SOLICITATION NOTICE
66 -- HPGE Detector
- 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: 3803RWashingtonDC20460
- ZIP Code
- 20460
- Solicitation Number
- TF-HPOD-11-0001
- 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 and is NOT being conducted as a small business set-aside. EPA is replacing a High Purity Germanium (HPGE) detector that is over 25 years old and not suitable for the types of analysis currently performed. The replacement detector will be used with an existing liquid nitrogen dewar, shield, supporting electronics, and software. Requirements for the replacement detector are as follows: 1.The detector must be warranted to be free of defects in material and workmanship for at least one year from the time of acceptance by 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.The detector shall be coaxial High Purity Germanium (HPGE) with a carbon fiber window, with integral signal pre-amplifier and bias shutdown circuit.a.Separate industry-standard connectors shall be provided for bias (SHV), 2 signal outputs (BNC), a bias shutdown logical signal (BNC), and test pulse input (BNC).b.The nominal relative photopeak efficiency shall be 50% as measured in accordance with the current version of ANSI/IEEE-325.c.The useful gamma energy range shall be at least 20 keV through 2 MeV. For a 47mm diameter filter paper with a 40mm diameter active area placed on the face of the detector, the absolute efficiency at 22 keV shall be no less than 50% of the absolute efficiency at 88 keV.d.The outer diameter of the detector capsule shall not be greater than 82.5 mm. e.The detector shall be mounted to a vertical dipstick cryostat. The length of the cryostat between the bottom of the preamplifier shroud and the tip of the cold finger shall be between 27 and 29 inches.f.If the diameter of the cryostat is not 1.25 inches, then a liquid nitrogen fill collar of the appropriate diameter must also be provided at no additional cost.3.Delivery must be F.O.B. destination the National Air and Radiation Environmental Laboratory, Montgomery AL 36115. The exact 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. 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-11-0001/listing.html)
- Place of Performance
- Address: OAR NAREL SACOUS Environmental Protection Agency540 South Morris AvenueBuilding 1504MontgomeryAL36115USA
- Zip Code: 36115
- Record
- SN02558253-W 20110902/110901000907-2b3960b1cfda3208122309b801e77ff3 (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 |