Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2006 FBO #1614
SOLICITATION NOTICE

58 -- Personal Dosimeter

Notice Date
4/26/2006
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Engineering Contracts Unit - PPMS, FBI Engineering Research Facility, FBI Academy Hogan's Alley, Building 15, Quantico, VA, 22135
 
ZIP Code
22135
 
Solicitation Number
06132432
 
Response Due
5/10/2006
 
Archive Date
5/25/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-07, Effective 2 February 2006. All future information about this acquisition including solicitation amendments will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The solicitation number is RFQ 06-132432 and shall be referenced on all quotes. This RFQ is being conducted as a 100% small business set aside. This solicitation is issued as a request for quotation with limited competition. The Federal Bureau of Investigation intends to solicit and negotiate this contract on a sole-source basis, restricting competition to those offerors providing the brand name item, base on FAR 6.302-1(b)(4)(c), only one source capable of meeting the Government?s requirements, application for brand name descriptions. Competition is restricted to MGP Instruments, OEM Manufacturer, and any of it authorized distributors or resellers. This is a firm fixed price requirement for two hundred twenty five (225) each of MGP Instruments SOR/T dosimeter for tactical (gamma and neutron) and residual/ambient gamma measurements (manufacturer part number 126378). The unit shall be have (1) energy response ranges from 60 keV to 2 MeV with uncertainty no greater than +/- 30% for any gamma ray energy; (2) operating temperature ranges from 20? to 120? which can be operated in high humidity environments; (3) dose rate (range from 100 microR/hr to 100 R/hr); (4) audible and visual alarms, (5) stay time alarm (based on dose or dose rate setting; (6) smooth surface to aid in clean-up/decontamination, (7) common battery power supply, (8) radiation units shall be in rem and rem/hr; (9) retrieval of stored information shall include dose history (data storage, time sampled dose record to include day, month, quarter and year cumulative doses) will be easily extractable, (10) ability for wearer to turn off dosimeter off and on manually without a computer; (11) backlight or display of reading; (12) Hardened against electromagnetic interference. The FBI Laboratory has already placed over 370 SOR/T dosimeters into service. It is essential that any future dosimeters be identical to dosimeters already in service. All dosimeters need to respond the same way in order to better analyze the hazardous conditions. Mixing and matching of dosimeters jeopardize the safety of Laboratory personnel. All 225 items shall be delivered FOB destination to FBI Laboratory, 2501 Investigation Parkway, Quantico, VA 22135. Inspection and acceptance will take place at the aforementioned address. The NAICS code is 334519 and the small business standard is 500 employees. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government?s rights under the Inspection Clause, nor does it limit the Government?s rights with regard to the other terms and conditions of the contract. In the event of a conflict the terms and conditions of the Government?s contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of all items provided to the government by the contractor. The Government will award a firm fixed price purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose technically acceptable offer conforming to this combined synopsis/solicitation. The following factors which are of equal importance and shall be used to evaluate quotes: (1) technical acceptability and (2) price. This evaluation shall be based on information provided by the contractor. Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price, which meets the Name Brand item provided above. All responsible sources may submit a quotation, which if timely received shall be considered. Please carefully review the commercial item FAR clauses for information about requirements and instructions for submitting a quotation. The following provisions and clauses apply to this procurement: Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offeror- Commercial Items (JAN 2006); FAR provision 52.212-2, Evaluation-Commercial Items (JAN 1999) - Award shall be made to the responsible offeror whose offer is considered to be most advantageous to the Government, considering technical acceptability and price. The Government reserves the right to award without discussions; therefore, it is critical that each quote be fully responsive. However, the FBI also reserves the right to conduct discussions, if later determined to be necessary. FAR provision 52.212-3, Offeror Representations and Certification-Commercial Items (MAR 2005) - Please note: All offerors and prospective contractors must be registered on the online Representative and Certification Application (ORCA) website at http://orca.bpn.gov or must provide a completed copy of 52.212-3 along with their quote. ORCA registration is available through Business Partner Network (BPN) at www.bpn.gov. FAR Clause 52-212-4, Contract Terms and Conditions- Commercial Items (SEP 2005); FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 2006) - in paragraph (b) the following clauses apply; 52.203-6 Alternate I, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-43, 52.222-44, 52.232-33, 52.232-36, 52.239-1. Clauses incorporated by reference may be accessed in full text at www.arnet.gov. The lessor/contractor will agree to insert terms that conform substantially to the language of this clause in all contracts/subcontracts. All quotes from responsible sources will be considered. Offers are due by May 10, 2006, 10:00 AM EST. Offers should be submitted via electronic mail only. Quotes shall be sent to lmtheisen@fbiacademy.edu. For information regarding the solicitation, please contact Lynda M. Theisen at (703) 632-8067.
 
Place of Performance
Address: Quantico, VA
Zip Code: 22135
 
Record
SN01035480-W 20060428/060426220627 (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.