SOLICITATION NOTICE
66 -- Combined Synopsis/Solicitation for Radiation Detection Equipment Upgrade
- Notice Date
- 3/29/2012
- 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-12-0008
- Response Due
- 4/11/2012
- Archive Date
- 5/11/2012
- Point of Contact
- Trina Fisher at fisher.trina@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 Acquisition Regulation (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 05-57. The North American Industry Classification System (NAICS) Code for this procurement is 334519 with an SBA size standard of 500 employees and is NOT being conducted as a small business set-aside. The Radiation and Indoor Environments National Laboratory (RIENL), a division of the United States Environmental Protection Agency?s (USEPA) Office of Air and Radiation (OAR), has the responsibility to provide public safety by minimizing exposure to radiation. This is, in part, accomplished through environmental measurements using technologically advanced radiation detection equipment and techniques. These services are provided in many different capacities including emergency response preparedness for radiological incidents. For this reason, it is necessary to upgrade the radiation detection equipment necessary to carry out these duties. This requirement is for the upgrade of the Scanner Van?s two existing 4"x4"x16" NaI(Tl) detectors with spectrometers and software. The contractor shall provide manufacturer-qualified experts to perform the training and installation services described in the Statement of Work in a manner compliant with these requirements. All services shall b e performed in compliance with manufacturer processes and recommendations. See the Statement of Work for more information, located at the following URL: http://www.epa.gov/oamhpod1/admin_placement/12tf0008/index.htm Requirements:?The vendor must use EPA's existing NaI(Tl) crystals.?The system must fully integrate with EPA owned Trimble GeoExplorer 2008 (GeoXT) GPS using the Trimble GeoBeacon.?Geodata must be compatible with Google Earth Pro and Bing Maps.?The system must include ESRI ArcPad and have the ability to export to ArcPad.?The system must include mapping displays and have the capability for the user to import map and image products as well as display navigational position and definable radiation level overlays onto the map.?The system must be able to export files that are compatible with Canberra Genie 2000.?The software must interface with Panasonic Toughbook Laptop and Dell Server Computers that use Windows 7 and PointSec security software.?The processing software must be able to display Pulse Height Analysis (PHA) spectra and Multi-Channel Scaler (MCS) data without having to stop and restart the scan.?The processing software must be able to produce composite spectrum and individual spectra.?The system must produce and save spectrum on user set time intervals and user adjustable Regions of Interest (ROI).?The system must have processing software capable of storing 24 hours of collected data ? with sufficient storage capability available on EPA provided PC/laptop computer. ?The quote must include a manufacturer qualified individual to perform the installation and provide on-site training.?Software support by telephone and software updates must be provided during the warranty period of 2 years.?Delivery installation schedule 90 days from the time the manufacturer receives our NaI(Tl) crystals F.O.B. destination to the Radiation and Indoor Environments National Laboratory, 4220 S. Maryland Parkway, Building C Las Vegas, NV 89119. 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 in terms of price, the demonstrated understanding of the EPA's requirements as defined in the Statement of Work and this synopsis, and the ability to meet all of the requirements. 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 (FEB 2012)52.209-6 Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010)52.222-3 Convict Labor (JUN 2003)52.222-19 Child Labor ? Cooperation with Authorities and Remedies (MAR 2012)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 (AUG 2011)52.225-3 Buy American Act ? Free Trade Agreements ? Israeli Trade Act (MAR 2012)52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration (OCT 2003)Additional solicitation provisions:52.225-4 Buy American Act?Free Trade Agreements?Israeli Trade Act Certificate (JUNE 2009) (a) The offeror certifies that each end product, except those listed in paragraph (b) or (c) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms ?Bahrainian, Moroccan, Omani, or Peruvian end product,? ?commercially available off-the-shelf (COTS) item,? ?component,? ?domestic end product,? ?end product,? ?foreign end product,? ?Free Trade Agreement country,? ?Free Trade Agreement country end product,? ?Israeli end product,? and? ?United States? are defined in the clause of this solicitation entitled ?Buy American Act?Free Trade Agreements?Israeli Trade Act.? (b) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled ?Buy American Act?Free Trade Agreements?Israeli Trade Act?:CANADIAN OR ISRAELI END PRODUCTS:LINE ITEM NO.COUNTRY OF ORIGIN_____________________________________________________________________________________________ [List as necessary] (c) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (b) of this provision) as defined in the clause of this solicitation entitled ?Buy American Act?Free Trade Agreements?Israeli Trade Act.? The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of ?domestic end product.? Other Foreign End Products:LINE ITEM NO.COUNTRY OF ORIGIN_____________________________________________________________________________________________[List as necessary] (d) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. 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 April 5, 2012 at 4:00 PM EST. In addition, the FAR 52.212-3 representations and certifications shall be submitted. Responses are due no later than April 11, 2012 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-12-0008/listing.html)
- Record
- SN02709204-W 20120331/120329235629-963a1d2720e7b80de142d1046f907886 (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 |