Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 08, 2007 FBO #2173
SOLICITATION NOTICE

66 -- Combined Synopsis/Solicitation For (2) Gamma Well Counting Systems

Notice Date
11/6/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Administrative Contract Service Center, 1200 Pennsylvania Avenue, Nw, Washington, DC 20460
 
ZIP Code
20460
 
Solicitation Number
RFQ-DC-08-00025
 
Response Due
11/20/2007
 
Archive Date
12/20/2007
 
Point of Contact
Point of Contact, Ryan Daniels, Purchasing Agent, Phone (202) 564-6476
 
E-Mail Address
Email your questions to U.S. Environmental Protection Agency
(Daniels.Ryan@epamail.epa.gov)
 
Description
NAICS Code: 334519 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and under the authority of FAR 13.1, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued under Request for Quote RFQ-DC-08-00025 and includes incorporated provisions and clauses in effect through Federal Acquisition Circular 05-20. The North American Industry Classification System (NAICS) Code for this procurement is 334519 with a Small Business Administration (SBA) size standard of 500 employees. OBJECTIVES: The required detector systems are intended to be used for general purpose low-background gamma screening counts of samples in two separate fixed laboratories at different geographic locations somewhere within the United States or its territories. Each laboratory will receive one detector system consisting of a detector, associated electronics, and software. Separate quotations are requested for Item 1 (detector and electronics), Item 2 (software), Item 3 Low-Background Shield, and for combinations of Items 1, 2 and 3. Separate contracts may be awarded for Items 1, 2, and 3, if it is determined that this will provide the greatest value to the government. The specific locations where the equipment is to be shipped and installed have not yet been determined. EPA will therefore perform receipt inspection at the vendor's facilities when manufacture is complete. The inspection may be performed either in conjunction with, or after, factory testing by the vendor, at the vendor's discretion. This inspection by EPA will include verifying the functionality and interoperability of all components being provided by the vendor, and therefore must be performed with the equipment fully assembled and prior to packaging. The vendor will be responsible for packaging the equipment for temporary storage and/or shipment after the equipment is accepted by EPA. If EPA has not yet determined the final locations for the equipment at the time of receipt inspection, the vendor will be required to provide temporary storage of the equipment for up to 6 months. The vendor's monthly demurrage fee for providing temporary storage, if any, should be quoted separately as Items 4, 5, and 6. For both equipment items, separate fixed price quotations are requested for shipment to a destination within the 48 contiguous states, Items 7, 8, and 9. In the event that EPA chooses one or more locations that are not within the 48 contiguous states, a separate contract or a contract modification will be negotiated for the additional shipping costs. The specifications below are believed by EPA to be necessary to meet the functional requirements for the intended application, but alternatives will be considered provided that bidders can demonstrate how a proposed alternative will meet the functional requirements. General Requirement applicable to Items 1, 2, and 3 1. The equipment must be warranted to be free of defects in material and workmanship for at least one year from the time of acceptance by EPA. The warranty must provide for repair or replacement at no cost to the government, and shall not require the government to pay for shipping or handling costs for return of defective equipment for repair. Any software shall be expressly warranted to be fit and suitable for the purpose for which it is provided and that it will operate satisfactorily on the platform specified; disclaimers of warranty of fitness for purpose are unacceptable. 2. Documentation provided with equipment shall include instruction manuals that completely describe how to set up, configure, calibrate, maintain, and use the equipment furnished, both hardware and software. Schematic and component layout drawings shall be provided for all circuit boards. Assembly drawings shall be provided for all mechanical assemblies. All drawings shall identify components by part number and be accompanied by part lists that include all components shown in the drawings. This documentation may be provided either in printed form, or on CD-ROM in portable document format (PDF) files. 3. On site installation and start up services shall be provided to include: a. Travel to and from the installation location; b. Unpacking, assembling, and interconnecting all components; c. Testing all components and functions as required to verify that all components are functioning properly, and correcting any deficiencies identified, and d. Demonstrating the normal operation and user-level tests and maintenance of the equipment, and any associated software. e. Training of at least one analyst in the operation of the instrument. Item 1 - Detector and Electronics The following functional requirements have been determined for the counting system: 1. System is a 3 inch by 3 inch sodium iodide (NaI) well crystal with photomultiplier tube (PMT) assembly a. 3" x 3" NaI crystal with a center well capable of holding a 25 mL liquid scintillation vial i. Well diameter approximately 30 mm ii. Well depth approximately 50 mm b. Tube base and PMT connection to allow detector to be mounted vertically with well on top of assembly c. Integrating ratemeter/scaler d. Appropriate cables for connecting PMT/NaI detector to computer e. System is to operate on 115/120VAC @ 60 Hz Item 2 - Software The following functional requirements have been determined for the software: 1. The supporting electronics shall be controlled by computer software. The software must run on an i386-based Personal Computer operating under Windows XP Service Pack 2 operating system. The software must be capable of: a. Controlling the functions of the detector and supporting electronics as required for gamma acquisition b. The software must be capable of providing information regarding the determination of gamma peaks and potential isotopes based on a calibration library c. The software must be capable of providing total counts in the spectrum as well as total counts in an identified peak. d. The software must be capable of saving the resultant gamma spectrum as an electronic file, in a format that can be imported and used by the currently available gamma spectrometry analysis software from all major vendors. The preferred spectral file format is as specified in ANSI N42.42. e. System may have provisions for electronic transfer of data, in a format suitable for automated input from and output to an existing Oracle-based Laboratory Information Management System. Item 3 - Low Background Shield The following functional requirements have been determined for the low-background shield: 1. The shield shall be used in conjunction with one of the detectors in Item 1 to reduce background gamma radiation. a. The mechanical design of the shield shall allow for mounting vertically a 3" x 3" NaI crystal with PMT mounting and PMT base b. The shield shall be fabricated from low background materials that provide gamma radiation shielding equivalent to at least 1 inch of virgin lead around the crystal. c. Contain a liner of copper and tin to attenuate lead x-rays from the shield d. The shield is to be opened by removal of the top lid. e. All electronic connection shall be made through the bottom of the shield. Item 4 - Temporary Storage of Item 1 Pending Shipment, for one month Item 5 - Temporary Storage of Item 2 Pending Shipment, for one month Item 6 - Temporary Storage of Item 3 Pending Shipment, for one month Item 7 - Shipping and Handling of Item 1 - 48 contiguous states Shipping shall be F.O.B. Destination, to an as-yet-to-be determined location somewhere within the 48 contiguous States. Item 8 - Shipping and Handling of Item 2 - 48 contiguous states Shipping shall be F.O.B. Destination, to an as-yet-to-be determined location somewhere within the 48 contiguous States. Item 9 - Shipping and Handling of Item 3 - 48 contiguous states Shipping shall be F.O.B. Destination, to an as-yet-to-be determined location somewhere within the 48 contiguous States. BASIS FOR AWARD: The Government will make award to the responsive, responsible firm, whose quotation is most advantageous to the Government at the lowest price technically acceptable. INSTRUCTIONS: FAR 52.212-1 "Instructions to Offerors-Commercial" applies to this acquisition. Offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications - Commercial Items" with their response. The following FAR clauses also apply: 52.212-4 -"Contract Terms and Conditions - Commercial Items" and 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items", with the clauses cited in 52.212-5 being applicable. The aforementioned provisions and clauses can be accessed electronically at http://acquisition.gov/comp/far/index.html. Prospective sources are reminded that award can only be made to a Contractor who is registered in the Central Contractor Registration (www.ccr.gov) database with an active DUN & Bradstreet number. QUOTE SUBMISSION: Offerors shall submit a firm-fixed-price quote. Vendors are encouraged to direct any questions to Ryan Daniels at daniels.ryan@epa.gov. In addition the FAR 52.212-3 representations and certifications shall be submitted. Responses are due no later than November 20, 2007 at 4:00 PM EDT and should also be submitted via e-mail to Ryan Daniels at daniels.ryan@epa.gov.
 
Record
SN01447728-W 20071108/071106224307 (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.