Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2007 FBO #2203
SOLICITATION NOTICE

66--66 -- Instruments and Lab Equipment

Notice Date
12/6/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Administrative Contract Service Center, 1200 Pennsylvania Avenue, Nw, Washington, DC 20460
 
ZIP Code
20460
 
Solicitation Number
RFQ-DC-08-00046
 
Response Due
12/19/2007
 
Archive Date
1/19/2008
 
Point of Contact
Point of Contact, Helen Britz, Purchasing Agent, Phone (202) 564-9633
 
E-Mail Address
Email your questions to U.S. Environmental Protection Agency
(britz.helen@epa.gov)
 
Description
NAICS Code: 334519 66--Combined Synopsis/Solicitation For Calibration and Repair of Portable Radiation Equipment Contracting Office Address: Environmental Protection Agency, Administrative Contract Service Center, 1200 Pennsylvania Avenue, NW, Washington, DC 20460 DESCRIPTION: NAICS Code: 334519 - Other Measuring and Controlling Device Manufacturing with a Small Business Administration (SBA) size standard of 500 employees. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and under the authority of FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued under Solicitation Number RFQ-DC-08-00046 and includes the incorporated provisions and clauses in effect through Federal Acquisition Circular 05-20. The North American Industry Classification System (NAICS) Code for this procurement is 334519 and is being conducted as a small business set-aside. OBJECTIVE: The Radiation & Indoor Environments National Laboratory requires minor repair and calibration for exposure rate, dose rate, or pulsed-activity source efficiency for portable radiation monitoring instruments. These instruments are currently in EPA's inventory for emergency response and Superfund support activities. The quality of instruments to be sent out each month will vary from 30-40 instruments per month, for an annual total of approximately 350-400 instruments. EPA will provide the shipping of the instruments. Return shipping will be via Federal Express 2nd day using the US EPA/ORIA account number. ESTIMATED VALUE: The estimated value of this procurement does not exceed the simplified acquisition threshold as defined in FAR 2.101. TASK DESCRIPTIONS: TASK ONE: Calibration Services: The Contractor shall provide calibration to radiation monitoring instruments listed in Appendix 1 (email Helen Britz for current list). Types: Standard Calibration, which includes normal exposure/dose rate calibration for single detector instruments (Ion chamber, MicroR scintillators, MicroRem, Single detector count rate meters, etc). Test pulsers, count rate meters and/or scalers may additionally need each range pulsed. Isotope efficiency will be determined for alpha/beta (i.e. pancakes) probes; Special Calibration, which includes scaler/rate meter/ SCA (single channel analyzer) with multiple detectors or efficiency determination, neutron detection instruments, FIDLER detectors, simultaneous alpha-beta detectors, data loggers, stretch scopes, pulsers, area monitors, etc.; Additional Detector Calibration (if applicable), where instrument efficiency needs to be determined for detectors added to a standard or specialized instrument calibration; Economy Calibration Check, Appropriate for pocket dosimeters. In all calibrations (except pocket dosimeters) of portable survey instruments, the Contractor shall conform to ANSI N323-1978 or higher, with each instrument calibration having a Certificate of Calibration. The Certificate must include high voltage setting, input sensitivity, temperature, relative humidity, barometric pressure, "as found readings," and calibrated instrument meter response readings per ANSI N323. The Certificate must be reviewed and annotated by the Contractor's Quality Assurance (QA) Representative. The Certificate shall include references to instruments (including their serial numbers) and radiation sources which must have NIST traceability when appropriate or stated in ANSI N323. TASK TWO: Open and Inspect Services: The Contractor shall provide open and inspect services. In the event that any calibration equipment will need repair, the Contractor shall provide a cost estimate of the repairs to the Contracting Officer for approval. No repairs shall be made to the calibration equipment without prior written approval from the Contracting Officer. REQUIREMENTS: The Contractor must be able to provide special 24-hour calibration turn-around during normal business hours (e.g. Monday-Friday 9AM-5PM) when requested. The Contractor shall supply battery operated instruments with new, high-quality alkaline batteries. Calibrated instruments shall be returned in high-quality cardboard boxes with appropriate packing material to protect the instruments during shipping - multiple instruments per box is allowable. Bench test data must be supplied for scintillation or FIDLER detectors that require operating point determination. The following standards shall be utilized in the calibration of EPA's portable radiation monitoring instruments: standard Gamma calibration should be used with Cs-137 or A-226 as specified for calibration requirements; standard Alpha calibration should be used with Pu-239 calibration requirements; and standard Beta calibration should be used with Sr/Y-90 calibration requirements. The total efficiency (4a) shall be determined for Alpha and Beta detectors. Total Efficiency = Gross Count Rate (COM) - Background (CPM)/DPM. Also, neutron detectors should be calibrated using Americium/beryllium sources (AmBe). Other neutron sources may be accepted with prior written approval from the Contracting Officer. DELIVERY: All items shall be F.O.B. Destination to US EPA's 4220 S. Maryland Pkwy, Bldg C, Las Vegas, NV 89119. BASIS FOR AWARD: The Government will make award to the responsive, responsible firm, whose quotation is most advantageous to the Government at the lowest price technically acceptable. INSTRUCTIONS: FAR 52.212-1 "Instructions to Offerors-Commercial" applies to this acquisition. Offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications - Commercial Items" with their response. The following FAR clauses also apply: 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", with the clauses cited in 52.212-5 being applicable. The aforementioned provisions and clauses can be accessed electronically at http://acquisition.gov/comp/far/index.html. Prospective sources are reminded that award can only be made to a Contractor who is registered in the Central Contractor Registration (www.ccr.gov) database with an active DUN & Bradstreet number. QUOTE SUBMISSION: Offerors shall submit a firm-fixed-price quote. Vendors are encouraged to direct any questions by e-mail only to Helen Britz at britz.helen@epa.gov. In addition, the FAR 52.212-3 representations and certifications shall be submitted. Responses are due no later than December 19, 2007 at 2:00 PM EDT and should be submitted via e-mail to Helen Britz at britz.helen@epa.gov. Point of Contact Helen Britz, Contract Specialist, Phone: (202) 564-9633. Please email your questions to Britz.Helen@epa.gov.
 
Record
SN01465359-W 20071208/071206230600 (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.