Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2011 FBO #3584
MODIFICATION

B -- Dosimetry Monitoring

Notice Date
9/15/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
701 S 12th Street, Arlington, VA 22202
 
ZIP Code
22202
 
Solicitation Number
HSTS01-11-Q-OSH022
 
Response Due
9/20/2011
 
Archive Date
3/18/2012
 
Point of Contact
Name: Stephan Batt, Title: Contract Specialist, Phone: 5712271427, Fax:
 
E-Mail Address
stephan.batt@dhs.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is HSTS01-11-Q-OSH022 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 541380 with a small business size standard of $12.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-09-20 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The DHS Transportation Security Administration requires the following items, Meet or Exceed, to the following: LI 001, Dosimetry Monitoring (Lot 1, QUANTITY: 1,000 Units): REQUIRED DELIVERY : 12/15/11. Radiation Dosimeters: Type: Optically Stimulated Luminescence (OSL) Technology Radiation Measured: X and Gamma Radiation Dose Measurement Range: Minimum of 1 mrem (10 ?Sv) Energies Detected: Minimum of 5 keV ? Packaged for personnel and area monitoring. ? Labeled with the organization and employee identifier, wear dates, dosimeter use location, and serial number. TSA to provide organization and employee identifier information to vendor after contract award. ? Configured to securely fasten to clothing. Laboratory:Vendor must have a current National Voluntary Laboratory Accredited Program (NVLAP) Accreditation to process whole body radiation dosimeters. (See attached Statement of Work for additional details). A report of the readings shall be provided to the TSA at the end of each quarterly user period., 1, LO; LI 002, Dosimetry Monitoring (Lot 2, QUANTITY: 1,000 Units): REQUIRED DELIVERY : 03/15/12. Radiation Dosimeters: Type: Optically Stimulated Luminescence (OSL) Technology Radiation Measured: X and Gamma Radiation Dose Measurement Range: Minimum of 1 mrem (10 ?Sv) Energies Detected: Minimum of 5 keV ? Packaged for personnel and area monitoring. ? Labeled with the organization and employee identifier, wear dates, dosimeter use location, and serial number. TSA to provide organization and employee identifier information to vendor after contract award. ? Configured to securely fasten to clothing. Laboratory:Vendor must have a current National Voluntary Laboratory Accredited Program (NVLAP) Accreditation to process whole body radiation dosimeters. (See attached Statement of Work for additional details). A report of the readings shall be provided to the TSA at the end of each quarterly user period., 1, LO; LI 003, Dosimetry Monitoring (Lot 3, QUANTITY: 1,000 Units): REQUIRED DELIVERY : 06/15/12. Radiation Dosimeters: Type: Optically Stimulated Luminescence (OSL) Technology Radiation Measured: X and Gamma Radiation Dose Measurement Range: Minimum of 1 mrem (10 ?Sv) Energies Detected: Minimum of 5 keV ? Packaged for personnel and area monitoring. ? Labeled with the organization and employee identifier, wear dates, dosimeter use location, and serial number. TSA to provide organization and employee identifier information to vendor after contract award. ? Configured to securely fasten to clothing. Laboratory:Vendor must have a current National Voluntary Laboratory Accredited Program (NVLAP) Accreditation to process whole body radiation dosimeters. (See attached Statement of Work for additional details). A report of the readings shall be provided to the TSA at the end of each quarterly user period., 1, LO; LI 004, Dosimetry Monitoring (Lot 4, QUANTITY: 1,000 Units): REQUIRED DELIVERY : 09/15/12. Radiation Dosimeters: Type: Optically Stimulated Luminescence (OSL) Technology Radiation Measured: X and Gamma Radiation Dose Measurement Range: Minimum of 1 mrem (10 ?Sv) Energies Detected: Minimum of 5 keV ? Packaged for personnel and area monitoring. ? Labeled with the organization and employee identifier, wear dates, dosimeter use location, and serial number. TSA to provide organization and employee identifier information to vendor after contract award. ? Configured to securely fasten to clothing. Laboratory:Vendor must have a current National Voluntary Laboratory Accredited Program (NVLAP) Accreditation to process whole body radiation dosimeters. (See attached Statement of Work for additional details). A report of the readings shall be provided to the TSA at the end of each quarterly user period., 1, LO; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Transportation Security Administration intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Transportation Security Administration is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In the event this procurement is a total small business set-aside, the following shall apply: For small business set-asides other than for construction or services, any concern proposing to furnish a product that it did not itself manufacture must furnish the product of a small business manufacturer unless the SBA has granted either a waiver or exception to the nonmanufacturer rule. In industries where the SBA finds that there are no small business manufacturers, it may issue a waiver to the nonmanufacturer rule. In addition, SBA has excepted procurements processed under simplified acquisition procedures, where the anticipated cost of the procurement will not exceed $25,000, from the nonmanufacturer rule. Waivers permit small businesses to provide any firm's product. Please see FAR 19.502-2 for more information and exceptions. For this procurement, the associated North American Industrial Classification System (NAICS) code is 541380 with a small business size standard of $12.0 Million in average annual receipts. New Equipment ONLY; NO remanufactured or "gray market" items. All Items must be covered in the manufacturer's warranty. The Government intends to award one (1) Firm Fixed Price Purchase Order resulting from this solicitation to the responsible quoter that best meets the need of the Government after consideration of all factors, that is, the quote that provides the best value to the Government. Best value is defined as theLowest Price Technically Acceptable (LPTA). Technical tradeoffs will not be made and no additional credit will be given for exceeding acceptability. The Government reserves the right not to award a purchase order resulting from this solicitation. A submittal in response to the RFQ must contain the Quoters best terms from price standpoint. Award will be made to the Quoter with the lowest evaluated price and evaluated as technically acceptable, and deemed responsive to the solicitation requirements. Transportation Security Administration Office of Occupational Safety, Health, and Environment (OSHE)701 South 12th St, Arlington VA 20598-6017 Delivery POC will be provided at time of award. Quoter shall alert delivery POC when items are shipped, providing any associated tracking information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS01-11-Q-OSH022/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02578662-W 20110917/110916000336-1d6b8ce9c2489cee6746830fd49d9456 (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.