Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2010 FBO #3039
SOLICITATION NOTICE

66 -- Gamma-ray Detector

Notice Date
3/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
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, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-10-RQ-0220
 
Archive Date
4/17/2010
 
Point of Contact
Charles Koehler,
 
E-Mail Address
charles.koehler@nist.gov
(charles.koehler@nist.gov)
 
Small Business Set-Aside
N/A
 
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 2005-38. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. The Analytical Chemistry Division of the National Institute of Standards and Technology (NIST) serves as the reference laboratory across industries for chemical measurements and standards to enhance productivity and competitiveness, assure equity in trade and provide quality assurance for chemical measurements used for assessing and improving public health, safety and the environment. All responsible quoters shall provide a quotation for all of the following line item(s) with all dimensions and values specified: LINE ITEM 0001: Quantity one (1) each Gamma-ray detection system consisting of germanium detector with associated power supply and spectroscopy amplifier meeting all of the following specifications: 1. Ge Detector (for gamma-ray spectroscopy) a. p-type intrinsic coaxial Ge detector b. Horizontal detector/cryostat configuration (with vertical dipstick) c. Crystal/endcap dimensions: 1) 2.9" maximum diameter (endcap) continuous (or smaller) for 9" length measured from the Ge end 2) Crystal distance from endcap ≤5mm (must specify) 3) Minimum crystal length 2.1" (must specify) d. 17.5" minimum length from edge of the side of the Dewar to the end of end cap (to fit into existing cave with shielding and into a custom-made, NIST-provided bismuth germanate (BGO) scintillation crystal) e. Resolution specifications: ≤1.80-keV FWHM at 1333 keV f. ≥40% efficiency relative to a standard 3"x3" NaI g. Peak-to-Compton ≥50 h. 30-L offset Dewar with filling collar i. Preamplifier and connector/cable requirements 1) Transistor Reset Preamplifier (TRP) 2) Standard cable 3) Dual Bayonet Neill-Concelman connector (BNC) signal output for energy and timing signals 4) Bias Shutdown 5) High voltage (HV) bias input and cable 2. Standard Nuclear Instrument Module (NIM) HV Bias Supply a. 0 V to 5kV range b. Polarity selector and indicator c. Bias shut down input compatible with signal from detector warm up d. Reset required after power loss 3. Standard NIM Spectroscopy Amplifier a. Adjustable gain b. Pile-up indicator c. Multiple values for pulse shaping times (with either 3 μs r 4 μs as options) d. Gaussian pulse option e. Two (2) unipolar and two (2) bipolar outputs f. Compatible with TRP preamplifier g. Automatic baseline restore function h. Ability to select manual and automatic pole-zero i. Stable (minimal gain drift), low noise DELIVERY Delivery must be completed no later than ninety (90) calendar days after receipt of order. All line items shall be delivered to NIST, ATTN: Shipping and Receiving, 100 Bureau Drive, Gaithersburg, MD 20899. Delivery term shall be FOB Destination. 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 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. FINAL ACCEPTANCE Final acceptance shall be provided and payment in full shall be made upon receipt and acceptance of all line items. EVALUATION CRITERIA AND BASIS FOR AWARD Award will be made on a technically acceptable/low price basis. Technically acceptable means that all line items are identical to those required by this solicitation. Of the technically acceptable quotations, price shall be the determining factor. REQUIRED SUBMISSIONS All quoters shall submit the following: 1) A price quotation which addresses all line items; 2) This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. 3) In accordance with Federal Acquisition Regulation (FAR) clause 52.204-7, the successful quoter must be registered in the Central Contractor Registration (CCR) prior to award. Reference www.ccr.gov for details. Refusal to register shall forfeit award of a purchase order. DUE DATE FOR QUOTATIONS All quotations shall be sent to charles.koehler@nist.gov. Quotations submitted via any other method will not be considered. Submission via a singular PDF file is suggested, but not required. Submission must be received not later than 12:00 PM ET on April 2, 2010. Submissions received after this date and time will not be considered regardless of when it was sent. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial; 52.212-3, Offeror Representations and Certifications - Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required; The following clauses apply to this acquisition: 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: 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-1; Buy American Act-Supplies; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration and 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0220/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02097479-W 20100321/100319234844-c3c24d3beba9fa635b52ce21bb453edb (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.