Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2011 FBO #3569
SOLICITATION NOTICE

66 -- Liquid Scintillation Counting System

Notice Date
8/31/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
HPODUS Environmental Protection AgencyAriel Rios Building1200 Pennsylvania Avenue, N. W.Mail Code: 3803RWashingtonDC20460USA
 
ZIP Code
00000
 
Solicitation Number
TF-HPOD-11-0002
 
Response Due
9/14/2011
 
Archive Date
10/14/2011
 
Point of Contact
Fisher, Trina 202-564-1789, Fisher.Trina@epa.gov ; Lesieur, Lorraine 202-564-3076, Lesieur.Lorraine@epa.gov
 
E-Mail Address
Fisher, Trina
(Fisher.Trina@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal AcquisitionRegulation (FAR) Subpart 12.6 and under the authority of FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation includes the incorporated provisions and clauses in effect through Federal Acquisition Circular 05-53. The North American Industry Classification System (NAICS) Code for this procurement is 334516 with an SBA size standard of 500 employees and is NOT being conducted as a small business set-aside. EPA?s National Air and Radiation Environmental Laboratory in Montgomery, Alabama, has a requirement for a liquid scintillation counting system. The instrument is intended to be used for low level quantitative analysis of liquid samples for 3H, 99Tc, and gross alpha/beta concentrations, but may also be used for analysis for other analytes in the future. In addition, it will be used for direct photon counting of the Cerenkov radiation from high-energy beta rays.The specifications below are believed by EPA to be necessary to provide the functional capability for the intended application, but alternatives will be considered provided that offeror?s can demonstrate how a proposed alternative will be suitable for the intended use.1.The instrument system must be warranted to be free of defects in material and workmanship for at least one year from the time of delivery to EPA. The warranty must provide for repair or replacement at no cost to the government, and shall not require the government to pay for shipping or handling costs for return of defective equipment for repair.2.Any software shall be expressly warranted to be fit and suitable for the purpose for which it is provided and that it will operate satisfactorily on the computer platform provided; disclaimers of warranty of fitness for purpose are unacceptable.3.Documentation provided with equipment shall include instruction manuals that completely describe how to set up, configure, calibrate, maintain, and use the equipment furnished, both hardware and software. Assembly drawings shall be provided for all mechanical assemblies. If lead bricks are used for shielding, step-by-step illustrated stacking/installation instructions shall be provided. All drawings shall identify components by part number and be accompanied by part lists that include all components shown in the drawings. This documentation may be provided either in printed form, or on CD-ROM in portable document format (PDF) files.4.The instrument system shall be designed to operate on 115/120VAC @ 60 Hz, with a current draw of no greater than 15 amps (normal U.S. household current).5.Delivery must be F.O.B. destination the National Air and Radiation Environmental Laboratory, Montgomery AL 36115. The flat rate dollar amount of any and all shipping, handling, insurance and F.O.B. destination fees must be conspicuously listed as a separate line item on quotations.6.The supporting electronics shall be controlled by computer software, which must be provided at no additional cost, and must be pre-installed and configured on a suitable workstation computer, which shall also be provided. If any third party Commercial-Off-The-Shelf software is required for operation, it shall be provided. The computer and software must be capable of running on 64-bit Windows 7 Professional/Ultimate operating system. Hardware must include:a.Minimum 4 GB RAMb.At least one DVD R/W drivec.Minimum 1000 GB hard drived.Ethernet adapter.Note: Windows XP Professional w/Service Pack 3 is an option but must be approved as a substitution.7.In addition to pre-programmed protocols for 3H and 14C, the instrument must provide for at least 30 additional user-programmable protocols. Each protocol should provide for user-specified drive and path selection for data and spectrum storage and coincidence resolving time.8.The instrument/software shall be capable of:a.Single, dual, and triple label DPM.b.Automatic single label direct DPM with external standard.c.Storing sample and standard spectra and allowing them to be used with different ROI?s (regions of interest).d.Replay post run sample DPM processing and data changes to count conditions or report definitions.e.Identify unknown nuclides.9.The instrument shall be designed to operate at ambient room temperature, but be field-upgradeable with temperature control capabilities.10.The instrument shall have an integrated automatic sample changer that can accommodate at least 300 standard (23 ml) vials and 600 miniature (4, 6, or 7 ml) vials.11.3D spectral mapping and unfolding capability is required to display in color the quench standard spectra together with the spectrum of the unknown for single label counting.12.A Low Activity/High Sensitivity Count Mode (HSCM) shall be provided.13.The instrument must have a Quality Control/Performance Assessment feature for trending efficiencies, backgrounds, figure of merit and Chi-square values for H-3 and C-14 over the life of the instrument. This information should be recorded, monitored, and stored every 24 hours without need for user initiation. The system should also warn automatically if any of the above parameters are out of factory specifications.14.The instrument shall be able to do a Luminescence Assay (single photon counting). 15.The system shall have provision for user adjustment of the low level discrimination setting over a beta energy range of 0-2000 keV. 16.The system must be capable of Alpha/Beta Discrimination Counting. The Government anticipates issue of a firm-fixed-price (by line item) Purchase Order for this requirement. Basis for Award: The Government will make award to the responsive, responsible firm, whose quotation is most advantageous to the Government on a best value basis. Instructions: FAR 52.212-1 "Instructions to Offerors - Commeicial" applies to this acquisition. Offerors are to include a copy of FAR provision 52.212-3 "Offeror Representations and Certifications - Commercial Items" with their response. The following FAR clauses also apply: 52.212-4 "Contract Terms and Conditions - Commercial Items" and 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items", with the clauses cited further in this synopsis as being applicable. The aforementioned provisions and clauses can be accessed electronically at http://acquisition.gov/comp/far/index.html. Prospective sources are reminded that award can only be made to a contractor who is registered in the Central Contractor Registration (www.ccr.gov) database with an active Dun & Bradstreet Number. FAR 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items"The following are applicable to this requirement:52.222-50 Combating Trafficking in Persons (FEB 2009)52.233-3 Protest After Award (AUG 1996)52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010)52.209-6 Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010)52.219-28 Post Award Small Business Program Rerepresentation (APR 2009)52.222-3 Convict Labor (JUN 2003)52.222-19 Child Labor ? Cooperation with Authorities and Remedies (JUL 2010)52.222-21 Prohibition of Segregated Facilities (FEB 1999)52.222-26 Equal Opportunity (MAR 2007)52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010)52.222-37 Employment Reports on Veterans (SEPT 2010)52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEPT 2010)52.225-3 Buy American Act ? Free Trade Agreements ? Israeli Trade Act Alternate I (JAN 2004)52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration (OCT 2003) Quote Submission: Offerors shall submit a firm-fixed-price quote (by line item) for issue of a Purchase Order. Partial quotes will not be accepted for this requirement. Vendors are encouraged to direct any questions by e-mail only to the Contract Specialist, Trina Fisher, at fisher.trina@epa.gov - no telephone inquiries will be accepted - no later than September 7, 201 at 4:00 PM EST. In addition, the FAR 52.212-3 representations and certifications shall be submitted. Responses are due no later than September 14, 2011 at 4:00 PM EST and should be submitted via email to Trina Fisher at fisher.trina@epa.gov. No telephone inquiries shall be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/HQ/TF-HPOD-11-0002/listing.html)
 
Place of Performance
Address: OAR NAREL SACOUS Environmental Protection Agency540 South Morris AvenueBuilding 1504MontgomeryAL36115USA
Zip Code: 36115
 
Record
SN02557898-W 20110902/110901000443-4ba1cf93002b811799fc31a2ee9beea2 (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.