evaluated to determine the overall quality of the product and service provided. Evaluation of Past Performance will be based on information obtained from references provided and/or the quoter?s recent and relevant procurement history with NIST or its? affiliates. The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors ? Commercial; and 52.212-3, Offeror Representations and Certifications ? Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, 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; (21) 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; (24) 52.225-3 Buy American Act?Free Trade Agreement?Israeli Trade Act (JAN 2005) with Alternate I (JAN 2004); (26) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and; (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 quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001; (2) Two (2) originals of technical description and/or product literature; and (3) A list of at least three (3) references to whom the same or similar equipment has been provided. 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. . All quotes must be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Carol A. Wood, Building 301, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:30 p.m. local time on February 14, 2006. E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED.
 
Place of Performance
Address: Contractor's Site
Zip Code: 20899
 
Record
SN00981104-W 20060208/060206212852 (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  © 1994-2020, Loren Data Corp.