SOLICITATION NOTICE
66 -- IRRADIATOR REQUIREMENT
- Notice Date
- 1/10/2006
- Notice Type
- Solicitation Notice
- NAICS
- 339111
— Laboratory Apparatus and Furniture Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
- ZIP Code
- 20817
- Solicitation Number
- Reference-Number-RML-RFQ-6008
- Response Due
- 1/25/2006
- Archive Date
- 2/9/2006
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared in accordancewith format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested & a written solicitation will not be issued. Submit offers on RML-RFQ-6008. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08 dated 1/5/06. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 339111 and the small business size is 500. The Rocky Mountain Laboratories(RML), biosafety level 4 facility, referred to as the Integrated Research Facility (IRF), is currently under construction. RML equipment requirements include an irradiator with a Co-60 source and specify a central dose rate of 2.0 Mrad/h. (which amounts to a 24,000 Ci source). The purpose of this acquisition is to provide an irradiator that will perform according to the anticipated needs of the BSL-4 lab. The current irradiator on the RML campus does not have the source energy for the needed applications. The contractor shall guarantee to supply a Calibration Certificate, Sealed Source Test Certificate, Representative Isodose Curves and Operation and Maintenance Manual, as well as an Equipment Warranty as part of the quotation. The Contractor shall provide instruction on the operation and maintenance of the unit at the time of delivery. The government will supply a copy of the current radioactive materials license, complete with amendments from the Nuclear Regulatory Commission (NRC) at least six (6) weeks prior to the scheduled shipping date. Required Specifications for the IRF Irradiator Unit: Source description: Activity-Sealed Source of Co-60; nominal activity of 24,000 Curies. Sealed source return policy-the sealed source supplied must be accepted for return to the supplier at the end of its useful life. SOURCE STATIONARY SO THAT THE SAMPLE MOVES TO THE SOURCE. Electronic timers: Primary timer that counts in seconds, minutes and hours. Independent backup timer with internal battery for loss of AC power. Start/delay timer that eliminates requirement for the operator to be present at the start of the irradiation cycle. Reproducible location of the sample chamber: To ensure sample is in correct and reproducible position at the time of irradiation; Use primary and secondary limit switches, an electromagnetic brake and a mechanical stop to ensure that the sample is in the correct position. Manual sample retrieval shall be available, if there is a power failure. Indicator lights are required to show status of unit. Training-provide RSO training at the manufacturer facility in addition to on-site training for a maximum of 3(three) operators on the operation, electrical and mechanical maintenance. FOB Point shall be Destination, Hamilton, MT. Delivery location is Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, MT. The following FAR provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation Commercial Items. FAR 52-212-4 Contract Terms and Conditions Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items; FAR52.246-2 Inspection of Supplies-Fixed Price; By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall have posted their FAR 52.212-3 Offerors Representations and Certifications Commercial Items at website http://orca.bpn.gov. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Offers may be mailed, e-mailed or faxed to the POC indicated above; (Fax-406-363-9376), (E-Mail/ Jkeiser@niaid.nih.gov). Offers must be submitted not later than 4:30 PM (MDST) 1/25/06. Copies of the above-referenced clauses are available upon request, either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency.
- Place of Performance
- Address: ROCKY MOUNTAIN LABORATORIES, 903 S. 4TH STREET, HAMILTON, MT
- Zip Code: 59840
- Country: USA
- Zip Code: 59840
- Record
- SN00963788-W 20060112/060110211752 (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 |