Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2010 FBO #3179
MODIFICATION

66 -- Handheld X-ray Fluorescence (XRF) device

Notice Date
8/6/2010
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, Maryland, 20814-4799
 
ZIP Code
20814-4799
 
Solicitation Number
HU0001-10-M-V643
 
Archive Date
8/28/2010
 
Point of Contact
Carolyn Lisovich, Phone: 301-295-1379
 
E-Mail Address
Carolyn.Lisovich@usuhs.mil
(Carolyn.Lisovich@usuhs.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Uniformed Services University of the Health Sciences (USUHS) located on the National Naval Medical Center (NNMC) in Bethesda, MD has a requirement for a handheld x-ray fluorescence (XRF) (without vacuum) device. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The solicitation, number HU0001-10-M-V643, is issued as a Request for Quotes (RFQ). It will be the responsibility of the Contractor to monitor Federal Business Opportunities, http://www.fedbizopps.gov/ for the issuance of any changes/updates to the solicitation. This solicitation is issued as a request for quotation and incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 05-43. Specifications for the XRF A handheld XRF to provide a rapid, mobile technique to monitor air, water, and solid samples for toxic agents such as arsenic and heavy metal agents such as lead and uranium in concentrations above deterministic limits. Research using XRF at USUHS will directly benefit military medicine. The XRF should provide capabilities for positive material identification, material sorting, and detection of radioactive and chemical trace elements at the site, and possess the following capabilities: User selectable / replaceable beam filters or secondary targets • Optimize measurements for specific applications • Increase the device's sensitivity by up to four orders of magnitude for various elements using custom filters • Eliminate exiting beam interferences to reduce background signals and vary the depth of analysis, essential for toxicity studies since diverse, non-uniform materials are typically encountered Count rate of 200,000 cps with an energy resolution of at least 145 eV Elemental sensitivity as low as 1 ppm without the use of pressurized helium Exciting beam dose rate of 250 mrad/hr Lower limit of detection Real-time data analysis software and PC Field portable Rugged XRF will be used to evaluate labeling/coating procedures for various microspheres. XRF will be used to evaluate heavy metal content in in-theatre air samples collected in Iraq and Afghanistan and forwarded to the Army Public Health Command (Formerly CHPPM) for analysis. Delivery is to occur 4 to 6 weeks after receipt of order (ARO). The anticipated award date is 19 August 2010. Evaluation Factors: The government will award a firm-fixed-price (FFP) contract resulting from this solicitation to the responsible vendor whose offer, conforming to this announcement, will be most advantageous to the government based on price and technical specifications. Offerors must provide all relevant specifications and/or literature documentation. Small Business Set Aside: This solicitation is set aside for small businesses and the applicable NAICS code for this requirement is 334516, Analytical Laboratory Instrument Manufacturing, with a size standard of 500 employees. Applicable Regulations: The following Federal Acquisition Regulation (FAR) and Department of Defense FAR Supplement provisions and clauses, which may be viewed at http://www.acquisition.gov/far/, may apply to this contract: - 52.204-7, Central Contractor Registration (APR 2008) - 52.212-1, Instructions to Offerors - Commercial Items - 52.212-2, Evaluation - Commercial Items - 52.212-3, Offeror Representations and Certifications - Commercial Items - 52.212-4, Contract Terms and Conditions--Commercial Items (OCT 2008) - 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (FEB 2009); applicable clauses contained within: o 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). o Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). o 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). o 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). o 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). o 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JUL 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). o 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). o 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d)(2) and (3)). o 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)). o 52.219-28, Post Award Small Business Program Rerepresentation (JUNE 2007) (15 U.S.C. 632(a)(2)). o 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). o 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126). o 52.222-21, Prohibition of Segregated Facilities (FEB 1999). o 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). o 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). o 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 o U.S.C. 793). o 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). o 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). o 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). o 52.232-36, Payment by Third Party (MAY 1999) (31 U.S.C. 3332) o The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. o The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. o As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. o (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- o 52.203-13, Contractor Code of Business Ethics and Conduct (DEC 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). o 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. o 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). o 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). o 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). o 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). o 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). o 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).  Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). o 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). o 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). o 52.222-54, Employment Eligibility Verification (Jan 2009). (Not applicable until May 21, 2009.) o 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.  (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.  (End of clause) - 52.252-2 Clauses Incorporated by Reference (FEB 1998); Fill-ins are as follows: o www.arnet.gov o www.acq.osd.mil - 252.204-7004 Alternate A, Central Contractor Registration Requirements: 1) To be eligible for contract award, a contractor must be registered with the Central Contractor Registration (CCR) database and the Online Representations and Certifications (ORCA). For instructions on registering with CCR or ORCA, please see the CCR website at http://www.ccr.gov and ORCA at https://orca.bpn.gov. 2) All offerors are required to submit a completed copy of the Federal Acquisition Regulations (FAR) Provision 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. This document can be found at http://www.ustda.gov/businessopps/dmdocs/FAR52.212-3.pdf. 3) All vendors must submit quotes via email by 13 August 2010 at 5:00 pm along with all relevant specifications and / or product literature. Deadlines: All responsible sources may submit a quotation which shall be considered by the agency. Direct any communications, questions or inquiries via email to Carolyn Lisovich at carolyn.lisovich@usuhs.mil. Hand deliveries will not be accepted. All responses are due by 13 August 2010 at 5:00 p.m. Eastern Standard time. The submitter should confirm receipt of submissions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USUHS/BethesdaMD/HU0001-10-M-V643/listing.html)
 
Place of Performance
Address: Uniformed Services University, 4301 Jones Bridge Rd, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN02231840-W 20100808/100806235257-ca536d3ef66a9f4d0eb93746375d2ad5 (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.