Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 07, 2018 FBO #5889
SOURCES SOUGHT

66 -- PANASONIC THERMOLUMINESCENT DOSIMETER BADGES

Notice Date
1/5/2018
 
Notice Type
Sources Sought
 
NAICS
#334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA860118R0022
 
Archive Date
1/19/2018
 
Point of Contact
Joy Hyde, Phone: 937-522-4555, Brigette Shepherd, Phone: 937-522-4643
 
E-Mail Address
Joy.Hyde@us.af.mil, brigette.shepherd-colter@us.af.mil
(Joy.Hyde@us.af.mil, brigette.shepherd-colter@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THERMOLUMINESCENT DOSIMETER BADGES SOURCES SOUGHT The Government is conducting market research and identifying, as potential sources, companies that may possess the expertise, capabilities, and experience to meet the requirements as specified in the Program Description below. CAUTION: This Sources Sought is issued solely for information and planning purposes. In accordance with Part 10 of the Federal Acquisition Regulation, the U.S. Government is conducting market research. The intended purpose is to identify potential sources that may possess the expertise, capabilities, and experience to meet 711 Human Performance Wing's requirements. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Further, 711 Human Performance Wing is not at this time seeking proposals, and will not accept unsolicited proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this sources sought. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this sources sought will be solely at the responding party's expense. Not responding to this sources sought does not preclude participation in any future RFP, if any is issued. In accordance with Federal Acquisition Regulation 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is the responsibility of the interested parties to monitor this FedBizOpps website for additional information pertaining to this source sought. INSTRUCTIONS: 1.Below is a document containing a description of the requirement and a Contractor Capability Survey, which allows you to provide your company's capabilities. 2.If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). 3.Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. 4.Questions relative to this market survey should be addressed via email to Joy Hyde (AFLCMC/PZIBC), joy.hyde@us.af.mil. Verbal questions will NOT be accepted. PROGRAM DESCRIPTION In accordance with Title 10 and Title 29 of the Code of Federal Regulations, the United States Air Force School of Aerospace Medicine, Analytical Services Division (USAFSAM/OEA) uses the Panasonic UD-802-AT Thermoluminescent Dosimeter (TLD) for determining personnel dose to ionizing radiation as a direct result of employment with the USAF. USAFSAM/OEA has a requirement for the procurement of 10,000 Panasonic UD-802AT TLDs to maintain a viable inventory in the USAF Radiation Dosimetry Program, and thus ensure continued surveillance of radiation dose to personnel as directed by federal law. REQUIREMENTS At a minimum, the contractor will provide 10,000 new Panasonic UD-802AT TLD badges starting with sequence number 1710001 with the following specifications: 1.Four phosphor element TLD; two elements of Li2B4O7: Cu and two of CaSO4: Tm. 2.The first element is Li2B4O7: Cu and is shielded by 18 mg/cm2 of Mylar®. 3.The second and third elements, Li2B4O7: Cu and CaSO4: Tm, respectively, are shielded by approximately 360 mg/cm2 plastic. 4.The fourth element is CaSO4: Tm and is shielded by approximately 1,040 mg/cm2 of lead and plastic. 5.The vendor will be the sole authorized distributor of the TLDs by the manufacturer. 6.The provided TLDs must have a form-factor that is compatible with, and capable of being read within a Panasonic UD-7900 Automatic TLD reader, existing and currently in use. 7.Acceptance Criteria: The acceptance criteria for a TLD is based on the UD-7900 User's manual, ver. 2.0, dated 02-24-2014. However, the criteria used by the USAF Radiation Dosimetry Program is somewhat broader. The % CV (coefficient of variation) limit is 8%. If a TLD element has a variation greater than 8% after three replicate irradiations, then the TLD fails since a single element within a TLD cannot be replaced. A second acceptance criteria is the Element Correction Factor (ECF). The absolute values of the ECF must be between 0.5 and 2.0. If the average ECF of a TLD element, after three replicate irradiations, is less than 0.5 or exceeds 2.0, then the TLD fails as an individual element cannot be replaced. 95% of the production lot should meet the acceptance criteria. CONTRACTOR CAPABILITY SURVEY Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: •Company/Institute Name: •Address: •Point of Contact: •CAGE Code: •Phone Number: •E-mail Address: •Web Page URL: •Size of business pursuant to North American Industry Classification System (NAICS) Code: 334519 Level gauges, radiation-type, manufacturing/Other Measuring and Controlling Device Manufacturing, STD Size 500 employees. •Based on the above NAICS Code, state whether your company is: oSmall Business(Yes / No) oSmall Disadvantaged Business(Yes / No) oWoman Owned Small Business(Yes / No) oEconomically Disadvantaged Woman Owned Small Business(Yes / No) o8(a) Certified(Yes / No) oHUBZone Certified(Yes / No) oVeteran Owned Small Business(Yes / No) oService Disabled Veteran Small Business(Yes / No) *All interested contractors must be registered in SAM in order to be eligible for award of Government contracts. The government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. •A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). •Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data. •Please provide a statement to acceptability of the following proposed non-commercial provisions and clauses, as they are determined to be consistent with customary commercial practice. oFAR 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government (Sept 2006) oFAR 52.204-4, Printed or Copied Double Sided on Recycled Paper (May 2011) oFAR 52.204-7, System for Award Management (Oct 2016) oFAR 52.211-6, Brand Name or Equal (Aug 1999) oFAR 52.229-3, Federal, State, and Local Taxes (Feb 2013) oFAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) oFAR 52.233-2, Service Protest (Sept 2006) oFAR 52.242-13, Bankruptcy (Jul 1995) oFAR 52.247-34, F.O.B. Destination (Nov 1991) oFAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) oFAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) oFAR 52.252-5, Authorized Deviations in Provisions (Apr 1984) oFAR 52.252-6, Authorized Deviations in Clause (Apr 1984) oDFARS 252.203-7002, Requirement to inform Employees of Whistleblower Rights (Sept 2013) oDFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992) oDFARS 252.209-7004, Subcontracting with Firms That Are Owned or - Controlled by the Government of a Terrorist Country (Oct 2015) oDFARS 252.225-7002, Qualifying Country Sources as Subcontractors (Dec 2012) oDFARS 252.225-7048, Export Controlled Items (June 2013) oAFFARS 5352.201-9101, Ombudsman (June 2016) oAFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances(ODS) (Nov 2012) oAFFARS 5352.223-9001, Health and Safety on Government Installation (Nov 2012) oSTMNT NBR 12: Level I Antiterrorism (AT) Awareness Training ATTENTION small business respondents who are interested in submitting a proposal as the prime contractor for this effort: No set aside decision has been made; however, the Air Force is contemplating setting this acquisition aside for Small Businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of performing at least 50% of the entire scope of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. The clause reads, in part, as follows: "Limitations on Subcontracting (Nov 2011)... (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for - (1) Services (except construction). At least 50 percent of the cost of contract Performance incurred for personnel shall be expended for employees of the concern... ". Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. ATTENTION all potential respondents: The acquisition strategy for this program has not been finalized. If this acquisition is not set aside for small business, it is anticipated that the contract may contain a small business utilization requirement. Please provide feedback on the requirement and what areas are likely candidates for SB subcontracting. Part II. Capability Survey Questions 1.Is your firm registered in the System for Award Management (SAM), formally known as Central Contractor Registration (CCR)? In accordance with federal regulations, all contractors doing business with the federal government must be registered in the SAM database. 2.Describe briefly the capabilities of the nature of the services you provide. 3.Describe your company's past experience on previous with similar services. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). 4.Are there specific requirements in the documentation that we provide that would currently preclude your product/service from being a viable solution to our requirement? 5.Are there established market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. If your company is interested, e-mail your responses to joy.hyde@us.af.mil. E-mail responses should be received no later than 14 days after the issuance of this notice. Direct and succinct responses are preferred. Marketing materials are considered an insufficient response. Also, please mail two original signed copies of your response, on or before the same date, to: AFLCMC/PZIBC, Bldg. 1, Room 109 Attn: Joy Hyde 1940 Allbrook Dr. Wright-Patterson AFB OH 45433-5344 (937) 522-4581 RESPONSE FORMAT INSTRUCTIONS: Be advised that all correspondence sent via e-mail shall contain a subject line that reads "TLD Badges". If this subject line is not included, the e-mail may not get through e-mail filters at Wright-Patterson AFB. Filters are designed to delete emails without subject lines or with suspicious subject lines or contents. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc, or.xls documents are attached to email. Responses are limited to ten (10) pages and may be submitted electronically to the following email address: joy.hyde@us.af.mil. RESPONSE DUE DATE: RESPONSE DUE DATE: Responses are due no later than 3:00 pm, EST. Thursday, January 18th 2018 and should be sent to joy.hyde@us.af.mil. Primary Point of Contact: Joy Hyde, Contract Specialist, joy.hyde@us.af.mil Phone: (937) 522-4555 Contracting Office Address: 1940 ALLBROOK DRIVE WRIGHT-PATTERSON AFB, Ohio 45433-5309 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA860118R0022/listing.html)
 
Place of Performance
Address: Wright Patterson AFB, Dayton, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04782789-W 20180107/180105231000-5db1f84fb2d8a024756a5f4035168990 (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.