SOLICITATION NOTICE
66 -- Gamma Survey System
- Notice Date
- 6/13/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- Environmental Protection Agency, Emergency Response Service Center, 1200 Pennsylvania Ave., Nw, Washington, DC 20460
- ZIP Code
- 20460
- Solicitation Number
- RFQ-DC-05-00224
- Response Due
- 6/20/2005
- Archive Date
- 7/20/2005
- Description
- NAICS Code: 334519 NAICS Code: 334519. RFQ-DC-05-00224 - Gamma Survey System Request for Quotes. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 through FAC 2005-03, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and an additional written solicitation will not be issued. It is the Government's intent to award a Purchase Order for one unit by June 30, 2005 to the vendor whose quote provides the best value to the Government. The Government has the potential need for more units in the near future. This requirement includes the option to purchase up to three additional units through June 30, 2006 for the requirement listed below. Include in the quote package the pricing for all potential units. This procurement request relates to the Environmental Protection Agency's (EPA's) mission and responsibilities in emergency response to uncontrolled releases of hazardous materials (radioactive contamination) and remediation of Superfund sites. EPA is currently procuring equipment and developing procedures to strengthen the Agency's capability to survey and characterize radioactive contamination from significant accidental or terrorist incidents. The purchase of portable gamma survey system(s) will support these activities. It will be used to conduct contamination surveys in a range of areas and landscapes - from urban settings to rough terrains that require a four wheel drive vehicle for access. The following are the instrument specifications and requirements. Power Requirements: Operates with 12 volt DC power from vehicle or via a DC/AC power inverter plugged into a vehicle's 12 volt DC outlet. Operating temperature range: 0? F to 110?F. Weatherized components to allow operation in outdoor environments including conditions such as wind driven rain and high humidity; and ruggedized components to prevent damage during shipment, transport, and operations in rough terrain. Detectors: minimum of two 4" x 4" x 16" sodium iodide crystals and associated PMT tubes, voltage supply, and signal cabling. Resolution should be < 10% FWHM at 662 keV. Typical calibrations and operational checks will be performed with 241Am, 152Eu, 137Cs, and 60Co. Energy range of detector system: 50 kEV to 3 MeV gammas. Detectors should have an optional heating or insulating system that improves or maintains the optimal operational characteristics within the required operating temperature range. Multi-channel analyzer (MCA) with capability to accept and integrate signals from both detectors. MCA must provide a minimum 1024 channel gamma spectrum. GPS unit with sub-meter accuracy and USB interface. The unit's data export shall be a NEMA string. Ruggedized notebook or workbook type computer with sufficient USB ports to accept signals from detectors and GPS unit. Computer shall have expansion slot(s) for wireless networking. Computer shall have 2 external USB hard drives, 40 GB minimum, shall be supplied with the computer. Signal processing and database software to store, manage, and manipulate acquired data. Must be compatible with Windows CE operating system. The software shall display data from 10 default or user defined ROI's vs. position on a GPS plot as count rate, dose rate, or spectrum vs. position. Individual data points shall be time stamped. The frequency of data point collection shall be user defined. Repair and calibration of instrument must be supported by at least two separate vendors with facilities in the United States. Weight requirements: Less than 250 pounds with batteries installed. System dimensions: Must be compatible with cargo area of 47" deep x 51" wide on a Kawasaki Model 3010 Mule. Calibration and Testing: The gamma survey instrument must be cable of being calibrated in the field; and calibration documentation must be provided. Documentation and Drawings: A set of operating manuals must be provided for the system instrument. Warranty: The supplier must provide its commercial warranty for not less than one year on all parts, labor and materials. Delivery Date: No later than 90 days after receipt of purchase order. The initial unit is to be delivered to Environmental Protection Agency, 4900 Olympic Boulevard, Erlanger, Kentucky 41018. The provisions at 52.212-1, Instructions to Offerors-Commercial; 52.212-2, Evaluation-Commercial Items; 52.212-3, Offeror Representations & Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this acquisition. The specific evaluation criteria to be included are the following: a) technical capability, b) price, and c) past performance. For the past performance evaluation, provide three references with contact information. Vendors must go to http://orca.bpn.gov/login.aspx to complete an on-line version of the required Representations & Certifications as paper copies are no longer required. All correspondence and/or inquiries should be forwarded to Christine Edwards, Contracting Officer, at edwards.christine@epa.gov. Quotes must be received by 4:00 PM on Monday, June 20, 2005. The preferred method of quote submission is via e-mail to edwards.christine@epa.gov in the following formats: WordPerfect, Word, or Acrobat (.pdf). If necessary, responses may be submitted by U.S. mail, hand delivery or courier, please send two copies to the following address: Environmental Protection Agency, AWBERC Building Room 271, 26 W. Martin Luther King Drive, Cincinnati, Ohio 45268 Attn: Christine Edwards.
- Record
- SN00828910-W 20050615/050613212028 (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 |