Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2008 FBO #2270
SOLICITATION NOTICE

66 -- Synopsis/Solicitation For Laboratory Calibration Samples

Notice Date
2/11/2008
 
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-08-00089
 
Response Due
2/11/2008
 
Archive Date
3/11/2008
 
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-08-00089 and includes incorporated provisions and clauses in effect through Federal Acquisition Circular 05-23. 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 sources are intended to be used for the calibration and calibration checking of instruments used to measure samples for radioactivity in two separate fixed laboratories at different geographic locations somewhere within the United States or its territories. Each laboratory will receive ten sources consisting of alpha, beta, and gamma emitters in various geometries as identified in the specifications. Separate quotations are requested for each Item 1 through 7, or for combinations of these Items. Separate contracts may be awarded for each Item, 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 for Items 1 through 7. The vendor's monthly demurrage fee for providing temporary storage, if any, should be quoted separately as Items 8 through 14. For Items 1 through 7, separate fixed price quotations are requested for shipment to a destination within the 48 contiguous states, identified as Items 15 through 21. 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 through 7 1. All radioactive standards must meet the requirements of ANSI N42.22 for traceability to an appropriate national standards laboratory, such as NIST (ANSI 1996a). 2. Documentation provided with equipment shall include certificates of assay showing traceability of the source. This documentation may be provided either in printed form, or on a CD-ROM in portable document format (PDF) files. Item 1 - Multi-isotope Alpha source 1. Source to consist of approximately 100 dpm each of Am-241, Pu-239, U-238, and U-234 2. Radioactive material to be deposited homogeneously onto a stainless steel 25 mm flat planchet 3. Active source diameter of planchet is to be approximately 20 mm centered to the planchet Item 2 - Single isotope, Th-230, Alpha source 1. Source to consist of approximately 1000 dpm of Th-230 2. Radioactive material to be deposited homogeneously onto a stainless steel 100 mm flat planchet 3. Active source diameter of planchet is to be approximately 90 mm centered to the planchet Item 3 - Single isotope, Cs-137, Beta-Gamma source 1. Source to consist of approximately 1000 dpm of Cs-137 2. Radioactive material to be deposited homogeneously onto a stainless steel 100 mm flat planchet 3. Active source diameter of planchet is to be approximately 90 mm centered to the planchet Item 4 - Multi-nuclide source Alpha - beta - gamma source 1. Each source is to consist of approximately 100 dpm of U-238 and 100 dpm of Ra-226 2. Radioactive material is to be deposited homogeneously onto cellulose or glass fiber air filters 3. Filters are to covered with Mylar 4. Mylar density on surface of source is to be sufficiently low to allow for the measurement of the alpha emissions 5. Each sized to a final finished diameter of 47 mm with a an active area of approximately 40 mm Item 5 - Multi-nuclide source Alpha - beta - gamma source 1. Each source is to consist of approximately 100 dpm of U-238 and 100 dpm of Ra-226 2. Radioactive material is to be deposited homogeneously onto a cellulose or glass fiber air filter 3. Filters are to covered with Mylar 4. Mylar density on surface of source is to be sufficiently low to allow for the measurement of the alpha emissions 5. Each sized to a final finished diameter of 100 mm with a an active area of approximately 90 mm Item 6 - Multi-nuclide source Gamma source 1. Each source is to consist of approximately 50 pCi/g of U-238 and 50 pCi/g of Ra-226 2. Radioactive material to be dispersed in a soil matrix material and placed in a 1 Liter Marinelli beaker 3. Each source to match as closely as practical a soil matrix density of 1.6 g/cc 4. Each source is to weigh approximately 1600 grams 5. Sources may be made of sand or muffled soil ground to a minimum US Standard sieve size of 100 mesh, or other suitable material that mimics soil and the stated density and elemental constituents typical of Montmorillonite clay 6. Marinelli is to allow placement on an 85mm end cap Item 7 - Multi-nuclide source Gamma source 1. Each source is to consist of approximately 30 pCi/mL of U-238 and 30 pCi/ml of Ra-226 2. Radioactive material to be dispersed in a water equivalent matrix material and placed in a 1 Liter Marinelli beaker 3. Each source is to weigh approximately 1000 grams 4. practical a water matrix density of 1.0 g/cc 5. Sources are to be made of a stable material that will not degrade, leak, or spill from the Marinelli 6. Marinelli is to allow placement on an 85mm end cap Item 8 - Temporary Storage of Item 1 Pending Shipment, for one month Item 9 - Temporary Storage of Item 2 Pending Shipment, for one month Item 10 - Temporary Storage of Item 3 Pending Shipment, for one month Item 11 - Temporary Storage of Item 4 Pending Shipment, for one month Item 12 - Temporary Storage of Item 5 Pending Shipment, for one month Item 13 - Temporary Storage of Item 6 Pending Shipment, for one month Item 14 - Temporary Storage of Item 7 Pending Shipment, for one month Item 15 - 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 16 - 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 17 - 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. Item 18 - Shipping and Handling of Item 4 - 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 19 - Shipping and Handling of Item 5 - 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 20 - Shipping and Handling of Item 6 - 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 21 - Shipping and Handling of Item 7 - 48 contiguous states Shipping shall be F.O.B. Destination, to an as-yet-to-be determined location somewhere within the 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 February 21, 2008 at 4:00 PM EDT and should also be submitted via e-mail to Ryan Daniels at daniels.ryan@epa.gov.
 
Record
SN01505907-W 20080213/080211230044 (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.