Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2007 FBO #2028
SOLICITATION NOTICE

66 -- Tritium Monitor

Notice Date
5/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device 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, UNITED STATES
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-07-RQ-0178
 
Response Due
5/14/2007
 
Point of Contact
George Ralis, Business Specialist, Phone 301-975-6312, - Carol Wood, Contract Specialist, Phone 301-975-8172, Fax 301-975-8884,
 
E-Mail Address
gralis@nist.gov, carol.wood@nist.gov
 
Small Business Set-Aside
Total Small Business
 
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 a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16. The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500 employees. This requirement is being competed 100 percent set-aside for small business. The National Institute of Standards and Technology is seeking to purchase One (1) Tritium Monitor. The monitor will be used for low-level monitoring for tritium in air. All interested Contractors shall provide a quote for the following: Line Item 0001: Quantity One (1) Tritium Monitor, which shall meet or exceed the following required specifications: 1) Detector: must be an ion chamber, or any other technology, that does not require disposable supplies (ie. Counting gas, liquid scintillation cocktail); 2) Range: 0.5 to at least 2000 microcuries per cubic meter of tritium in air; 3) Sensitivity: must detect a minimum of 0.5 microcurie per cubic meter of tritium in air in a background of 0.05 mrem/hr.; 4) Accuracy: must be plus or minus 20 percent of the reading for concentrations greater than 10 microcurie per cubic meter and plus or minus 50 percent of the meter reading for concentrations less than 10 microcuries per cubic meter; 5) Background Compensation: The unit shall provide a compensation for changing background levels. Ambient gamma dose rates up to 1 mrem/hr shall create less than a 20 percent change on the instrument readout level at tritium levels of 1 microcurie per cubic meter or higher; 6) Radon Suppression: Contributions from radon shall be actively suppressed, so that variations in the radon concentration up to levels of 10 picocuries per liter shall cause less than a 20 percent change on the instrument readout at tritium levels of 1 microcurie per cubic meter or higher; 7) Sampling: A sampling pump and flow rate indicator shall be included, and the overall configuration shall accommodate flow rates such that there will be at least one ion chamber volume change per minute with a 10 meter sampling line attached. The pump shall be rated for continuous duty for a minimum of 1 year. The pump shall be able to be replaced by the user without any special tools. If special tools are required, they must be supplied by the contractor. The unit must be provided with a user replaceable dust filter to screen out radioactive particles. An appropriate fitting must be provided for attaching a sampling line to allow connection of a sampling line; 8) Alarm: The system shall have a user settable alarm point that can be set anywhere over the specified range (see specification #2 regarding ?Range?). The unit shall provide an external relay contact actuated by the alarm; 9) Remote Output: The unit shall provide an external output signal that linearly reflects the current monitor reading. This may be a 0 thru 10 V output, but a 4 thru 20 mA output is preferred; 10) Display: Analog and digital are both acceptable. Digital displays shall increment in units of at least 0.1 microcurie per cubic meter. If the display is analog it shall have switchable ranges with at least one user selectable range being 0 thru 10 microcurie per cubic meter; 11) Physical: The unit shall operate at 120 V AC. The unit shall operate in temperatures from 0 thru 40 degrees Celsius, and 0 thru 95 percent humidity. The unit shall weigh less than 50 pounds; 12) Calibration: The unit shall be able to be calibrated by the user versus having to return it to the contractor for calibration. A NIST traceable calibration document shall be provided with the instrument; 13) User Manuals: Two hard-copies of the operating manual shall accompany the instrument; 14) Calibration Procedures: Contractor shall provide a written copy of the procedures for calibrating the instrument. Delivery shall be completed not later than 90 days after receipt of an order. Delivery terms 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 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 items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. Award shall be made to the quoter who: (1) Meets all required technical specifications as determined by an evaluation of documentation submitted in accord with this solicitation; and and (2) Quotes the lowest price. Evaluation shall be conducted on the information provided in the quotation. Quoters shall include sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein. The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must 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; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (23) 52.225-1, Buy American Act - Supplies; (26) 52.225-13, Restriction on Certain Foreign Purchases; 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) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty. All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: George Ralis, Building 301, Room B125, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Submission shall be received not later than 12:00 p.m. local time on May 14, 2007. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (George Ralis) at george.ralis@nist.gov. FAXED QUOTES WILL NOT BE ACCEPTED. EMAILED QUOTES ARE ACCEPTABLE. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-MAY-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 14-JUN-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-07-RQ-0178/listing.html)
 
Place of Performance
Address: NIST 100 Bureau Drive, Stop 1640 Room #B125 Gaithersburg, MD 20899-1640
Zip Code: 20899-1640
Country: UNITED STATES
 
Record
SN01319628-F 20070616/070614224816 (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.