Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 28,1999 PSA#2334

National Institute of Standards & Technology, Acquisition & Assistance Div.,100 Bureau Drive Stop 3572, Bldg. 301, Rm B117, Gaithersburg, MD 20899-3572

66 -- FULL BODY CONTAMINATION MONITOR SOL 53SBNB960072 DUE 051099 POC Patricia Duggan, (301) 975-8007, FAX (301) 963-7732 WEB: NIST Contracts Homepage, http://www.nist.gov/admin/od/contract/contract.htm. E-MAIL: NIST Contracts Office, Contract@nist.gov. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is 53SBNB960072 and is being issued as a Request for Quotation (RFQ) using Simplified Acquisition Procedures. This action is unrestricted. The associated Standard Industrial Classification (SIC) Code is 3829. The small business size standard is 500 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-10. The National Institute of Standards and Technology (NIST) has a requirement for one full body contamination monitor. The design, performance, and physical characteristics of the full body contamination monitor shall include the following: (1) The personnel contamination monitor shall be a microcomputer based, stand-and-count mode portal monitor. The whole-body count shall be accomplished in a two-step process whereby the user first positions himself to count 1/2 the body surfaces, then upon completion of this first count, the user repositions himself to count the remaining 1/2 of the body surfaces. As a minimum, the following areas shall be monitored in the two-step count: head, face, bottom of feet, upper and lower arms, hands, upper trunk, lower trunk, sides of the body, thighs, and calves. (2) The Minimum Detectable Activity (MDA) shall be less than 5000 DPM (disintegrations per minute) for a Cobalt 60 source for any location on the body. The MDA shall be determined for the following conditions: a 1 cm source to detector face distance, confidence level of 95%, a false alarm rate of 0.005%, a count time of 12 sec (6 seconds per side), and a background of 10 microRoentgen per hour. (3) The detectors for the personnel monitor shall meet the following requirements: (a) The detectors shall be sealed gas proportional counters; (b) the minimum number of detectors shall be 20; (c) the total active area of the detectors shall be greater than 10,500 cm2; (d) the detectors shall be protected by a steel mesh screen that is at least 75% open; and (e) the detector efficiency, with protective screen in place, shall be greater than 12% for Cobalt 60. (4) The unit shall include a method for entry and selection of all operating and test parameters. They shall also be shown on a video display. As a minimum this must include the following: (a) adjustment of the high voltage (i.e., it shall be computer controlled); (b) calibration and maintenance utilities to permit the user to perform automatic detector plateaus, view background count rates, perform efficiency determinations, and generate calibration reports; (c) user selectable parameters for count time, false alarm rate, and confidence factor for probability of detection; and (d) a key switch or password shall prevent unauthorized entry to the test mode. If a key is used a minimum of 2 keys shall be supplied. (5) The system shall incorporate sensors/switches to ensure the user is in the correct monitoring position. As a minimum hand, feet, and body sensors are required. The instrument shall also incorporate a voice option to step personnel through the counting process. As a minimum this must help the user obtain the correct counting position, inform the user that the count has been completed, and inform the user whether he was clean or contaminated. If the subject is contaminated the instrument shall also provide a visual indication showing which detector has alarmed. (6) System Operation: (a) The unit shall monitor the background using a rolling average. (b) The instrument shall compare the most recent background count to the rolling average. If the most recent background is greater than 4 standard deviations from the average then the most recent value shall be used. (c) The unit shall perform channel summation for adjacent detectors. (d) The unit shall compare the count results for each detector and summed channels to the background to determine if alarm points have been exceeded. (e) The unit shall compensate for the reduced background with a user in the instrument. There shall be a software utility to automatically determine this reduction. (7) Self-Diagnostics: A supervisory program shall, as a minimum, alert the user and place the unit out of service if (a) there is a failure of any of the detectors; (b) any of the detectors are contaminated; or (c) alarm settings are not currently achievable due to high background. (8) Alarms: The unit shall be equipped with (a) both visual indication and an audible alarm if contamination exceeds the alarm setpoint for any detector channel; and (b) visual indication if there is a problem with any of the functions monitored by the self-diagnostics program. (9) Reports: The unit shall be equipped with an RS-232 output for a user-supplied printer. The unit shall be able to generate the following reports: (a) alarm printoutsindicating the output count rates and detector that alarmed; (b) plateau reports for each detector; and (c) setup and calibration parameters for the unit. (10) Physical specifications: (a) The base of the unit shall not exceed 115 cm width and 90 cm depth. The height of the unit shall not exceed 226 cm. (b) The maximum weight of the unit shall be 1000 pounds. (c) The unit shall be operational with ambient temperature in the range of 50F to 100F. (d) The unit shall be operational with an ambient relative humidity range of 10 to 85 percent. (e) The unit shall be operable with a nominal power supply of 110-120 VAC, 57-63 Hz. (f) The unit shall be equipped with a power line noise suppressor and surge protector. (g) With the rear of the unit against a straight wall, it shall be possible to open any access panels to interior components without requiring movement of the unit, and it shall be possible to perform any routine, preventive, or normal corrective maintenance without requiring movement of the unit. (11) General: (a) Two complete sets of manuals for the unit shall be provided. As a minimum they shall include calibration and operating procedures, troubleshooting and component replacement procedures, and circuit schematics. (b) The unit shall be Year 2000 compliant. (c) A nonvolatile memory shall be used to preserve system parameters. (d) All electronics shall be located internal to the unit requiring no external cabling or additional installation. (e) The unit shall have a mode available to enable one person to use a source to alarm the detectors without the aid of any special holders or equipment. (f) Onsite installation, calibration, and user training are required. (g) The unit shall be fully warranted for all parts and labor for a period of one year from the date of installation. The warranty shall include the detectors (window punctures may be excluded). (12) As an option at the time of purchase the manufacturer shall provide a frisker for the above unit. The frisker shall meet the following requirements: (a) probe area shall 100 cm2 or greater; (b) shall measure both alpha and beta radiation; (c) the alpha and beta shall be measured simultaneously and in separate channels; (d) the unit shall perform a background subtract; and (e) the unit shall display the net count rate. Required delivery is FOB Destination (Gaithersburg, MD) within 70 days after date of award. All shipping and handling charges shall be included in price quotation. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items, is applicable to this acquisition. The provision at 52.212-2, Evaluation -- Commercial Items applies to this acquisition. The Government will award a fixed price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: (1) Technical Capability, (2) Past Performance, and (3) Price. Factors 1 and 2, when combined, are significantly more important than price. All responsible sources may submit a quote which shall be considered by the Government. ALL OFFERORS SHALL SUBMIT THE FOLLOWING WITH THEIR QUOTE: (1) technical description and/or product literature; (2) a list of three contracts completed during the past three years for identical items with the following information: name of contracting activity, contract number, total contract value, contracting officer, and telephone number; and (3) a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (available at the Internet site www.nist.gov/admin/od/ contract/contract.htm). The following FAR clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions -- Commercial Items; and 52.212-5(a) -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. The following additional FAR clauses, which are cited in 52.212-5(b), are applicable to this acquisition: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-3, Buy American Act -- Supplies; 52.225-21, Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payments Program (Alternate I); Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer (available at Internet site www.nist.gov/admin/od/contract/protest.htm). All interested responsible firms should submit quotes by 3:00 p.m. EDT on May 5, 1999. Quotes should be mailed to the National Institute of Standards and Technology, Acquisition and Assistance Division, 100 Bureau Drive, Stop 3572, Gaithersburg, MD 20899-3572, ATTN: Patricia Duggan. FAXED QUOTATIONS WILL NOT BE ACCEPTED. Copies of above-referenced clauses are available upon request, either by telephone (301-975-8007) or fax (301-963-7732). Posted 04/24/99 (W-SN324022). (0114)

Loren Data Corp. http://www.ld.com (SYN# 0300 19990428\66-0008.SOL)


66 - Instruments and Laboratory Equipment Index Page