Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2010 FBO #3057
SOLICITATION NOTICE

66 -- Gamma Toll/Bag Monitor

Notice Date
4/6/2010
 
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-0249
 
Archive Date
5/6/2010
 
Point of Contact
Charles Koehler,
 
E-Mail Address
charles.koehler@nist.gov
(charles.koehler@nist.gov)
 
Small Business Set-Aside
N/A
 
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 2005-40. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. The Center for Neutron Research (CNR) at the National Institute of Standards and Technology (NIST) is a national research facility for use by those seeking experimentation primarily with thermal and cold neutrons. The CNR requires one (1) Gamma Tool/Bag Monitor (GTM) to scan small objects or tools for the presence of gamma emitting radioactive contamination with the following minimum performance, configuration, use and transportability specifications: PERFORMANCE: 1. The 4-pi Efficiency shall be at least 47% for Co-60, and shall be at least 24% for Cs-137, with less than 0.01% false alarm rate at the 95% confidence level, in a 15 microR/hr background, based on a 75mm point source at 3" distance to the face of any detector. 2. The GTM shall be capable of detecting 2 nanoCuries of Co-60, with less than 0.01% false alarm rate at the 95% confidence level, in a 15 microR/hr background in 60 seconds or less. 3. The detectors shall have a gamma energy response of 50 keV to > 2 MeV. CONFIGURATION: 1. It shall be a box shaped GTM, with 6 sides enclosing a detection chamber. 2. Overall exterior dimensions of the GTM shall be less than 54" high, less than 36" wide, and less than 40" deep. 3. The GTM shall have a 6 detector configuration, arranged on top, bottom, and the four sides (including inside the two doors) of the chamber. 4. The detectors shall be of the Plastic Scintillation type with embedded Photo Multiplier Tube. 5. Detector dimensions shall be equal to or greater than 18" x 18" x 2". 6. The six-detectors shall be arranged in a geometry that fully surrounds the detector chamber volume in a manner that approaches a full 4-pi geometry. 7. The detection chamber shall be fully lined with a stainless steel insert which separates the chamber from the detectors. 8. The stainless steel lining in the counting chamber shall be removable to allow replacement of the liner or for access to the detectors. 9. The detection chamber shall have minimum interior dimensions of 18"L x 18"W x 18" H. 10. The GTM shall have lead shielding of 2" thickness, which shall fully cover the outside surfaces of all the detectors, and which shall constitute a true, 4-pi shield configuration. 11. All detectors and electronic modules shall be accessible for service and shall be removable without removing any of the lead shielding. 12. The GTM shall have 2 doors, located on opposite sides. 13. The maximum weight of the GTM with 6 detectors and 2" lead shall be 4600 lbs. 14. The GTM shall be operable utilizing power in the range of 90-264 Vac & 50-60 Hz, and shall require less than 10 A of current. USE: 1. The GTM shall have visual indication for count time, and shall have status lights for "ready", "counting", "recount" and "alarm". 2. The GTM shall utilize an audible chime to indicate that the count was completed with no alarm, and it shall have an alert horn or voice prompt to indicate when the alarm set point has been exceeded. The alert shall have an adjustable volume level. 3. The GTM shall have a control keypad/keyboard for interface with the system electronics for setup calibration and maintenance. 4. The count cycle shall be initiated with a single pushbutton switch. 5. The GTM shall be equipped such that automatic system startup is initiated upon power loss and recovery. All system and operational parameters shall be stored and protected upon power loss. Restart shall happen automatically upon recovery and system shall be fully functional without the need for user interface. 6. The GTM shall have a door position sensor. 7. The GTM shall have computer-controlled high voltage & discriminators for the detectors. 8. The GTM shall have automated plateau and efficiency routines for calibration, which shall be operable from either the monitor keypad or from an external pc. 9. It shall be possible to perform a full calibration via the GTM keypad, with no external pc connection. 10. Alternately to calibrating via the keypad, it shall also be possible to calibrate and generate reports via a vendor supplied windows pc-based calibration software program internally or via serial link. 11. An algorithm shall be embedded in the software so that background is updated using a moving average. 12. The background response time shall be controlled by a user-inputted weighting factor. 13. There shall at a minimum be four user selectable statistically based counting modes consisting of: a. PRESET ALL: The user shall specify the count time and Reliably Detectable Activity (RDA). The alarm set point shall maintain a fixed confidence level for the specified RDA. b. MAXIMUM SENSITIVITY: The user shall specify the count time and the acceptable false alarm probability. The alarm set point in this mode shall track background in accordance with the acceptable false alarm probability. c. MINIMUM COUNT TIME: The GTM shall utilize all statistical constraints, i.e., false alarm probability, confidence level, background count rate and RDA, to complete the measurement in the minimum time required. This method shall be capable of concluding a scan in reduced time by updating the total counts at least once every second during the count cycle and continually comparing the counts to the statistical parameters until the parameters are satisfied. d. FIXED DISCRIMINATION: The user shall specify the alarm set point as a percentage of RDA. The system shall determine the time required for the monitoring cycle in order to meet this and all other statistical parameters. This mode shall reduce false positive alarms (caused by levels of activity that are below RDA) in areas with fluctuating background radiation. 14. The GTM shall have discrete channels for displaying and/or printing the detected activity of each detector. In addition it shall have a sum channel for displaying and/or printing the summed activities of all 6 detectors. 15. The GTM shall have a "scanning" mode for scanning long objects (e.g.: pipe) while passing them through the detector chamber with both doors open. The user shall be able to scan objects in this manner with parameters set to function in either "PRESET ALL" or "MAXIMUM SENSITIVITY" modes. 16. The GTM shall be equipped with door interlocks to prevent accidental release to non-controlled areas 17. The GTM shall have an installed serial printer port and shall be supplied with a compatible printer. TRANSPORTABILITY: The GTM shall be designed to be moved with a fork lift or pallet jack. The GTM shall be equipped with two enclosed metal slots on the bottom outer edges, sized to accommodate fork-lift tines of 6 inch width x 2½ inch thickness. The GTM shall be supplied with a metal cart with casters, designed for a minimum 5,000 lb. capacity. Two casters on one end shall be steerable and the two casters on the other end shall be fixed. The cart shall have a tubular metal grab handle located on both ends. The rolling surface of the casters shall be polyurethane (on iron wheels). The casters shall have a diameter of 8 inches, and shall have a tread width of at least 2 ½ inches. The casters shall have roller bearings. All four of the casters shall be equipped with locking brakes. The cart shall have two shelves, with the upper shelf sized to accommodate the GTM. The cart shall be sized so that the GTM is positioned at an ergonomic working height for an average person while standing. The cart and the GTM shall be delivered with the bolts and through-holes necessary to secure the GTM, centered on the top shelf. With the GTM secured to the cart, it shall be possible to lift the GTM together with the cart utilizing a fork-lift truck. DELIVERY Delivery must be completed no later than 30 calendar days after receipt of order. The GTM as a complete system shall be delivered to NIST, ATTN: Shipping and Receiving, 100 Bureau Drive, Gaithersburg, MD 20899. Delivery term shall be FOB Destination. 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 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. FINAL ACCEPTANCE Final acceptance shall be provided and payment in full shall be made upon receipt and acceptance of all items associated with a complete system. EVALUATION CRITERIA AND BASIS FOR AWARD Award will be made on a technically acceptable/low price basis. Technically acceptable means that the system meets the minimum specifications required by this solicitation. Of the technically acceptable quotations, price shall be the determining factor. REQUIRED SUBMISSIONS All quoters shall submit the following: 1) An original and one copy of a price quotation which addresses all line items; 2) Confirmation that the required line items shall be delivered; 4) 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. 5) In accordance with Federal Acquisition Regulation (FAR) clause 52.204-7, the successful quoter must be registered in the Central Contractor Registration (CCR) prior to award. Reference www.ccr.gov for details. Refusal to register shall forfeit award of a purchase order. DUE DATE FOR QUOTATIONS All quotations shall be sent to NIST, ATTN: Charles Koehler, via E-mail at charles.koehler@nist.gov. Quotations submitted via any other method will not be acknowledged nor honored. Submission must be received no later than 12:00 PM ET on April 21, 2010. Submission received after this date and time will not be acknowledged nor honored, regardless of when submission was made. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial; 52.212-3, Offeror Representations and Certifications - Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, 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: 52.222-3, 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-Supplies; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0249/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02114241-W 20100408/100406235419-5ddbcad073d9390f1c93db063dd17e89 (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.