Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 28, 2001 PSA #2797
SOLICITATIONS

66 -- HAND AND FOOT RADIOACTIVE CONTAMINATION MONITOR SYSTEM

Notice Date
February 26, 2001
Contracting Office
National Institute of Standards & Technology, Acquisition & Assistance Div.,100 Bureau Drive Stop 3572, Bldg. 301, Rm B117, Gaithersburg, MD 20899-3572
ZIP Code
20899-3572
Solicitation Number
01-354-1600
Response Due
March 12, 2001
Point of Contact
TAMARA GRINSPON, Contract Specialist, (301) 975-4390, Anita K. Tolliver, Contracting Officer, (301) 975-6308
E-Mail Address
NIST Contracts Office (Contract@nist.gov)
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED.*****This solicitation, #01-354-1600, is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20.*****The associated North American Industry Classification System (NAICS) code for this procurement is 334511, and the small business size is 500 Employees.*****The National Institute of Standards and Technology (NIST) has a requirement for a quantity of two (2) Hand and Foot Radioactive Contamination Monitors with State-of-the-Art PC-based Components, Background Correction Algorithms, and Remote Alarm Notifications Systems. These shall be used at the NIST Reactor Building to monitor and clear individuals leaving areas where radioactive materials are used.*****Quoters shall address ALL the following specifications/requirements in order to be considered for award: ***(1) Systems quoted shall be commercial, off-the-shelf, turn-key systems;***(2) The detectors shall be beta sensitive and capable of suppressing externally the gamma background that is mostly due to either Ar-41 or Co-60. Background suppression may be accomplished with a combination of detector design and/or integral shielding;***(3) The detectors shall cover at least 250 sq. cm for each location (for each hand or foot) and allow for an open area where transmission is not impeded by grids or supports of at least 58 percent. The mesh on the grid shall be tight enough to prevent the detectors from being ruptured by small objects, such as a dropped pen;***(4) The monitor shall be capable of detecting contamination of S-35 with maximum beta energy of 0.167 MeV. Other contamination isotopes that the system shall be capable of detecting include Na-24, Co-60, Cu-64, Zn-65, Ag-110m, or Cs-137 (beta energies: 0.167, 1.39, 0.314, 0.573, 0.327+, 0.53, and 0.514 MeV, respectively). The monitor shall have a minimum efficiency of 10% for a point source of Co-60;***(5) The monitor shall be capable of alarming for performance testing with 0.01 uCi of Sr/Y-90 and 0.1 uCi of Cs-137 within a reasonable counting time (less than 30 seconds), while operating in a variable external gamma background condition up to 2 mrem/hr (range 0.005 to 2 mrem/hr);***(6) The monitor shall automatically sense the presence of the user and start the counting sequence. NOTE: Manual buttons or switches that must be pushed by the user will NOT satisfy this requirement;***(7) The monitor shall include a frisking probe with alarming capabilities for checking tools, equipment, wheels on carts, and other items. Cable lengths shall be capable of satisfying these tasks;***(8) The frisking probe shall provide a means (audible or visual) of gauging the response while the user cannot directly view the main display on the monitor unit;***(9) The monitor shall have both audible and visual indication of an alarm and location of the detector originating the alarm;***(10) The monitor shall include connections to allow for remote alarm notifications;***(11) The monitor shall include provisions for a printout (i.e. a printer port), or easily readable computer file, indicating alarm and usage history for review by NIST Health Physics staff;***(12) The monitor shall be PC-based to allow easy upgrade of the program and supporting files (such as audio WAV files, on-screen instructions, etc.) as needed;***(13) The controlling algorithm shall include alarm point settings, calibration efficiencies, and readout units that may be adjusted by NIST Health Physics staff;***(14) The algorithm shall include maximum count time settings that are selectable by NIST Health Physics staff;***(15) The algorithm shall include an automatic background update to correct the active count;***(16) The monitor shall include provisions for the user to save the background, usage, and maintenance history to a computer file or print out while the monitor remains available for normal contamination monitoring. The algorithm shall include a mode to automatically and periodically transmit this data to an external PC, a computer disk, or a printer, unless the system stores the data internally in an easily-retrievable and readable manner;***(17) The monitor shall be designed for easy access for decontamination and repair;***(18) The monitor shall automatically reset to the user-specified parameters and return to service following any power interruptions;***(19) The monitor shall be designed to minimize operating and maintenance requirements. Sealed proportional detectors (instead of gas flow) shall be used to meet this requirement;***(20) Quoters shall provide a minimum warranty of one year on all parts and labor, also including technical support during that period;***(21) Quoters shall provide, within two (2) months after delivery of the systems, support personnel, for one day or as needed, on site (at NIST, Gaithersburg, Maryland), to train NIST HP staff during the set-up, initial calibrations, and initial usage of the systems at NIST;*** (22) Quoters shall provide detailed operations and maintenance manuals for the models purchased. Manuals shall include operating, calibration, and repair procedures, algorithm instructions, and hardware schematics;***(23) Quoters shall provide a list of suggested spare parts inventories (to be maintained by NIST personnel for the systems to be purchased), including current prices, and current estimated delivery times;*** (24) Quoters shall provide four (4) references to whom comparable Hand and Foot Radioactive Contamination Monitors with state of the art PC-based components -- preferably for similar applications -- have been sold over the past five (5) years, including organization name, point of contact, phone number, and fax number for each.*****Delivery is required within six (6) months after receipt of purchase order (ARO).*****The FOB point shall be DESTINATION, Gaithersburg, MD.*****Quotations will be evaluated in accordance with Federal Acquisition Regulation (FAR) Subpart 13.106-2-Evaluation of quotations or offers. Award will be made based on vendors' (A) Technical Capability to Meet Specifications (vendors shall address all specifications, and shall provide indication of understanding and ability to meet requirements); (B) Past Performance/Experience (vendors shall provide four (4) references to whom comparable Hand and Foot Radioactive Contamination Monitors with state of the art PC-based components -- preferably for similar applications -- have been sold over the past five (5) years, including organization name, point of contact, phone number, and fax number for each); and (C) Price. (A) and (B), when combined, are more important than (C).*****The Government anticipates awarding one purchase order resulting from this combined synopsis/solicitation to the responsible vendor whose quotation, conforming to this synopsis/solicitation, will offer the BEST VALUE to the Government, price and other factors considered.*****Vendors shall address all requirements in this combined synopsis/solicitation, and shall provide clear evidence of understanding and the ability and willingness to comply with the Government's specifications of need. Failure to address a specification/requirement will be construed by the Government as inability to meet the need, or the vendor's taking exception to it.*****All vendors are to include with their quotes, a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items, which may be downloaded from www.arnet.gov .*****The following Federal Acquisition Regulation (FAR) provision applies to this solicitation: 52.212-1, Instructions to Offerors-Commercial; ***** The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.*****The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, including subparagraphs (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; (17)(ii) Alternate I of 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program; (22) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration.; and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at http://oamweb.osec.doc.gov/conops/reflib/alp1296.htm All interested, responsible firms should submit quotes (Original Plus One Copy Of Quote and Enclosures), by 3:00 PM, Washington DC time, on MARCH 12, 2001, to the National Institute of Standards and Technology, Acquisition and Assistance Division, ATTN: TAMARA GRINSPON (01-354-1600), Building 301, Room B117, 100 Bureau Drive STOP 3572, Gaithersburg, Maryland 20899-3572. Faxed quotes will NOT be accepted. Copies of above-referenced clauses are available upon request.
Web Link
NIST Contracts Homepage (http://www.nist.gov/admin/od/contract/contract.htm)
Record
Loren Data Corp. 20010228/66SOL005.HTM (W-057 SN50E638)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on February 26, 2001 by Loren Data Corp. -- info@ld.com