Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 23,1999 PSA#2373

NASA/Goddard Space Flight Center, Code 215, Greenbelt, MD 20771

99 -- REMOVAL AND DISPOSAL OF SELF-CONTAINED IRRADIATOR AND INSTALLATION OF SELF SHIELDED COBALT 60 IRRADIATOR SOL RFO5-06615-229 POC Suzanne Shaw, Contract Specialist, Phone (301) 286-4242, Fax (301) 286-1720, Email tshaw@pop200.gsfc.nasa.gov -- Elizabeth Austin, Contracting Officer, Phone (301)286-6843, Fax (301)286-1720, Email Elizabeth.J.Austin.1@gsfc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/GSFC/date.html#RFO5-06615-229. E-MAIL: Suzanne Shaw, tshaw@pop200.gsfc.nasa.gov. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Offer (RFO) for the removal of one (1) self contained irradiator from the Goddard Space Flight Center (GSFC). All permits and shipping containers necessary to take ownership of the radioactive material and container for reuse or disposal must be obtained in accordance with the regulations under the Nuclear Regulatory Commission (NRC). Also to provide, install, test, and certify quantity one (1) new self shielded, Cobalt 60 Irradiator, as per the enclosed Salient Specifications, and all pertinent NRC regulations. The following are the salient specifications that must be met in order to provide a product that meets the needs of the GSFC: Theirradiator must meet NRC requirements for a panoramic irradiator; special form criteria of 49CFR173.469; IAEA Safety Series #6; E-43434 of ANSI N 542; ISO 2919. The maximum background level, in shielded (or retracted) position is 5mR/hr at 30 cm from the surface of the housing. The minimum intensity is 300R/sec after 10 years. The range of intensity is 300R/sec -- 01R/sec. The minimum area of uniform intensity (+0%-10%) vs dose rate, after 10 years, is 6.5" x 7" at 300R/sec, 10" x 16" at 10R/sec, 10" x 16" at 1R/sec, 10" x 16" at .1R/sec, and 10" x 16" at .01R/sec. The center of the area is to be located 21.5" above the present false floor, and to project horizontally. The new irradiator will be located, collimated, and shielded such that the background during full exposure of the new irradiator, in the present irradiator areas, will not exceed 1R/min at 7' from and perpendicular to the present shutter face. The interface requirements with the present irradiator control and safety system are power, 115 VAC at approximately 1200W, hydraulic system air, 80 PSI at 2FPM maximum, 36" maximum base diameter, 144" maximum height above the floor. The following are the emergency requirements: The source must return to the shielded position by gravity. It may be assisted by a spring with the power off. The source can be pushed to return by additional over pressure in the hydraulic system. All test boards within the tunnel are to be removed by redundant mechanical drawer. The emergency shutter can be redundantly activated to allow access to sources in the up position. Levels around irradiator with emergency shutter in place not to exceed 5mR/hr at 30 cm. The provisions and clauses in the RFO are those in effect through FAC 97-11. This procurement is a total small business set-aside. See Note 1. The SIC code and the small business size standard for this procurement are 3844 and 500 employees respectively. The offeror shall state in their offer their size status for this procurement. All qualified responsible business sources may submit an offer which shall be considered by the agency. Delivery to the GSFC is required within 160 days after contract award. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 4:00 P.M. on July 9, 1999 to the GSFC, Bldg 11, Room S215C, Attn: Suzanne Shaw, Code 215, Greenbelt, MD 20771 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a offer. Offerors shall provide the information required by FAR 52.212-1. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALE TO THE GOVERNMENT, 52.203-10 PRICE OF FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY, 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS AND SMALL DISADVANTAGED BUSINESS CONCERNS, 52.219-14 LIMITATION ON SUBCONTRACTING, 52.222-26 EQUAL OPPORTUNITY, 52.222-35 AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA VETERANS, 52.222-36 AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS, 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA, 52.225-3 BUY AMERICAN ACT-SUPPLIES, 52.223-3 HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA, 52.223-7 NOTICE OF RADIOACTIVE MATERIALS, 52.223-13 CERTIFICATION OF TOXIC CHEMICAL RELEASE REPORTING, 52.223-14 TOXIC CHEMICAL RELEASE REPORTING. NASA FAR SUPPLEMENT CLAUSES 1852.215-84 OMBUDSMAN**Insert "Mr. William F. Townsend, (301) 286-8764" and "Before consulting with any ombudsman, interested parties must try to resolve their concerns with the Contracting Officer." 1852.223-70 SAFETY AND HEALTH, 1852.223.73 SAFETY AND HEALTH PLAN, and 1852.246-72 MATERIAL INSPECTION AND RECEIVING REPORT. Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product offered meets the Government's requirement. Award will be based upon the overall best value to the Government, with consideration given to the factors of proposed technical merits, price, past performance, and the ability to meet the salient specifications of the requirement. Unless otherwise stated in the solicitation, for selection purposes, technical, price, and past performance are essentially equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). A complete proposal must include detailed literature regarding the commercial item, a safety and health plan, and a minimum of three (3) references for past performance purposes. The name, address, telephone number, contract number, and a point of contact must be given for each reference. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items with their offer. These may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/. These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See Internet Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://procurement.nasa.gov/EPS/GSFC/class.html [REPLACE "GSFC" WITH THE GSFC'S ABBREVIATION] Potential offerorswill be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Posted 06/21/99 (D-SN345136). (0172)

Loren Data Corp. http://www.ld.com (SYN# 0350 19990623\99-0002.SOL)


99 - Miscellaneous Index Page