Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2010 FBO #3052
SOLICITATION NOTICE

66 -- Low Background Gamma Detector - Attachment I Drawing

Notice Date
4/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-10-RQ-0180
 
Archive Date
4/30/2010
 
Point of Contact
Joni L Laster, Phone: 301-975-8397, Carol A. Wood, Phone: 301-975-8172
 
E-Mail Address
joni.laster@nist.gov, carol.wood@nist.gov
(joni.laster@nist.gov, carol.wood@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
Drawing (Attachment I) 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. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. 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) 2005-38. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees, however, all interested parties may submit a quotation. The National Institute of Standards and Technology (NIST) has a requirement for a Low Background Gamma Detector. All equipment must be new. Refurbished and or remanufactured shall not be considered for award. All interested Contractors shall provide a quote for the following line items: Line Item 0001: Quantity One (1) each, Low Background Gamma Detector that shall meet or exceed the following minimum specifications: 1. NIST will install the detector in an existing low-background iron shield with inside dimensions 20" x 20" x 24" high and walls 6" thick. Critical dimensions are provided in attachment I. These critical dimensions are intended to ensure that the detector can be fitted into the existing shield. The height A from the bottom of the cryostat assembly to the top of the detector shall be between 10.0 inches and 12.0 inches. The horizontal distance B from the detector centerline to the preamplifier, vacuum flange, or whatever object first exceeds the cryostat rod diameter C shall be at least 16.5 inches. 2. The detector shall be made of p-type intrinsic germanium. The detector's relative efficiency shall be 100% or greater and the resolution 1.9 keV fwhm or less, as defined by the IEEE-325 standard. For further reference to the standard, visit webstore.ansi.org. 3. The diameter of the crystal shall be greater than its length; 4. The detector crystal shall be mounted in a low-background J-shaped cryostat attached to a 30-liter Dewar. The cryostat design must be equivalent to an Ortec Cryostat, Model LLB HJ or a Canberra Cryostat, Model ULB 7915-30. In these designs, the vacuum cryostat emerges horizontally from the lower side of the dewar, and after a certain distance, the detector is installed facing upward, thus ensuring that there is no line of sight from the detector to the outside. All materials inside the shield shall be selected for low gamma-ray background. The detector capsule shall not be removable from the cryostat in the field. For the purpose of this solicitation, low background means material that has as low a quantity of radioactive material as possible. 5. The preamplifier shall be mounted outside the shield and shall provide two outputs: one for energy and an identical output for timing a future anticoincidence mantle. A sensing circuit shall provide an output signal for high voltage shutdown whenever the detector temperature becomes too high. 6. The 30 Liter Dewar shall be fitted with a pressure filling cap such that excess liquid nitrogen escapes through an overflow tube. A second pressure filling cap shall also be provided. Line Item 0002: Warranty: The Contractor shall provide, at a minimum, a one year warranty period for the detector. Warranty shall be on-site or return to Contractor's site, at the discretion of the Contractor. All costs associated with parts, labor, travel and shipping shall be borne by the Contractor at no cost to the Government. The warranty shall commence upon final acceptance by the Government. Delivery shall be completed not later than 90 days after receipt of an order. Delivery terms shall be FOB Destination. FOB Destination means: 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. The Government shall award a purchase order resulting from this solicitation to the responsible quoter whose quotation conforming to the solicitation results in the lowest priced, technically acceptable quotation. The following will be used to evaluate quotations: TECHNICAL CAPABILITY PRICE TECHNICAL CAPABILITY Technical capability shall be evaluated to determine the Contractor's ability to successfully complete the project. Technical descriptions and product literature submitted shall be evaluated to determine that the proposed components meet or exceed the minimum specifications stated herein. The technical drawing shall be evaluated to determine its overall feasibility, and compliance with the required specifications. The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. 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: 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-1 Buy American Act -Free Trade Agreements-Israeli Trade Act w/Alternate II 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration and 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. Required Submissions: 1. For the purpose of evaluation of Technical Capability, all quoters shall submit all of the following: a. For all commercial components, an original and one (1) copy of the technical description and/or product literature which clearly demonstrates that the proposed components meet or exceed the Governments minimum required specifications; b. A technical drawing showing dimensions A, B, and C shall be provided with the Contractor's response in accordance with specification 1. c. Information regarding the proposed materials for "low gamma-ray background" and low background. 2. An original and one (1) copy of a quotation which addresses all requirements; 3. This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. All quotes must be received not later than 3:00 PM local time, on April 15, 2010 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Joni Laster. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Joni L. Laster) @ joni.laster@nist.gov. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-8397. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24-hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Electronic quotes are acceptable; however, faxed quotes shall not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0180/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02110977-W 20100403/100402000449-516a14ef21369315eb4720884c730f18 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.