SOLICITATION NOTICE
66 -- Whole Body Personnel Contamination Monitor
- Notice Date
- 7/1/2002
- 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-0544
- Response Due
- 7/15/2002
- Archive Date
- 7/30/2002
- 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 334119 with a small business size standard of 500 employees. However this requirement is unrestricted and all interested Contractors may submit an offer. ***The National Institute of Standards and Technology (NIST) has a requirement for one (1) Whole Body Personnel Contamination Monitor to be used in detecting beta contamination in a two-step process.***All interested offerors shall provide a quote for the following line item: Line Item 0001: Quantity one (1) each, Personnel Contamination Monitor (PCM). The following specifications define the performance requirements for the PCM monitors for radioactive surface contamination over a worker's body while the worker stands inside: (1) PCM shall automatically detect the presence of beta emitting contamination on the clothes and exposed skin of a person while they stand in the unit. PCM should have its own computer to control unit operations, troubleshooting, calibration, and service. The computer can be internal or external to the unit. (2) The detectors on a PCM shall be gas proportional detectors. The detector windows shall be of a thin, industry standard type material such that detection of low energy betas is permitted, 14C for example. Detectors shall be provided with mesh type protective screens with at least 65% open space for detection. If gas flow proportional detectors are proposed, then a gas management system shall be incorporated to reduce gas consumption. In addition, a monitoring system shall also be incorporated to monitor gas supply and alarm on insufficient level/supply. (3) PCM shall be able to detect 5000 dpm/100 cm2 of Cs137, at one inch from any detector, with a 90% probability of detection and a 0.1% false alarm rate with a maximum 10 second/side count in normal background of 20 micron/hr. (4) A hand held 'frisker' detector probe of the same type detector with a local readout and alarm shall be incorporated or attached to the PCM thus allowing for detailed frisk type surveys in the event of a contamination alarm from the PCM. (5) For setup and calibration, 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; (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. (6) The PCM shall have contoured monitoring surfaces to conform to body shape and minimize distance between body and detector window and shall have not less than 9000 cm2 of active monitoring area in each step. Detection area shall include the whole body, i.e.? head/face, arms and hands (both palm and back side), complete torso, legs and feet. PCM shall be capable of detecting contamination on bottom, top, and sides of the shoes. Detection area shall be divided into a minimum of 20 separate counting zones to allow for identification and localization of contaminated areas. (7) Detector counting electronics and software shall also perform 'sum zone' logic to the results permitting contamination monitoring for widely distributed contamination based on the summed results of several adjacent detectors. User selectable confidence levels and false alarm rates shall also permitted. (8) PCM design shall have sensors to ensure the worker's body surfaces being monitored are sufficiently close to the monitoring detector to ensure accuracy of results. Sensors shall not have any moving parts. A signal and voice prompt instruction shall be provided to alert the user of improper positioning. The measurement shall be suspended until the proper position has been achieved. (9) PCM shall provide an audible (alarm and voice instruction) and visual alarm when contamination is detected. (10) PCM shall have user-selectable alarm set points for each detector. (11) User shall be able to select PCM operational mode as either using a fixed count time with varying sensitivity depending on the background or using a fixed sensitivity with varying count time depending on the background. (12) PCM shall automatically compensate for varying gamma dose rate backgrounds. This feature shall be user adjustable/selectable and automatically monitored and controlled by the unit. Background update times shall be selectable and a 'rolling average' shall be used for internal alarm and count time decision-making logic. 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. User selectable confidence levels and false alarm rates shall also permitted. (13) The unit shall perform self-tests with user selectable parameters to establish whether or not the operating parameters can be met. If user selected operating parameters cannot be met in the given instrument condition, for example an intermittent high background, then the PCM shall automatically place itself Out Of Service. Once the conditions have changed such that operation within the set parameters can be achieved, the unit shall automatically return to service. All such changes in status shall be monitored and recorded by the internal system and/or connected pc. (14) PCM shall automatically compensate for varying Radon backgrounds levels as well as identify and report the possible presence of Radon contamination. This feature shall be user adjustable/selectable and automatically monitored and controlled by the unit. (15) PCM shall have keyboard, printer and LCD/CRT connections under key lock on front of unit, or easily accessible in the case where the back of the unit is blocked or not accessible. (16) PCM shall allow for routine maintenance to be done from the front and/or sides when access to the rear is blocked or inaccessible. (17) PCM shall identify, display and generate a printout/report describing the level of contamination and the region on the worker where contamination was detected. Unit shall record contamination-monitoring results showing time and date. A suitable, tractor feed type printer and printer stand shall be provided. In addition, the unit shall be able to generate plateau reports for each detector and setup and calibration parameters for the unit. (18) PCM shall be capable of communicating system status, alarm condition and other parameters to a remote computer. Communications over LAN using standard Ethernet type connection and protocol shall also be supported. (19) PCM shall have an optional capability of inputting personnel IDs via a keyboard or swipe card. (20) The PCM shall display instructions, messages and contamination data on a color LCD screen. A feature shall permit the user to enter site-specific instructions and information for alarm conditions. This shall be permitted through a user-friendly interface such as directly using an attached keyboard or a computer link. (21) The PCM shall have self-diagnostic software that incorporates a 'real time' rate meter reading for each detector. (22) All surfaces of the unit shall be capable of decontamination with industry standard cleaning agents and materials. (23) PCM shall have a maximum footprint of 42"x42". PCM shall have a maximum height of 90". (24) PCM shall be design and fabricated of "sufficient ruggedness" (shall be capable of continuous duty use for 10 years and withstand the normal wear and tear of use involving personnel traffic in and out and to withstand transport if and when it may be necessary to relocate the unit). These units are never turned off once placed in service and should perform within the above specifications for a term of use on the order of years without any expected component failure. (25) 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. A nonvolatile memory shall be used to preserve system parameters. All electronics shall be located internal to the unit requiring no external cabling or additional installation. 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. (26) PCM shall operate from 120 V AC, 10 amps, and single-phase power source. Battery backup and surge protection shall be provided with unit. Line Item 0002: Quantity 1 (one) year, 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. Line Item 0003: Onsite installation, initial testing and calibration, and training for set-up, use and calibration shall be provided. ***The Contractor shall state the warranty coverage provided for Line Items 0001 thru 0003.***Delivery shall be FOB Destination and shall be no later than 90 days of receipt of an order.***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 all line items 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 evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance and 3) Price. Technical capability along with past performance history 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 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; (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (16) 52.222-19 Child Labor - Cooperation With Authorities And Remedies; (19) (iii) 52.225-3, Buy American Act - North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program, Alternate II (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, 0002 and 0003; 2) Two (2) copies of 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 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 6) 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 15, 2002.*** Faxed offers will not be accepted. For questions regarding this solicitation, address them in writing 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
- Zip Code: 20899
- Record
- SN00103264-W 20020703/020701213345 (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 |