Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2006 FBO #1691
MODIFICATION

66 -- Active Radioactive Materials (RAM) Waste Monitor

Notice Date
7/12/2006
 
Notice Type
Modification
 
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-0525
 
Response Due
7/19/2006
 
Archive Date
7/20/2006
 
Point of Contact
January Magyar, Contract Specialist, Phone 301-975-8801, Fax 301-975-8884, - Joseph Widdup, Contract Specialist, Phone (301) 975-6324, Fax (301) 975-8884,
 
E-Mail Address
january.magyar@nist.gov, joseph.widdup@nist.gov
 
Description
The purpose of this amendment is to provide amended Minimum Requirements for CLIN 0001 and to extend the response date to July 19, 2006. The solicitation is reposted in its entirety below. 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) 2005-09.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is being competed on an unrestricted basis. Therefore, all responsible parties may submit a quote.*** *** The National Institute of Standards and Technology is seeking to purchase One (1) Active Radioactive Materials (RAM) Waste Monitor. ***The contract line items (CLINS) for this procurement are: CLIN 0001: Active Radioactive Materials (RAM) Waste Monitor for measurement and clearance of potentially contaminated items, Quantity: 1, Unit: Each, which shall meet or exceed the following required specifications: MINIMUM REQUIREMENTS FOR CLIN 0001: The monitor shall have a minimum capacity volume of 52 x 52 x 52 cm for clearing waste generated in the laboratory. The laboratory uses a variety of radiation sources, emission types, and energies including low energy X-ray (about 40 [plus or minus 10] keV), high energy gamma (1.3 MeV) and moderate to high energy betas (50 keV to 1.7 MeV). Functional Requirements The system shall consist of a minimum of 4 large area detectors to measure gamma emitting radionuclides, low energy X-ray, and high energy beta particles (presumably plastic scintilators). All of the detectors shall be arranged to maximize coverage of the interior surface of the chamber creating an approximately 4 pi detection geometry (at a minimum top, bottom, and sides). External background signal shall be suppressed by surrounding the detectors and counting chamber (top, bottom, sides, and door/s) with an amount of lead to shield the detectors from a typical background of about 50uR/hr. Additionally the system shall be able to actively monitor the background when not in use and apply this background subtraction to determine net counting results. All computer displays, electronics, controls, indicator lights, keyboard/pad, shall allow the user to control and monitor the system. Count cycles shall be initiated either by simply closing the door of by a simple push button. Monitor results with the date, time background, net count, and result of check ?OK? or ?Alarm? shall be displayed. The user interface shall allow the users to set detection, count cycle, and alarm parameters, perform QA and calibration functions, and select output formats. The unit shall include all ancillary items needed for full and complete turnkey operations including but not limited to: power cords, surge protectors, input key boards, output printers and cables, video displays, gas regulators (if required), transport carts, shielding, and detectors cables and tubing. Detector Characteristics The system shall utilize detectors capable of detecting contamination from high energy beta-, gamma-, and X-ray emitting radiation sources including: Sr-89/90, Y-90, Tc-99/m, Mo-99, Cs-137, P-32, Am-241, Pu-239, and U-238. The detectors shall employ plastic scintillators. Solid state detectors or sealed proportional tubes would be an acceptable alternative, as long as they meet the same or better performance, detection, and background suppression specifications of detectors employing plastic scintillators with photomultiplier tubes. The system shall be capable of detecting and alarming for activities above 2 nanocuries with a counting time not greater than 20 minutes while operating in a moderate to low external background field up to 0.2 mR/hr. The system shall be capable of operating in the temperature range of 5 degrees C to 40 degrees C (41 degrees F to 104 degrees F). The system shall meet performance requirements without fluctuation or adjustment in operating parameters for normal variations in laboratory environmental conditions with room temperature 15-32 degrees Celsius, and relative humidity 20-70 percent. The system shall operate on standard AC power at 115 to 125 volts at 60 Hz. The instrument shall be self contained. The system (including computer display and output device) shall be capable of being moved by one individual, without disassembly or technical support from the manufacturer. The internal lining and detectors shall be capable of being removed, cleaned, or replaced by NIST personnel without use of specialized tools unless such tools are provided with CLIN 0001. Detectors shall be replaceable or repairable by NIST personnel. Count cycle times shall be variable and selectable by NIST staff ranging from 1 minute up to 15 minutes. (Alternatively count times may be adjusted automatically based on alarm set point ? Minimum Detectable Activity (MDA) and background algorithms). Monitor results shall report date, time, ?Alarm?, ?OK?, ?Clear?, background value, and support units such as gross and net counts and/or count rates, measured activities in disintegration rates as reported in disintegrations per minute and/or SI units, and minimal detectable activities in the same units as measured activities (dps, Bq, or nanocuries). The ?Alarm? and threshold shall be based on user-specified levels. All system documentation, operation maintenance, repair manuals, and required software along with backup disks of the programs for reinstallation shall be included. A listing of all proprietary items, system requirements, current costs, and replacement lead times shall be included with the delivered documentation. ***Delivery shall be completed not later than 90 days after order acceptance. CLIN 0001 SHALL BE OFFERED ON AN FOB DESTINATION BASIS ONLY. THE GOVERNMENT WILL NOT CONSIDER OFFERS ON ANY OTHER BASIS. The contractor shall deliver line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** CLIN 0002: Within thirty (30) days of delivery, the Contractor shall provide a technical representative on site at NIST for setup and initial calibration of the unit. At that time, the technical representative shall provide NIST staff with training (a minimum 4 hours) on the setup, operations, QA, and maintenance of the unit. The technical representative shall demonstrate to the satisfaction of the NIST COTR that the unit satisfies all aspects of the specifications in the purchase order. If the Contractor is required to install the system, the cost of that service shall be included in CLIN 0002.*** *** The Government will not accept CLIN 0001 until after CLIN 0002 is completed and only if CLIN 0001 meets or exceeds all minimum specifications.*** EVALUATION FACTORS FOR AWARD The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical capability of the item offered to meet the Government requirement 2. Past performance information for similar contracts/orders completed within the past 3 years 3. Evaluated Price for CLIN 0001 Non-price factors 1 and 2 above are equally important and, when combined, are significantly more important than Factor 3. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/far/.*** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items.*** ***The following provisions & clauses apply to this acquisition: Instructions to offerors-Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items; 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; (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; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37 Employment Reports on Special Disabled Veterans; (24) 52.225-3, Alternate II Buy American Act - Free Trade Agreements - Israeli Trade Act; (26) 52.225-13 Restriction on Certain Foreign Purchases, (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, and (35) 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels. 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. *** ***EACH QUOTATION SHALL CONTAIN ALL INFORMATION REQUIRED BY FAR PROVISION 52.212-1(B)(1) THROUGH (11). The Contractor shall state the warranty coverage provided for the instrumentation. The Contractor shall provide a list of suggested spare parts inventories including any proprietary computer boards. This list shall include current prices, part numbers, recommended inventories, and current estimated delivery times. See also FAR 52.212-3(j) for those representations and certifications that the Offeror shall complete electronically.*** The Government will not provide any contract financing or advance payments for CLIN 0001; therefore, CLIN 0001 shall be priced accordingly. PAYMENTS UNDER THE RESULTANT PURCHASE ORDER WILL ONLY BE MADE AFTER ALL REQUIREMENTS FOR CLIN 0001 ARE ACCEPTED BY THE GOVERNMENT AND THE CONTRACTOR THEREAFTER SUBMITS A PROPER INVOICE TO NIST FOR THE PURCHASE ORDER. Invoicing requirements are specified in FAR clause 52.212-4(g). THE PRICING PORTION OF THE QUOTATION SHALL BE SUBMITTED AS A SEPARATE, DISTINCT DOCUMENT FROM THE REMAINDER OF THE QUOTATION. Product samples are NOT required to be submitted with the quotation. QUOTATIONS SHALL BE SUBMITTED BY EMAIL in Microsoft Word format, Microsoft Excel format, Rich Text (.txt) Format and/or Adobe .pdf format to January.Magyar@nist.gov, with a courtesy copy to Joseph.Widdup@nist.gov. Quotations must be received at those email addresses no later than 3:30:00 p.m. Eastern Time on July 19, 2006. FAXED QUOTATIONS WILL NOT BE ACCEPTED. NOTE: The terms and conditions that will be included in the resultant purchase order will be FAR clause 52.212-4 and FAR clause 52.212-5, with the appropriate subparagraphs as noted in this RFQ also applying. No other terms and conditions will apply to the purchase order. Questions regarding this RFQ shall be submitted by email, no later than the third day after this RFQ is posted on FedBizOpps to January.Magyar@nist.gov, with a courtesy copy to Joseph.Widdup@nist.gov. NIST will provide a written amendment to the solicitation on FedBizOpps within seven days after this RFQ is posted on FedBizOpps to provide a list of all questions received as well as their answers to all potential Offerors.
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899
Country: UNITED STATES
 
Record
SN01087109-W 20060714/060712220329 (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.