Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2002 FBO #0209
SOLICITATION NOTICE

66 -- Hand and Foot Radioactive Contamination Monitor with state of the art PC based components, background correction algorithms, and remote alarm notifications.

Notice Date
6/27/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
NA1341-02-Q-0538
 
Response Due
7/10/2002
 
Archive Date
7/25/2002
 
Point of Contact
Joni Laster, Purchasing Agent, Phone 301-975-8397, Fax 301-975-8884, - Carol Wood, Contract Specialist, Phone 301-975-8172, Fax 301-975-8884,
 
E-Mail Address
joni.laster@nist.gov, carol.wood@nist.gov
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-07.*** The associated North American Industrial Classification System (NAICS) code for this procurement is 339111 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested offerors may submit a quote.***The National Institute of Standards and Technology (NIST) has a requirement for one (1) Hand and Foot Radioactive Contamination Monitor with state of the art PC based components, background correction algorithms, and remote alarm notifications.***All interested offerors shall provide a quote for the following line item: Line Item 0001: Quantity one (1) each Hand and Foot Radioactive Contamination Monitor with state of the art PC based components, background correction algorithms, and remote alarm notifications.. The Monitor shall meet the following required specifications: (1) The detectors shall be beta sensitive and capable of suppressing external the gamma background from Cs-137, Co-60 or x-rays caused by shielding high energy charged particles. Background suppression may be accomplished with a combination of detector design and/or integral shielding. (2) The detectors shall cover at least 250 cm2 for each location (for each hand or foot) and allow for an open area where transmission is not impeded by grids or supports of at least 58 percent. The mesh on the grid must be tight enough to prevent the detectors from being ruptured by small objects such as a dropped pen. Separate detectors are required for each monitored area. (3) The monitor shall be capable of detecting contamination of S-35 with maximum beta energy of 0.167 MeV. Other contamination isotopes to be detected include Sr-90, P-32, U-238, I-125, I-131. The monitor shall have a minimum efficiency of 10 percent for a point source of Co-60. (4) The monitor shall be capable of alarming for performance testing with 0.01 uCi of Sr/Y-90 and 0.1 uCi of Cs-137 within a reasonable counting time (less than 30 seconds) while operating in a variable external gamma background condition up to 2 mrem/hr (range 0.005 to 2 mrem/hr.) (5) The monitor shall automatically sense the presence of the user and start the counting sequence. Manual buttons or switches that must be pushed by the user will not satisfy this requirement. (6) The monitor shall include a frisking probe with alarming capabilities for checking tools, equipment, wheels on carts, and other items. Cable lengths must satisfy these tasks. (7) The frisking probe shall provide some means (audible or visual) to gauge the response while the user can not directly view the main display on the monitor unit. (8) The monitor shall have both audible and visual indication of an alarm and location of the detector originating the alarm. (9) The monitor shall include connections to allow remote alarm notifications. (10) The monitor shall include provisions for a printout (ie, a printer port) or easily readable computer file indicating alarm and usage history that NIST Health Physics staff may review. (11) The monitor shall be PC based to allow easy upgrade of the program and supporting files (such as audio WAV files, on screen instructions etc) as needed. (12) The controlling algorithm shall include alarm point settings, calibration efficiencies, and readout units that may be adjusted by NIST Health Physics staff. (13) The algorithm shall include maximum count time settings that are selectable by NIST Health Physic staff. (14) The algorithm shall include an automatic background update to correct the active count. (15) The monitor shall include provisions for the user to save the background, usage, and maintenance history to a computer file or print out while the monitor remains available for normal contamination monitoring. The algorithm shall include a mode to automatically and periodically transmit this data to an external PC, a computer disk, or a printer unless the system stores the data internally in an easily retrievable and readable manor. (16) The monitor components shall be designed for easy access for decontamination and repair. (17) The monitor shall automatically reset to the user specified parameters and return to service following any power interruptions. (18) The monitor shall be designed to minimize operating and maintenance requirements. Sealed proportional detectors (instead of gas flow) shall be used to meet this requirement. (19) Submissions with regularly sold "Off the Shelf" and "Turn key" systems are preferred and prototype or first of a kind offerings shall be discouraged. (20) Monitor shall include detailed operations and maintenance manuals to include operating, calibration and repair procedures, algorithm instructions and hardware schematics. ***The Contractor shall state the warranty coverage provided for Line item 0001. A minimum one year warranty on all parts and labor is required and at least one year of technical support.***Delivery shall be FOB Destination and shall be no later than 90 days after receipt of order. Contractor shall provide support personnel to train NIST Health Physics staff during the set-up, initial calibrations and initial usage of the monitor here at NIST in Gaithersburg, Maryland within two months of the delivery.***The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver Line Item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001.***Award shall be made to the offeror whose quote offers the best value to the Government, technical, past performance & price will be considered. The Government will evaluate information based on the following: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance and 3) Price. Technical capability along with past performance shall be more important than price. Evaluation of Technical Capability will be based on the information provided in the quotation. Past Performance will be evaluated to determine the overall quality of the product & service provided by the Contractor. Evaluation of Past Performance shall be based on the references provided and/or the offerors recent and relevant procurement history with NIST or it's affiliates.***The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. ***The following clauses apply to this acquisition: 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 including subparagraphs: (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52-222-26, Equal Opportunity; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (16) 52.222-19 Child Labor - Cooperation With Authorities And Remedies; (18) 52.225.1, Buy American Act - Balance of Payment Program-Supplies; (21) 52.225-13 Restriction on Certain Foreign Purchases and (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. ***All offerors shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001; 2) Two (2) copies of the technical descriptions and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); 5) A list of suggested spare parts inventories to include current price lists and current estimated delivery times; 6) A list of three (3) contracts/purchase orders completed during the past three years for similar requirements with the following information: Name of contracting activity, contract number, contract type, total contract value, contracting office and telephone number, and program manager and telephone number; and 7) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far.***All quotes should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Joni L. Laster, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. ***Submission shall be received by 3:00 p.m. local time on July 10, 2002.*** FAXED OFFERS WILL NOT BE ACCEPTED. ***Any questions or concerns regarding this solicitation should be submitted to the Contracting Officer via e-mail at joni.laster@nist.gov.***
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland
Zip Code: 20899
Country: USA
 
Record
SN00100560-W 20020629/020627213120 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.