Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2007 FBO #2000
SOLICITATION NOTICE

66 -- Half Body Contamination Personnel Monitor

Notice Date
5/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-NB173010-7-04375
 
Response Due
5/31/2007
 
Archive Date
6/15/2007
 
Description
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 BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-16. The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500. The acquisition is being procured using full and open competition. The National Institute of Standards and Technology (NIST) has a requirement for one (1) Half Body Radioactive Contamination Personnel Monitor. The monitor is intended for clearance monitoring for beta surface contamination on personnel leaving laboratories. LINE ITEM 0001: Quantity 1 each Half Body Radioactive Contamination Personnel Monitor, meeting or exceeding the following required minimum specifications: 1. The Personnel Contamination Monitor (PCM) shall automatically detect the presence of beta emitting contamination on clothes or exposed skin of the person while standing in the unit. The PCM shall alarm and notify the user if the contamination exceeds specified levels; 2. The unit shall be capable of fully monitoring the head, hands, feet, legs, arms, and trunk of an individual for surface contamination in no more than a two step process (front and back or side and side). The PCM shall use a full coverage contour that assures monitoring of the palm and back of the hands, top, bottom, and sides of shoes, face and head, arms, legs, and torso so as to optimize detector geometric efficiency. The total coverage area shall not be less than 8000 squared centimeters; 3. The PCM shall automatically sense the presence of the user and start the counting sequence. These sensors shall assure the user is positioned close enough to the detectors to optimize detection geometry. Manual buttons or switches that must be pushed by the user will not satisfy these requirements; 4. The PCM shall use audible and visual indicators notifying the user of the count sequence status; 5. The response to the RFQ shall include provisions for an optional frisking probe with alarming capabilities for checking tools, equipment, wheels on carts, and other items. Cable lengths must satisfy these tasks; 6. The frisking probe shall provide some means (audible or visual) to gauge the response while the user can not directly view the main display on the monitor unit; 7. The monitor shall have both audible and visual indication of an alarm and location of the detector originating the alarm. The display must be readable by the user. This may be accomplished either by maintaining the displayed results long enough for the user to review them after leaving the monitoring position or by placing the display where it can be seen during use. The PCM shall also allow for an optional automatic hard copy printout when the count indicates contamination; 8. The monitor shall include connections to allow remote alarm notifications. The PCM also shall be capable of communicating system status, alarm conditions, or other parameters to a remote computer via secure LAN twisted pair or TCP/IP connections; 9. The monitor shall include provisions for a printout (ie: a printer port) or easily readable computer file documenting alarm conditions and usage history that NIST Health Physics staff may review either upon response to an alarm or during normal daily rounds. The printer shall be supplied with the unit; 10. The monitor shall be PC based to allow easy upgrade of the program and supporting files (such as audio WAV files, onscreen instructions etc) as needed; 11. The computer and all detector electronics shall be enclosed and mounted inside the cabinet so that there are minimal outside cables and connections except what is required for printers and IO devices; 12. The computerized controlling program shall incorporate automated routines for performing instrument set-up and quality assurance. These routines shall include automated high voltage plateaus, discriminator threshold and window settings, background and efficiency trending for each detector. The system shall be able to produce data file reports and hard copy printouts to document QA testing and trends; 13. Setup, QA, and diagnostics program interface shall be onscreen menu driven so that it can be followed by a technician without substantial reference to the hard copy tech manual; 14. The PCM algorithm shall incorporate a means for a single individual to perform all QA source response and alarm checks. It shall not be required for a single technician to hold the source close to each detector and simultaneously operate an IO device or position sensor; 15. The controlling algorithm shall include alarm point settings, calibration efficiencies, and readout units that may be adjusted by NIST Health Physics staff; 16. The algorithm shall include maximum count time settings and minimum sensitivities (MDA) that are selectable by NIST Health Physic staff. The system manager (NIST HP) shall have the option to select a fixed count time with a varying sensitivity (down to some specified limit) based depending on variable background or using a fixed sensitivity with a varying count time (up to a maximum time) based on the variable back ground; 17. The programs shall allow for diagnostic and setup utilities including individual detector ?real time? rate meters, individual detector background history trend graphs, individual detector HV plateaus and threshold setup utilities, individual detector efficiencies, and individual and grouped alarm point settings; 18. The algorithm shall include an automatic background update to correct the active count. This shall be based on a rolling average with times that shall be adjustable by the NIST HP staff; 19. The PCM shall temporarily suspend operations going ?Out of Service? and notify users on screen if a step change in background or other fault condition such as a low ?failed detector? count rate or a high ?contaminated detector? count rate occurs that prevents the unit from reliably alarming for the specified levels of sensitivity. The unit shall return to service when background or fault conditions return to normal; 20. The algorithm shall allow a means to compensate for ?self shielding? of the background when a user steps into or approaches the unit; 21. The PCM shall include provisions for the user to save the background, usage, and QA 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, readable, and transferable manner; 22. The monitor shall automatically reset to the user specified parameters and return to service following any power interruptions; 23. The monitor shall be designed to minimize operating and maintenance requirements. To meet this requirement sealed proportional detectors are preferred over flow through units. Solid state detectors will be considered if it can be demonstrated that they meet the same alpha/beta detection capabilities and are not overwhelmed by external background fluctuations; 24. The system shall be delivered with all components or accessories necessary for data input/output and programming control including but not limited to computer, keyboard, mouse or track ball, monitor, printer, plugs, and cables; 25. The system IO connections shall be arranged for easy access. The ports should be located on the front or sides of the instrument so as not to be blocked by placement of the PCM close to walls; 26. The monitor components shall be designed for easy access for decontamination and repair. All decontaminations, repairs, or component replacements shall be possible without the use of specialized tools (unless provided with the equipment), relocation of the PCM unit, or substantial technical support from the manufacturer. Where possible all detectors and supporting electronics shall be of similar design so as to be fully interchangeable. It shall be possible to take some detectors out of service without fully disabling the PCM; 27. With the exception of the detector windows, the unit shall be able to be cleaned with standard cleaning supplies and equipment; 28. The PCM shall have a maximum foot print of 54 inch x 52 inch and maximum height of 92 inch. It shall be possible to transfer the unit through 6 ft 10 inch high x 47 inch wide doorways. This should be able to be accomplished by tipping the unit on its side or back and turning it through the door or by some minimally disruptive disassembly; 29. The unit shall operate on standard 115 to 125 Volt 15 amp 60 Hz ac power. The unit shall be delivered with appropriate surge suppression/uninterruptible power supply to minimize the impact of power surges or disruptions; Detector Characteristics: 30. The unit shall have at least fifteen zones or separate detectors so that the location of detected contamination is indicated. The algorithm shall also provide a sum zone or distributed contamination detection capability; 31. Each detector zone shall cover at least 250 squared centimeters for each location and allow for an open area of at least 58 percent where transmission is not impeded by grids or supports. The mesh on the grid must be tight enough to prevent the detectors from being ruptured by small objects such as a dropped pen. Separate detectors are required for each monitored area; 32. The PCM algorithm shall incorporate sum zone logic to combine response of adjacent detectors to alarm for low levels of generally distributed contamination. User selectable confidence levels shall be part of the combining algorithm; 33. The PCM shall be capable of detecting contamination of S-35 with maximum beta energy of 0.167 MeV. Other contamination isotopes to be detected include C-14, Sr-90, P-32, U-238, I-125, I-131. The monitor shall have a minimum efficiency of 10 percent for a point source of Co-60; 34. The PCM 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.); 35. The PCM shall be able to detect 5000 DPM/100 squared centimeters of Cs-137 at one inch from a detector with a 90 percent probability of detection and a 0.1 percent false alarm rate with a maximum count time of 15 seconds while operating in a 20 uR/hr background field; 36. The contractor shall provide support personnel to train NIST HP staff during the set-up, initial calibrations, and initial usage of the monitor on-site at NIST; 37. The contractor shall provide a minimum warranty period of one year on all parts and labor; 38. The vendor shall provide at least one year of technical support including on site support if required. This technical support shall include any required software upgrades or patches; 39. The vendor shall provide two (2) sets of detailed operations and maintenance manuals for the model purchased. This shall include operating, calibration, and repair procedures, algorithm instructions, and hardware schematics; Delivery terms shall be FOB Destination. 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 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. Delivery shall be completed within 3 months after receipt of the purchase order. Award shall be made to the party whose quote offers the best value to the Government, technical capability, past experience and price considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor ?Meeting or Exceeding the Requirement,? 2) Past Experience and Price. Technical Capability and Past Experience, when combined, are of equal importance to price. If Technical Capability and Past Experience are equal, price will be the determining factor. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer or brand name, make and model of the product, manufacturer sales literature or other product literature which addresses all minimum specifications and clearly documents that the offered product meets the specifications stated above. Past experience shall be evaluated to determine the degree of the contractor?s experience in manufacturing the same or similar equipment. The Contractor must provide at least 3 references in which the same or similar monitors have been sold. The reference list must include names, phone numbers, addresses and the type of system sold. The degree of relevance between units demonstrated and the unit quoted shall be considered. A system that is regularly sold ?off the shelf? and ?turn key? is preferred. (Prototype or ?first of a kind? offerings will not be considered). The full text of the FAR provisions or clauses may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items; Offerors must complete annual representations and cerifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration 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: (14)52.222-3, Convict Labor (15)52.222-19, Child Labor-Cooperation with Authorities and Remedies (16)52.222-21, Prohibition of Segregated Facilities (17)52.222-26, Equal Opportunity (18)52.222.36, Equal Opportunity for Special Disabled Vets (19)52.222-36, Affirmative Action for Workers with Disabilities (24)52.225-3, Buy American Act?Free Trade Agreement?Israeli Trade Act, with Alternate I and II (26)52-225-13, Restriction on Certain Foreign Purchases (31)52.232-33, Payment by Electronic Fund Transfer-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 quoters shall submit the following: 1). An original and one (1) copy of a quotation which addresses Line Item 0001. 2). Two (2) originals of technical description and/or product literature; 3). 3 past experience references. All quotes must be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Lynda Roark, 100 Bureau Drive, MS 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received not later than 03:30 p.m. local time on May 31, 2007. E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL BE ACCEPTED.
 
Place of Performance
Address: 100 BUREAU DRIVE, MS 1640, GAITHERSBURG, MD
Zip Code: 20899
Country: UNITED STATES
 
Record
SN01296571-W 20070519/070517220438 (fbodaily.com)
 
Source
FedBizOpps 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.