Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2010 FBO #3092
SOLICITATION NOTICE

66 -- Low Level Background Liquid Scintillation Spectrometer

Notice Date
5/11/2010
 
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-0308
 
Archive Date
6/10/2010
 
Point of Contact
Paula Wilkison, Phone: 301-975-8448, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
paula.wilkison@nist.gov, todd.hill@nist.gov
(paula.wilkison@nist.gov, todd.hill@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 SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. 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-39) 1352.215-73 INQUIRIES (MAR 2000) Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. They must be received no later than seven calendar days after the date of this solicitation. All responses to the questions will be made in writing and included in an amendment to the solicitation. 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 unrestricted and all interested Contractors may submit a quotation. *** The National Institute of Standards and Technology is seeking to purchase One (1) Low Level Background Liquid Scintillation Spectrometer. *** Background: NIST’s Physics Laboratory has a requirement for a Low Level Background Liquid Scintillation Spectrometer, which will be used for the measurement of very low activities of beta- and alpha-emitting radionuclides, e.g., H-3, C-14, Fe-55, Co-57, Co-60, Ni-63, Sr-90 + Y-90, Tc-99, Cs-134, Cs-137, Ba-133, Pb-210+Bi-210, Po-210, Ra-226 + daughters, U, Np-237, Pu-241, Pu-239, Pu-240, Am-241, Cm-243, and Cm-244. Although a significant fraction of these radionuclides have gamma ray emissions that are normally used for measurement, the quantitative analysis of very small activities of these species is greatly facilitated by chemical separation from complex matrices followed by measurement of their beta or alpha emissions with high efficiency by liquid scintillation counting in the presence of very low background rates. ***All interested Contractors may provide a quote for the following: Line Item 0001: One (1) Low Level Background Liquid Scintillation Spectrometer, which shall meet or exceed the following minimum specifications: 1.The main sample light detection configuration shall consist of at least two photomultiplier tubes (PMTs). 2.The instrument shall offer an automatic spectrum stabilization capability to monitor and adjust the PMT high voltages in order to keep the signal output constant. 3.The background signal shall be kept as low as possible by means of both active and passive radiation shielding, pulse amplitude comparison, electromagnetic noise suppression and static electricity elimination. Acceptable background rates for H-3, C-14 and alpha-emitters are given in specification 11. (a) The active shielding shall consist of a separate guard system for detection of cosmic radiation and environmental gamma radiation that surrounds the sample detection system such that the sample detector signals are in anti-coincidence with the guard signals. (b) Active and passive shielding surrounding the sample detection system shall be standard, integral components of the instrument. (c) The instrument shall offer a pulse amplitude comparison feature to decrease background from optical crosstalk and shall be adjustable by the user to minimize this crosstalk. (d) Potential electromagnetic interference with the sample signals from power cables and radiofrequency sources shall be suppressed or eliminated automatically. (e) Deleterious effects and spurious false events from static electricity shall be prevented by an appropriate device such as an ionizing source to protect against formation of static electric charges on sample vials, moving sample holders and other parts of the equipment. 4.Additional instrument stabilization and low background maintenance shall be ensured by appropriate internal temperature control/cooling. 5.Pulse shape discrimination between signals produced by alpha and beta emissions is required and shall be user-adjustable to optimize the electronic separation of alpha and beta events. It shall enable measurement of alpha events in the presence of a 100,000-fold excess of beta events. Simultaneous spectral acquisition of both alpha and beta signals must be possible. 6.Instrument shall offer quench indication monitoring by means of an external radiation source. 7.All sample and guard event data, both coincident and non-coincident, must be accessible for examination to evaluate guard performance. 8.Instrument shall offer dual programmable multichannel analyzers to provide multiple counting parameters and full spectral analysis capability. 9.The Liquid Scintillation Spectrometer must have a fully-programmable, PC-based operation running on a Microsoft XP software platform with live spectral display capability as well as instantaneous monitoring of the status of the current measurement. It must also be able to store and retrieve previously acquired spectra. 10.Instrument shall offer a back-up battery power system for supporting RAM and critical measurement data for at least 2 days following a power outage. 11.Achievable instrument performance acceptance criteria for H-3, C-14 and alpha-emitting radionuclides: (a)H-3: efficiency for unquenched samples > or = 65%; efficiency for typical water samples (quenched) 25 to 30%; background rates for {8 mL water + 12 mL liquid scintillation cocktail} or = 95%; background rates or = 95%; background rates less than 0.2 counts/minute with pulse shape discrimination enabled. Express Warranty The contractor shall warrant the instrument for a period of at least one year. Delivery FOB Destination delivery terms are requested, and shall take place no later than 180 days after receipt of order. 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 line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. Provisions 52.212-1, Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items Offerors shall 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. Clauses 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—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; 52.225-3, Buy American Act – Free Trade Agreement – Israeli Trade Act 52.225-13 Restriction on Certain Foreign Purchases; 52.232-30, Installment Payments for Commercial Items 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. INSTRUCTIONS: Central Contractor Registration In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award. Due Date for Quotations Offerors shall submit their quotations so that NIST receives them not later than 12:00 p.m. Eastern Time on Wednesday, May 26, 2010. FAX quotations shall not be accepted. E-mail quotations shall be accepted at paula.wilkison@nist.gov. Please reference the RFQ number in the subject line of email communications. Offerors’ quotations shall not be deemed received by the Government until the quotation is entered in the e-mail inbox of Paula Wilkison. Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Paula Wilkison, 100 Bureau Drive, Mail Stop 1640, Gaithersburg, MD 20899-1640. All offerors should ensure the RFQ number is visible on the outermost packaging. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Paula Wilkison, Contract Specialist on 301-975-8448. Addendum to FAR 52.212-1, Quotation Preparation Instructions 1) Price Quotation: The offeror shall submit an original and one copy of the completed price schedule. If the quotation is submitted electronically, additional copies are not required. The pricing quotation shall be separate from any other portion of the quotation. The offeror shall propose a firm-fixed-price, preferably FOB Destination, for each CLIN. Contractor shall state express warranty coverage. Price quotations shall remain valid for a period of 90 days from the date quotations are due. 2) Technical Quotation: The offeror shall submit an original and one copy of the technical quotation. If the quotation is submitted electronically, additional copies are not required. The technical quotation shall address the following: Technical Capability: The offeror shall submit a technical description or product literature for the equipment it is proposing, which clearly identifies the manufacturer, make and model. The offeror must demonstrate that its proposed equipment meets or exceeds each minimum requirement described in the statement of work by providing a citation to the relevant section of its technical description or product literature. If applicable, evidence that the Offeror is authorized by the original equipment manufacturer to provide the item(s) in the quotation should be included. The Offerors shall acknowledge that NIST will not store the equipment onsite before it is installed. Experience: The offeror shall demonstrate the extent to which it has recently manufactured, distributed, and installed similar equipment. Past Performance: The offeror shall provide past performance information regarding relevant contracts over the past five (5) years with Federal, state, or local governments, or commercial customers. If the offeror intends to subcontract with another firm(s) for part of this requirement, that firm’s past performance information shall also be provided. If the offeror has no relevant past performance, it may include a statement to that effect in its quotation. The government reserves the right to consider data obtained from sources other than those described by the offeror in its quotation. It is recommended that approximately 3-5 contracts be referenced. The description of each contract/order described in this section shall not exceed one half page in length. For each contract/order, the offeror shall provide the following information: 1.Contract number; 2.Description and relevance to solicitation requirements including dollar value; 3.Period of Performance – indicate by month and year the state and completion (or “ongoing”) dates for the contract; 4.Reference Contact – If a non-Government contract, identify the name and address of the client with current telephone number and email address of a point of contact of the client responsible for the contract; 5.Contracting Office – If a Government contract (Federal or state), identify the Procuring Contracting Officer (PCO), administrative Contracting Officer (ACO), and Contracting Officer’s Representative (COR), and their names, current telephone numbers and email addresses. 6.Problems Encountered – include information regarding information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems. Acceptance of Terms and Conditions: This is an open-market solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this solicitation that will include the clauses set forth herein. The quotation should include one of the following statements: “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” OR “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) Note: 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. QUOTATION EVALUATION: Evaluation Factors Award shall be made to the offeror whose quotation offers the best value to the Government price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability 2) Experience, 3) Past Performance, and 4) Price. All non-price factors, when combined, are approximately equally important to price. Technical Capability: No prototypes, demonstration models, used or refurbished instruments will be considered. Evaluation of technical capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all minimum requirements. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award. If an offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. NIST will give preference to offerors who demonstrate that their proposed equipment exceeds NIST’s requirements. Experience: NIST will evaluate the extent of the offeror’s experience providing similar equipment. NIST will give preference to offerors who demonstrate they have experience delivering the same equipment they are proposing for the current requirement. Past Performance: The Government will evaluate the Offeror's past performance information and, if appropriate, its proposed subcontractors' past performance to determine its relevance to the current requirement and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past five years. In assessing the offeror's past performance information, NIST will evaluate the quality, timeliness, and ability to control cost and schedule of the past work. Evaluation of this factor will be based on information contained in the technical portion of the quotation and information provided by references. The Government will evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider other available information in evaluating the Offeror’s past performance. The Government will assign a neutral rating if the offeror has no relevant past performance information. Price: The Government will evaluate price for reasonableness. Past Performance, Experience, and Price shall not be evaluated on quotes that are determined technically unacceptable under the Technical Capability Evaluation factor. 1352.233-71 SERVICE OF PROTESTS (MAR 2000) An agency protest may be filed with either (1) the Contracting Officer, or (2) at a level above the Contracting Officer, with the agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (Internet site: http://oamweb.osec.doc.gov/conops/reflib/alp1296.htm) for the procedures for filing agency protests at the level above the Contracting Officer (with the Protest Decision Authority). Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: PATRICK STAINES, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 If a protest is filed with either the Protest Decision Authority, or with the General Accounting Office (GAO), a complete copy of the protest (including all attachments) shall be served upon both the Contracting Officer and Contract Law Division of the Office of the General Counsel within one day of filing with the Protest Decision Authority or with GAO. Service upon the Contract Law Division shall be made, as follows: U.S. Department of Commerce Office of the General Counsel Contract Law Division--Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230 Attn: Mark Langstein, Esquire FAX: (202) 482-5858
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0308/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN02145898-W 20100513/100511234648-592c37fee81d1b639bc342cab7587b86 (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.