Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2011 FBO #3465
SOLICITATION NOTICE

58 -- PURCHASE AND INSTALL A LOW DOSE RATE CESIUM IRRADIATOR

Notice Date
5/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334517 — Irradiation Apparatus 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
HU0001-11-Q-0184
 
Point of Contact
Christina Johnson, Phone: 3012953069, Zamora Olin, Phone: 301-295-3922
 
E-Mail Address
cjohnson@usuhs.mil, Zamora.Olin@usuhs.mil
(cjohnson@usuhs.mil, Zamora.Olin@usuhs.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This requirement is set-aside for small businesses. The Uniformed Services University of the Health Sciences (USUHS) located on the National Naval Medical Center (NNMC) in Bethesda, MD intends to solicit offers to purchase and install a low dose rate cesium irradiator. This is a combined synopsis/solicitation for a 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. This document is available for download at this website, https://www.fbo.gov (Federal Business Opportunities (FedBizOpps)). The solicitation number is HU0001-11-Q-0184, and it is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, effective 6 May 2011. NAICS code 334517 - Irradiation Apparatus Manufacturing with a size standard of 500 employees. This is a firm-fixed price requirement. The required delivery date is 90 days ARO. Point of Delivery Location: Uniformed Services University of the Health Sciences (USUHS) 4301 Jones Bridge Road Bethesda, MD 20814-4799 Price: The contractor should provide pricing as set up below: Contract Line Number (CLIN), description, and unit of issue. Your offer is based on meeting the established minimum specifications. CLIN 0001 Cesium-137 Irradiator 1.00 EA tiny_mce_marker______________ CLIN 0002 Installation 1.00 JB tiny_mce_marker______________ CLIN 0003 Delivery 1.00 EA tiny_mce_marker______________ MINIMUM SPECIFICATIONS This requirement is for the purchase, delivery, installation and calibration of the Cesium-137. The specifications are as follows: - Total activity of at least 3,530 curies of cesium-137 and/or an initial dose rate of at least 79 Gy/hour (132 R/minute). - An interlock system to automatically terminate the irradiation whenever the irradiation chamber door is opened during operation. - Irradiation chamber size of at least 12" diameter times 4" height with access for electrical outlet cords so that electrically powered apparatus can be operated inside the irradiation chamber during operation. - Designed for irradiation of biological specimens housed in test tubes or cell culture vessels and of live small animals such as mice and rats (air ventilation of irradiation chamber). - Current low dose irradiator overall dimensions and total weight are: height 58.6 inches, width 48.5 inches and length 26.3 inches and weight: 6,300 lbs. - Current low dose irradiator power requirements are electrical circuit of 110/120 Volts, 60 Hz, single phase, 2 kVa. Installation/Operations of Instrument 1. New irradiator must be recognized by the Nuclear Regulatory Commission (NRC) and shall be certified and approved sealed sources and devices. The nominal activities shall be certified as 2200 Ci +/- 5% cesium-137. 2. Customer training shall be provided at no additional cost and must involve one or two days training on the basic system functionality, which includes, but isn't limited to an overview of the system, setup, reporting, and analysis. Transportation Quality Assurance 1. The Contractor must possess a current NRC approved Department of Transportation (DOT) Quality Assurance Program to package and transport a cesium-137 equal to or greater than. 2. The Contractor must comply with all applicable NRC regulations, Federal rules and regulations and Department of Defense regulations. 3. The Contractor must be responsible for making all the arrangements with the appropriate authorities for all transportation requirements. The Contractor must also supply all equipment directly related to the source handling such as positioning devices, remote handlers, lead steel containers, and lead brick shielding necessary for performing all work on site at USUHS. Source Calibration 1. The Contractor must perform source calibrations at a one meter distance from the source capsule centerline to the radiation detector surface. Instrumentation used to calibrate the sources must be certified as traceable to the National Institute of Standards and Technology (NIST). Evaluation Factor(s) The government will award a firm-fixed-price (FFP) contract resulting from this solicitation to the responsible offeror whose offer conforms to the combined synopsis/solicitation, and is most advantageous to the government, based on the following: Technical - Technical acceptability will be determined solely on the content and merit submitted in response to this synopsis as it compares to the details outlined in the minimum specifications provided above. Therefore, it is essential for the offeror to provide specifications and/or literature documentation of the Cesium-137 and sufficient documentation, etc., in order for the Government evaluation team to make an adequate technical assessment of the offer as meeting technical acceptability. 1) Standard of Operating Procedures (SOP): Describe your standard operating procedures, equipment and vehicles for the removal and transporting radioactive materials. Include security and safety measures taken for the transportation, disposal and installation. 2) Delivery. 3) Price. Basis for Award Award will be made to the responsible, technically acceptable offeror, whose quote, conforming to the combined Synopsis/Solicitation, offers the best value to the Government. Provisions and Clauses The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.); 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; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28 Post-Award Small Business Program Representation; 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; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-50, Combating Trafficking in Persons 52.223-3 Hazardous Material Identification and Material Safety Data; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.228-5 Insurance - Work on a Government Installation; 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 52.232-36 Payment by Third Party; 52.233-3 Protest After Award; 252.204-7004 Required Central Contractor Registration. Alternate A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items; 252-223-7001 Hazard Warning Labels; 252.225-7000 Buy American Act--Balance of Payments Program Certificate; 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): https://www.acquisition.gov/far To be eligible for contract award, all contractors must be registered in the Central Contractors Register (CCR), http://www.ccr.gov, and be registered with the Online Representations and Certifications Application (ORCA), http://orca.bpn.gov. For instructions on registering, please visit the individual web sites. Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s) 2. Total price 3. Specifications and/or literature documentation of the Cesium-137 4. A copy of the contractor's current Radioactive Materials License 5. A copy of the contractor's Transportation Quality Assurance Program 6. Installation and safety-emergency plan (see Evaluation Factor) 7. Prompt Payment Terms 8. Delivery Terms 9. 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 10. Remittance address, Tax Identification Number, DUNS number and Cage Code Direct any questions or inquiries in writing by 25 May 2011 to Christina Johnson, Contract Specialist, via e-mail: cjohnson@usuhs.mil, ATTN: HU0001-11-Q-0184. Responses to this solicitation are due 8 June 2011 at 12:00 p.m. eastern local time. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Christina Johnson at cjohnson@usuhs.mil, ATTN: HU0001-11-Q-0184. Please reference the solicitation number on your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USUHS/BethesdaMD/HU0001-11-Q-0184/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN02452212-W 20110521/110519234604-6862ce7998602563d5c42d1cb182a207 (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.