Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2003 FBO #0640
SOLICITATION NOTICE

58 -- Radiation Detection Backpack

Notice Date
7/30/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
DTCG23-03-Q-OPD03
 
Response Due
8/13/2003
 
Archive Date
8/28/2003
 
Point of Contact
Pam Bible, Contracting Officer, Phone 202-267-2188, Fax 202-267-4019,
 
E-Mail Address
pbible@comdt.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance (IAW) with the format in Federal Acquisition Regulation (FAR) Part 12.6, as supplemented with additional information included with this notice. This commercial item acquisition is being conducted IAW FAR Part 13.106-2 and 13.5. A written solicitation will not be issued. This announcement constitutes the Request for Quote (RFQ). The solicitation number is DTCG23-03-Q-OPD03. The RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-15 Correction. This RFQ is a Small Business set-aside. The applicable NAICS is 334516 and the small business size standard is 500 employees. The Coast Guard (CG) will issue a single Indefinite Delivery/Indefinite Quantity IDIQ. The IDIQ contract will be effective for 60 months starting as of the date of award. The minimum guarantee is $300,000 and the maximum value of the contract is $5,000,000. The IDIQ will include firm-fixed-prices for Radiation Detection Back Packs. The CG requirements are as follows. The sensor must allow USCG personnel to search for and locate concealed sources of radioactive and special nuclear materials that could be used in either a radiological dispersion device (RDD) or an improvised nuclear device (IND). The device must be designed to allow USCG personnel to quickly detect and locate a radiation threat in an unpredictable natural radiation background. When gamma rays or neutrons are detected at levels above the natural background the device must quickly alert the operator. Users should be able to operate the sensor with minimal training and/or experience. User should be able to pick up the monitor, use it, only replace batteries and not have to worry about maintenance such as calibration or replacement of sensors. The primary intended use of these detectors is to serve as a means to search large areas, detect and locate sources of radioactive material by USCG personnel while conducting typical USCG missions. The projected operating environment (POE) includes extremely harsh maritime conditions as well as many different types of vessels including but not limited to cargo (break-bulk, bulk, container, etc.), passenger, fishing, and private recreational vessels. Environmental conditions also include high noise, high vibration, wide and constantly changing temperature and humidity. The maritime environment also presents many sources of electro-magnetic interference (EMI) as well as unusual levels of natural background radiation. In addition to other parameters, the offered detector must be able to minimize false alarms that may be caused by EMI and or unusual natural background. USCG operations often require climbing; as such the detector must be lightweight and compact. Any control or display must be configured to provide the operator with easy access while the detector is worn on the operator’s back. The carrying pack should be padded and ergonomically designed to minimize fatigue of the user. When worn, the pack must minimize interferences to USCG personnel while maneuvering through a vessel. CG personnel ranging from highly skilled technical experts to our least experienced, most junior personnel will use this sensor. The training required to proficiently operate the sensor must be of minimal impact to the CG. Performance Specifications are as follows: 1. Features/Functions:1.1. Detect the presence of thermal neutron radiation and gamma rays at levels above the natural background in large areas,1.2. Detect the presence of gamma rays; 2. Physical Characteristics: 2.1. Capable of operating in harsh marine environmental conditions, 2.2. Lightweight and compact, minimize interference to USCG personnel movements and agility during the performance of duties, 2.2.1. Desired weight – less than 15 lbs, 2.2.2. Desired dimensions-approximately 15 inches wide, 20 inches tall, 12 inches thickness, 2.3. Waterproof and padded to limit damage and interference from vibration and incidental impacts, 2.4. Power supply – battery, 2.4.1. Battery lifetime – equal to or greater than 40 hours of continuous use, 2.5 Alarms, 2.5.1. The detector must have a minimum of two (2) means of alarm to include visual and audible, 2.5.2. Alarms should be easily seen and heard, even when hearing protection by user and others around them; 3. Sensor: 3.1 Gamma detector – Cesium Iodide scintillator, 3.2 Neutron detector – Helium-3, 3.3 Response time – less than one (1) second, 3.4 Operating temperature range-greater than or equal to 5°F to 120°F, 3.5 Storage temperature range – (greater than or equal to) -10°F to 120°F, 4. Lifespan/Maintenance/Warranty: 4.1 Sensor to function for minimum of two years, 4.2 Zero maintenance other than battery change out, 4.3 Desired warranty is two years 4.4 Warranty coverage should include, but not be limited to defects in parts and/or workmanship and failures occurring during the course on normal and intended use; 5. Training-Vendor must provide instruction and training on the proper use and maintenance of the detector. Offerors must provide Firm Fixed Unit Price for the Radiation Detection Back Pack. The estimated quantity over the life of the contract is 95 units. The Government desired delivery is 30 days after receipt of a order (ARO). Required delivery is 90 days ARO. Interested parties may obtain a comprehensive list of anticipated delivery destinations by faxing a request to (202) 267-4019, ATTN: Pamela Bible, or may e-mail a request to pbible@comdt.uscg.mil. Inspection shall be in accordance with FAR 52.247-34 --F.O.B. Destination. Packing and packaging shall be in accordance with commercial practice to assure delivery at destination. Provision 52.212-1, Instructions to Offerors — Commercial, applies to this acquisition. Offerors attention is drawn to (10) past performance. Contractors should provide past performance information on contracts in which the intended use of the item was in a maritime environment. Past performance data is limited to three contracts. Offerors should submit warranty information, as well as appropriate information on the prices at which the same item or similar items have previously been sold, adequate for determining the reasonableness of the price. Quotes may be submitted via email, facsimile or mailed. If mailed, please include 2 copies of your quote. A comparative evaluation of quotes will be conducted on Technical, Past Performance and Price. Technical is more important than past performance and price. Past performance and price are equal in importance. Total evaluated price will be calculated by multiplying unit prices by the total estimated quantity of 95. Offerors must include a completed copy of provision 52.212-3, Offeror Representations and Certification-Commercial Items Alt I, with their quote. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, is incorporated by reference into the solicitation. The following clauses are incorporated by reference as addenda to 52.212-4: 52.216-18 (insert “date of contract award through contract expiration”); 52.216-19 (insert “$300,000, $5,000,000, $5,000,000, 30 days, 10 days”); 52.216-22 (insert “180 days after contract expiration.”). Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is incorporated by reference into this solicitation. The following FAR clauses cited in 52.212-5(b) are applicable to this contract: 1;5; 11;12;13;14;15;16;17;18;21;22;24. The 52-519-6 is incorporated by reference as addenda to 52.212-5. Quotes are due no later than 2:00 p.m. on August 13, 2003 in Room 5222 at the address listed above. An electronic version of the synopsis may be requested via email. It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve them, where possible, without expensive and time-consuming litigation. Potential offerors who believe that a Coast Guard solicitation is unfair or otherwise defective should first direct their concerns to the cognizant Contracting Officer. If the Contracting Officer is unable to satisfy the concerns, the offeror should then contract the Coast Guard Solicitation Ombudsman at the following address: Commandant (G-CPM-S/3)/2100 Second Street, SW/Washington, DC/20593-000l/Ph: (202) 267-2285, Fax: (202) 267-4011. Potential offerors should provide the following information to the Ombudsman in order to ensure a timely response: solicitation number, contracting office, Contracting Officer, and the solicitation closing date. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (30-JUL-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 29-AUG-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/GACS/DTCG23-03-Q-OPD03/listing.html)
 
Record
SN00417062-F 20030831/030829223627 (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.