Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2010 FBO #3162
SOLICITATION NOTICE

66 -- Gamma Ray Calibration System

Notice Date
7/20/2010
 
Notice Type
Presolicitation
 
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
10A04906
 
Archive Date
8/19/2010
 
Point of Contact
Carol A. Wood, Phone: 301-975-8172, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
carol.wood@nist.gov, todd.hill@nist.gov
(carol.wood@nist.gov, todd.hill@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
The Acquisition Management Division (AMD) of the National Institute of Standards and Technology (NIST), intends to negotiate, on behalf of the Radiation Interactions and Dosimetry Group, with Hopewell Designs, Inc., of Alpharetta, GA, for a new cesium-137 gamma-ray calibration range that will be used to provide standard air kerma measurements. The Radiation Dosimetry and Interactions Group maintain and disseminate radiation dose standards throughout the country. As part of this program, NIST currently makes use of a horizontal beam gamma-ray calibration facility that was originally developed in the 1960s. This facility is used routinely to perform calibration of radiation measuring instruments for a large number of users throughout the country including the U.S. Navy, U.S. Army, U.S. Air Force, Department of Energy, and hospitals. The Group is developing a new facility to provide standard air kerma measurements from cesium-137 gamma ray beams. This will constitute the national standard for air kerma. The standard will be disseminated throughout the country via calibration of high precision radiation measuring instruments such as cavity ionization chambers. The specifications of the new facility will be such that accurate radiation measurements (at the 0.1% level or better) can be ensured. The new facility will extend the range of dose rates that are currently available in the existing horizontal beam facility. This new facility together with the existing facility will allow NIST to offer a broad range of dose rates. This will allow NIST to meet the demands required by the newest generation of radiation detection instruments and calibration facilities throughout the country. The Contractor shall deliver and install a cesium-137 gamma-ray beam calibration system. All of the following shall be delivered/completed: 1. Room preparation 2. Shielding panels 3. Sliding lead shield door 4. Interlock and safety systems 5. Cs-137 irradiator 6. Irradiator controller 7. Positioning track system for detector calibrations 8. Software. The controller for the irradiator has to be compatible with the controller that is currently being used in the existing NIST calibration range. Both controllers must have the same functions and technical specifications. The implementation of these functions is performed by using PLC. The measurements made for the NIST calibration service rely on the use of the controller and automation software for acquiring the data. The controller can collect information from the gamma irradiator that is critical to the measurements performed during the calibration service. Without being able to collect this information, the calibration service could not be performed. It is critical that the automation software is compatible with NIST’s existing controller. The automation software is used to operate the calibration system, therefore, must be compatible for data analysis. The remote commands of the controller on the required gamma-ray calibration range must include identical commands to those that will be used in the existing calibration range. The automation software will also integrate the controller and the cesium-137 irradiator being acquired. In 2004, the controller of the existing horizontal beam facility was replaced; only a new controller was installed, not a new system. The existing controller was built by Hopewell Designs. The design of the controller and the software are proprietary to Hopewell Designs. NIST does not have data rights to these designs. The gamma-ray calibration range, including the controller and the software are commercial items. Hopewell Designs, Inc. has proprietary rights to the technology which governs the hardware and software. Hopewell Designs will be responsible for the manufacture, installation, training, and testing of the system to ensure it meets all required performance specifications, including compatibility with the existing system. Hopewell has no authorized service representatives or distributors. Therefore, only Hopewell can supply the required system and guarantee compatibility. A potential source would have to possess proprietary knowledge of the Hopewell Designs equipment. No other vendor possesses the knowledge to provide the required products and services. No other vendor has rights to Hopewell’s proprietary hardware and software. The North American Industry Classification System (NAICS) code for this acquisition is 334516, and the size standard is 500 employees. No solicitation package will be issued. This notice of intent is not a request for competitive quotations; however, responses received by August 4, 2010, will be considered by the Government. A determination by the Government not to compete the proposed acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/10A04906/listing.html)
 
Place of Performance
Address: NIST, Shipping and Receiving, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02211407-W 20100722/100720235034-5801a83e115a2739809c5c36e8349278 (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.