Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2003 FBO #0604
SOLICITATION NOTICE

66 -- Gas Flow Alpha/Beta Counter

Notice Date
7/24/2003
 
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
SB1341-03-Q-0715
 
Response Due
8/7/2003
 
Archive Date
8/22/2003
 
Point of Contact
Erin Hawley, Contract Specialist, Phone 301-975-6304, Fax 301-975-8884, - Carol Wood, Contract Specialist, Phone 301-975-8172, Fax 301-975-8884,
 
E-Mail Address
Erin.Hawley@nist.gov, carol.wood@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 2001-14. ****The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is unrestricted and all responsible Parties may submit a quote. ****The National Institute of Standards and Technology (NIST), has a requirement for one (1) Gas Flow Alpha/Beta Counter to be used by NIST?s Ionizing Radiation Division to measure very low-activity level prepared alpha and beta sources. All interested parties shall provide a quote for the following line item: ****LINE ITEM 0001: Quantity one (1) each Gas Flow Alpha/Beta Counter with the following required elements and specifications: **115V, 60 Hz Electrical Power; **Greater than, or equal to, 12 low background alpha/beta P-10 gas-flow detectors with greater than, or equal to, 2 inch windows and guards detectors; **Independent, reproducible locking sample trays to accommodate planchet carriers for 2-inch nominal diameter planchets; **Uniformity of detector response better than plus or minus 5 percent over 90 percent of window area; **Stability of detectors response should not vary by more than 0.2 percent over 4 week time period; **Alpha background less than 0.1 counts per minute; **Alpha efficiency greater than 35 percent; **Alpha plateau less than 1.5 percent slope per 100V; greater than, or equal to, 800V-long plateau with less than1 percent beta in alpha channel; **Beta background less than or equal to 0.5 counts per minute; **Beta efficiency greater than, or equal to, 55 percent for yttrium- 90, greater than, or equal to, 45 percent for strontium- 90; **Beta plateau less than 1.5 percent slope per 100V; greater than, or equal to, 200V-long plateau with less than 2 percent alpha in beta channel; **Multi- Channel Analyzer multiplexer system for routing signals from the detectors. Each detector subsystem must contain a completely independent counting electronics module for each sample detector. Each detector channel must use pulse height discrimination to differentiate between pulses generated by alpha and beta emissions. Each detector channel must independently accumulate alpha and beta detector pulses; **Individual preamp/amp for each detector and guard; **Independent high voltage supply and controls for detector and guard system; **Two counting modes: alpha and beta in two separate channels, and beta only; **Fully independent control of every detector in hardware and software, including discriminator adjustment; **Fully integrated PC Y2K compliant control software for data management of each detector and guard to run the system; **User defined count sequence and reporting units and formats; **Automatic and manual background subtraction per detector; **Count time in minutes and seconds to 9999 min. 59 seconds; **Better than 0.002 percent time base accuracy; **Dead time corrected data collection, and less than 1.5 percent dead time loss at 500,000 counts per minute; **Counting parameters and sample data output in Quattro Pro and Excel accessible format; **Auto-high voltage plateau generation per detector; **Individual backgrounds and efficiencies for each detector; **Attenuation (mass) correction for each detector; **Pentium control PC, Super Video Graphics Array (SVGA) color display, CD ROM, floppy drive, hard disk, clock/calendar, and graphics printer; **Expandable to add stacked or distributed detector systems; **Vertical mounting racks to accommodate all detectors; **Easy access to detector systems for maintenance; **Replaceable Detector and Guard windows; **Gas distribution system, gas-flow monitor to detect P-10 low gas pressure and auto shutdown for high voltage supply components; **Modular electronics for easy access and removal for maintenance; **Virgin lead shielding; **On-site installation to appropriately place equipment on lab bench, install modular units, connect peripherals, install software, and confirm proper operation of hardware and software; ** 1 day training involving a minimum of four hours of on-site training for four people; **Operation/set-up manual; ** One (1) year on-site warranty covering all parts and labor. ****DELIVERY SHALL BE FOB DESTINATION and shall be completed in accordance with the Contractor?s commercial schedule. 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 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 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. ****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, when combined, are more important than Price. ****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. ****Past Performance will be evaluated to determine the overall quality of the product and service, provided by the Contractor. Evaluation of Past Performance shall be based on information obtained from the references provided IAW FAR 52.212-1(b)(10) and/ or information provided by NIST or its? affiliates. Quoters shall provide a list of at least THREE (3) REFERENCES to whom the same or similar products have been sold. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. ****The following provisions and clauses apply to this acquisition: Provisions: 52.212-1, Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. Clauses: 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) 52.212-3 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; (21) (i) 52.225-3, Buy American Act?North American Free Trade Agreement?Israeli Trade Act (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note)with Alternate I; (24) 52.225-13, Restrictions on Certain Foreign Purchases; (30) 52.232-34, Payment by Electronic Funds Transfer?Other than Central Contractor Registration; and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at www.nist.gov/admin/od/contract/agency.htm. ****All Parties shall submit the following: 1) Two (2) copies of a quotation which addresses all Line Items; 2) Technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); and 5) 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 should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Erin M. Hawley, Building 301, Room B175, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. ****Submission must be received by 3:00 p.m. local time on August 7, 2003. FAXED AND EMAILED QUOTATIONS SHALL NOT BE ACCEPTED.
 
Place of Performance
Address: NIST, 100 Bureau Drive, Building 301 Shipping and Receiving, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00381693-W 20030726/030724214357 (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.