Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2012 FBO #3943
SOLICITATION NOTICE

65 -- Provide FLIR NanoRaider gamma detection units for the Civil Support Team for the Oregon National Guard.

Notice Date
9/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W90328-2206-3001
 
Response Due
9/24/2012
 
Archive Date
11/23/2012
 
Point of Contact
Benjamin Hittle, 503-584-3770
 
E-Mail Address
USPFO for Oregon
(benjamin.hittle@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. THIS SOLICITATION IS BRAND NAME OR EQUAL This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W90328-2206-3001 and is issued as a Request for Quote (RFQ). Quotes are due by 24 September 2012, 1:00 p.m. (PST). The RFQ will result in a firm fixed price contract. This solicitation is 100% set aside for small businesses. One contract will be issued as a result of this solicitation. The North American Industry Classification System (NAICS) code for this acquisition is 334511. The United States Property and Fiscal Office of the Oregon Army National Guard is soliciting quotes to procure the following supply or services: CLIN 0001: Provide NanoRaider Detection Unit Provide Four (4) NanoRaider Belt Mounted Gamma Detection Units Gamma CdZnTe Three crystals; 15 mm (0.59 in) 13 mm (0.51 in) 5 mm (0.20 in); 5 % Neutron 3He Proportional Counter Tube *(B) 15 mm (0.59 in) 54 mm (2.13 in); net: 14 mm (0.55 in) 29 mm (1.14 in); 8 atm (8.106 bar) GPS 66-channel MediaTek MT3329 receiver; tracking sensitivity >-165 dBm Performance Energy Range (Gamma); Dose Rate Channel 51 keV - 3 MeV Energy Range (Gamma); Identification Channel 30 keV - 3 MeV Throughput; Dose Rate Channel 250 kcps Throughput; Identification Channel 180 kcps Sensitivity (137Cs); Identification Channel 0.47 cps per 10 nSv/h Sensitivity (137Cs); Dose Rate Channel 0.81 cps per 10 nSv/h Gamma Spectrum 1024 channels; 3 MeV Dose Rate Range 100 nSv/h - 10 mSv/h; 30 % Overload Threshold 5 mSv/h Neutron Sensitivity *(B) 2.6 cps/nv; 20 % Nuclide Identification According to ANSI N42.48 Typical Resolution 3.5 % FWHM at 662 keV at 25 C (77 F) ambient temperature Service Recommended Interval 5 a Physical Dimensions (W D H) 70.3 mm (2.77 in) 33.8 mm (1.33 in) 125.5 mm (4.94 in) Weight *(A) 340 g (11.99 oz) Weight *(B) 370 g (13.05 oz) Housing Material Aluminium Environmental Operating Temperature -20 C - +50 C (-4 F - +122 F) Storage Temperature +10 C - +35 C (+50 F - +95 F) Temperature Change Temperature change must not exceed 8.4 C (15.1 F)/min Relative Humidity 10 % - 93 %, non condensing Shock Resistance According to ANSI N42.48-2008 Protection Rating IP63 according to IEC 60529 Battery Type Internal (Li-ion, single cell, rechargeable) Capacity 1950 mAh; 3.7 V; 25 C (77 F) Battery Life 300 - 500 full charge-discharge cycles; 3 a - 5 a Charging Duration 3 h at 25 C (77 F) when instrument off and connected to DC power charger and >5.5 h when powered via USB. Operating Duration 24 h at 25 C (77 F) in dose rate mode with dimmed display back light and GPS switched off Display Type Transflective color LCD Size 55.88 mm (2.20 in); 320 pixel 240 pixel Central Luminance 400 cd/m typically Annunciators Blue LED *(B) Neutron detection and alarm Red LED Gamma alarm Green LED Power status Vibrator Alarm reporting Beeper Alarm reporting Memory Data Storage Capacity 2 GB internal memory; 1800 MB available for the user Identifications incl. Spectrum 600000 Screenshots 2500 Alarms 1000000 Input/Output USB USB 2.0; mini-B socket Bluetooth 50 m (164.04 ft) range Software Embedded Software Microsoft Windows CE Operating System Web Interface TCP/IP emulated via USB Download File Formats ANSI N42.42 and spc files compatible with third-party analysis software applications such as GADRAS, Cambio, or PeakEasy Reachback ANSI N42.42 data via Bluetooth to DUN compatible cell phone Standards ANSI N42.48 Performance Requirements for Spectroscopic Personal Radiation Detectors (SPRDs) for Homeland Security IEC 60529 Degrees of Protection Provided by Enclosures (IP Code) EMC - Directive 2004/108/EC Regulations concerning electromagnetic compatibility FCC Part 15 Regulations concerning electromagnetic compatibility ANSI N42.42 2006 Data format standard for radiation detectors used for Homeland Security Accessories DC Power Adapter, Charger AC in: 100 V - 230 V; 50 Hz - 60 Hz; DC out: 5 V; 2 A Car Power Adapter, Charger DC in: 12 V - 24 V; DC out: 5 V; 2 A Connection Cable Mini USB-B - USB-A; 1.83 m (6.00 ft) Holster 60 g (2.12 oz) Carrying Case Included Offerors shall include a price per quantity and a total price in their proposal. Offerors shall also include the specification sheet that shows that the equipment quoted will meet or exceed all the specifications listed above. Any offer that does not provide a specification sheet will be deemed non-compliant for this solicitation. This solicitation will be awarded on the basis of Lowest Price Technically Acceptable in regards to the above listed specifications. Offerors must be registered on the System for Award Management. Information concerning SAM requirements may be viewed via the Internet at http://www.sam.gov or by calling the SAM Help Desk at 1-866-606-8220. Only contractors who are registered in the System for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors proposal. Delivery Location: 102 Civil Support Team, 1921 Turner Rd. BLDG. A, Salem, OR 97301. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the System for Award Management at www.sam.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-7. Central Contractor Registration. FAR 52.211-6, (If Applicable) Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, lowest price of all item "all or none". FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.222-44 Fair Labor Standards act and Service Contract Act-Price adjustment; FAR 52.222-54 Employment Eligibility Verification: FAR 52.228-5 Insurance-Work on a government Installation; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.225-1, FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities), FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation (if applicable) FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), FAR 52.204-99 (DEVIATION) System for Award Management Registration, DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable) DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.243-7002, Request for Equitable Adjustment (when applicable) DFARS 252.246-7000, Material Inspection And Receiving Report This announcement is the solicitation which will result in a firm fixed-price contract. Point of Contact: Quotes shall be submitted to: Benjamin Hittle at benjamin.hittle@us.army.mil or via fax at 503-584-3771
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W90328-2206-3001/listing.html)
 
Place of Performance
Address: USPFO for Oregon ATTN: USPFO-P, P.O. Box 14840 Salem OR
Zip Code: 97309-5008
 
Record
SN02874349-W 20120910/120908234042-d1cbd13efe803200f51d511514eeddd6 (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.