Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2003 FBO #0591
SOLICITATION NOTICE

66 -- Personnel Contamination Monitor (PCM)

Notice Date
7/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
NA1341-03-Q-0654
 
Response Due
7/25/2003
 
Archive Date
8/9/2003
 
Point of Contact
Joni Laster, Purchasing Agent, Phone 301-975-8397, Fax 301-975-8884, - Patrick Staines, Contract Specialist, Phone (301)975-6335, Fax (301)975-8884,
 
E-Mail Address
joni.laster@nist.gov, Patrick.Staines@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 is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-14.*** The associated North American Industrial Classification System (NAICS) code for this procurement is 339111 with a small business size standard of 500 employees. However this requirement is unrestricted and all interested Contractors may submit a quote.***The National Institute of Standards and Technology requires One (1) Personnel Contamination Monitor (PCM).***All interested offerors shall provide a quote for the following: LINE ITEM 0001: One (1) Personnel Contamination Monitor (PCM) for radioactive surface contamination over a worker's body while the worker stands inside for detecting beta contamination in a two-step process. The Personnel Contamination Monitor (PCM) shall meet or exceed the following specifications:(1) PCM shall automatically detect the presence of beta emitting contamination on clothes and exposed skin of person while he is standing in the unit. PCM should have its own computer (internal or external to the unit) to control unit operations, troubleshooting, calibration and service; (2) The detectors on PCM shall be sealed gas-proportional detectors. The detector windows shall be of a thin, industry standard type material such that detection of low energy betas is permitted, i.e., C-14 Detectors shall be provided w/mesh type protective screens with at least 65% open space for detection; (3) PCM shall be able to detect 5000 dpm/100 cm2 of Cs-137, at 1 inch from any detector, with a 90% probability of detection and a 0.1% false alarm rate with a maximum of 10 seconds/side count in normal background of 20 microR/hr; (4) A hand-held frisker detector probe of the same type detector with a local readout and alarm shall be incorporated or attached to the PCM to allow for detailed frisk type surveys in the event of a contamination alarm from PCM; (5) For setup/calibration the unit shall include a method for entry and selection of all operating and test parameters, and shall be shown on a video display. At a minimum this includes: adjustment of the high voltage (i.e. computer controlled); Calibration/maintenance utilities to permit user to perform automatic detector plateaus, view background count rates, perform efficiency determination, generate calibration reports; user selectable parameters for count time, false alarm rate, and confidence factor for probability of detection; a key switch or password shall prevent unauthorized entry to the test mode, if key is used, a minimum of 2 shall be supplied; (6) PCM shall have contoured monitoring surfaces to conform to body shape and minimize distance between body and detector window and shall have not less than 9000 cm2 of active monitoring area in each step. Detection area shall include the whole body, i.e., head/face, arms, hands (palm and back side), complete torso, legs, feet. PCM shall be capable of detecting contamination on bottom, top, sides of shoes. Detection area shall be divided into a minimum of 20 separate counting zones to allow for identification/localization of contaminated areas; (7) Detector counting electronics and software shall perform sum zone logic to the results permitting contamination monitoring for widely distributed contamination based on the summed results of several adjacent detectors. User selectable confidence levels/false alarm rates shall be permitted; (8) PCM design shall have sensors to ensure worker's body surfaces being monitored are close enough to the monitoring detector to ensure accuracy of results. Sensors shall not have any moving parts. Signal/Voice prompt instruction shall be provided to alert the user of improper positioning. The measurement shall be suspended until the proper position has been achieved. PCM shall provide audible/visual alarm with alarm and voice instruction when contamination is detected. It shall have user selectable alarm set points for each detector; (9) User shall be able to select PCM operational mode as either using a fixed count time w/varying sensitivity depending on background or using a fixed sensitivity w/varying count time depending on background; (10) PCM shall automatically compensate for varying gamma dose rate background. This feature shall be user adjustable/selectable and automatically monitored and controlled by the unit. Background update times shall be selectable and a rolling average shall be used for internal alarm and count time decision-making logic. The unit shall compensate for the reduced background with a user in the instrument. There shall be a software utility to automatically determine this reduction. User selectable confidence levels and false alarm rates shall be permitted; (11) The unit shall perform self tests w/user selectable parameters to establish whether or not the operating parameters can be met. If user selected operating parameters cannot be met in the given instrument condition, i.e. an intermittent high background, then the PCM shall place itself OUT OF SERVICE. Once conditions have changed so that the operation within the set parameters is achieved, the unit shall automatically return to service. All such changes in status shall be monitored/recorded by the internal system and/or connected pc; (12) PCM shall be capable of automatically compensating for varying Radon backgrounds levels as well as identifying and reporting the possible presence of Radon contamination. This feature shall be user adjustable/selectable and be automatically monitored and controlled by the unit; (13) PCM shall have keyboard/printer/LCD/CRT connections under key lock on front of unit or easily accessible in the case where the back of the unit is blocked or not accessible; (14) PCM shall allow for routine maintenance to be done from the front and/or sides when access to the rear is blocked or inaccessible; (15) PCM shall identify/display/generate a report (in electronic or paper form) describing level of contamination and region on the worker where contamination was detected. Unit shall record contamination-monitoring results showing time/date. The unit shall also be able to generate plateau reports for each detector and setup and calibration parameters for the unit; (16) PCM shall be capable of communicating system status, alarm condition and other parameters to a remote computer. Communications over LAN using standard Ethernet twisted pair connection and TCP/IP protocol shall also be supported; (17) PCM shall have an optional capability of inputting personnel IDs via keyboard or swipe card; (18) PCM shall display instructions/messages/contamination data on a color LCD screen. A feature shall permit the user to enter site-specific instructions and information for alarm conditions. This shall be permitted through a user-friendly interface such as directly using an attached keyboard or computer link; (19) PCM shall have self-diagnostic software incorporating a 'real time' rate meter reading for each detector; (20) All surfaces of the unit shall be capable of decontamination with industry standard cleaning agents and materials; (21) PCM shall have a maximum footprint of 40"x40" and a maximum height of 90". It shall be designed/fabricated of sufficient ruggedness to allow continuous operation. These units are never turned off once placed in service and should perform within the above specification for a term of use on the order of years without any expected component failure; (22) 2 complete sets of manuals shall be provided. At a minimum they shall include calibration and operating procedures, troubleshooting and component replacement procedures, and circuit schematics. A nonvolatile memory shall be used to preserve system parameters. All electronics shall be located internal to the unit requiring no external cabling or additional installation. The unit shall have a mode available to enable one person to use a source to alarm the detectors without the aid of any special holders or equipment and (23) PCM shall operate from 120V AC, 10 amps, and single-phase power source. Battery backup and surge protection shall be provided with unit. LINE ITEM 0002: On-site installation, initial testing and calibration and training for setup/use/calibration shall be provided. LINE ITEM 0003: Warranty- PCM shall have a one-year warranty on all parts and labor for a period of one-year from date of installation. The warranty shall include the detectors (window punctures may be excluded). ***The Contractor shall state the warranty coverage provided for all line items. ***Delivery shall be provided no later than 90 days after receipt of an order and shall be FOB Destination. As defined in the Federal Acquisition Regulation, (FAR), FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. ***Award shall be made to the offeror whose quote offers the best value to the Government, technical, past performance& price will be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance and 3) Price. Technical capability and past performance shall be more important than price. Evaluation of Technical Capability will be based on the information provided in the quotation. Offerors shall include product literature, which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Past Performance will be evaluated to determine the overall quality of the product & service provided by the Contractor. Evaluation of Past Performance shall be based on the references provided and/or the offerors recent and relevant procurement history with NIST or its' affiliates.***The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. ***The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: (13) 52.222-3, Convict Labor; (14) 52.222-19 Child Labor - Cooperation With Authorities And Remedies; (15) 52.222-21, Prohibition of Segregated Facilities; (16) 52-222-26, Equal Opportunity; (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (18) 52.222-36, Affirmative Action for Workers with Disabilities; (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (22) (i) 52.225-3 Alternate I, Buy American Act - North American Free Trade Agreement - Israeli Trade Act (34) 52.225-13 Restriction on Certain Foreign Purchases and (40) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration . Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm.***All offerors shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001; 2) Two (2) copies of technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); 5) For the purpose of evaluating Past Performance, provide a list of three (3) contracts/purchase orders completed during the past three years for similar requirements with the following information: Name of contracting activity, contract number, contract type, total contract value, contracting office and telephone number, and program manager and telephone number; and 6) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far.***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Joni L. Laster, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. ***Submission shall be received by 3:00 p.m. local time on July 25, 2003. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Purchasing Agent (Joni Laster) @ joni.laster@nist.gov. FAXED/ELECTRONIC QUOTES WILL NOT BE ACCEPTED. ***
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NIST/AcAsD/NA1341-03-Q-0654/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland
Zip Code: 20899
Country: USA
 
Record
SN00370156-F 20030713/030711221308 (fbodaily.com)
 
Source
FedBizOpps.gov 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.