Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2010 FBO #3059
SOLICITATION NOTICE

66 -- Air Radiation Monitoring System Electronics

Notice Date
4/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Research Facilities/Office of Acquisitions, 13 South St., Room 2E43, MSC 5711, Bethesda, Maryland, 20892-5738
 
ZIP Code
20892-5738
 
Solicitation Number
NIHOF2010264
 
Archive Date
4/30/2010
 
Point of Contact
Harriet V Roberts, Phone: 301-435-1604, Joyce McCoy, Phone: 301-402-0772
 
E-Mail Address
robertsh2@ors.od.nih.gov, joyce.mccoy@nih.gov
(robertsh2@ors.od.nih.gov, joyce.mccoy@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is NIHOF2010264 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-40 (March 23, 2010). The North American Industry Classification System (NAICS) Code is 334519 and the business size standard is 500 employees. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. It is the intent of the National Institutes of Health (NIH), Office of Research Facilities (ORF), to procure for the Division of Environmental Protection, the Air Radiation Monitoring System Electronics, from Apantec, LLC, North Penn Business Park, 4500 N. Cannon Avenue, Lansdale, PA 19446. The sole source determination is based on NIH requiring upgraded components to repair an Eberline Particulate Iodine Noble Gas (PING) discharge stack radioactivity monitoring system for the NIH Building 10 Cyclotron. This system is required to comply with the NIH Nuclear Regulatory Commission (NRC) License and Title 10 Code of Federal Regulations, Part 20 effluent limit concentrations, as specified in Appendix B, Table 2 of that part for cyclotron produced potentially gaseous radio-nuclides. The nuclides of concern are Carbon-11, Oxygen-15, Flourine-18 and Astatine-211. The upgrade should be configured with the following items: 1. Qty. (2) Beta Scintillation Detector Assemblies Specifications o Sensor: Beta: NE102 plastic (2" dia. X 0.01" thick) o Detector Output : Negative Pulse o Detector Accuracy: ±15% of true field intensity o Detector Linearity: ±5% o Operating Voltage: 500 to 1500 V o Nominal LED Background: 10-15 CPM o Operating Humidity: 0-95% non-condensing o Housing: Moisture Proof Stainless Steel, 2.7 kg (5 lb) 2. Qty. (1) Gamma Scintillation Detector Specifications: o Sensor: 1.5" x 1" NaI crystal o Detector Output : Negative Pulse. o Detector Accuracy: ±15% of true field intensity. o Detector Linearity: ±5%. o Operating Voltage: 500 to 1500 V. o Nominal LED Background: 10-15 CPM. o Operating Humidity: 0-95% non-condensing.. 3. Qty. (1) Flow Through Ion Chamber Gas Monitor Specifications: o Detector: o Radiation measured: Beta in gaseous form (Tritium, Noble Gas, etc.) o Detector: Flow-through ion chamber o Detector Volume: 2.4 liter o Pump: Positive displacement air pump w/flow rate 7-9 LPM, mass flow controller & at least two ion chamber volume changes per minute w/100ft (3000 cm) of air hose at both inlet & outlet o Particulate Filter: Greater than 0.3 micron o Tritium Calibration: Traceable to NIST o Performance o Tritium Range: 0.5 to 106 μCi/m3 (18 kBq/m3 to 3.7 x 104 MBq/m3) o Radon Compensation: Alpha, equivalent to ±27 μCi/m3 (±1 MBq/m3) o Background Compensation: Gamma, equivalent to ±15 μCi/m3 (±0.5 MBq/m3) o Accuracy: ±10% of known concentration, above 2nd decade o Response Time: 1st decade <60 seconds, 2nd decade <15 seconds, all other decades <2 seconds o Stability: ±6% per 24 hours, ±15% over 30 days o ALARMS:Audible and visual, can be locally or remotely reset, 0.6 A at 60 Vdc contact outputs o Alarm Response: <30 seconds Output Signals o Digital Output: RS-232C and RS-485 serial data o Analog Output: Continuous (log-log 4-20 mA), accuracy ±5 % of display Controls/Displays o Keypad Switch: Six-button membrane keypad switch to control mode, display, alarm set points and test o Zero Offset: Potentiometer on front panel o Lcd DispLAY: 1 x 4 in. LCD for display of digital data and rate bargraph Physical o Operating Temperature: -10 °C to 40 °C (14 °F to 104 °F) o Operating Humidity: 0% to 95% non-condensing o Power: 110/220 V ac (internal adjustment), 50/60 Hz, 2 amps o Size: NEMA-12 rated enclosure, 35 x 24 x 33 cm 13.7 x 9.2 x 12.8 in.) (W x H x D), 11.4 kg (25 lb) 4. Qty. (3) Pulse Analyzer Preamplifier/SCA Specifications: o Input Impedance: 9.1 K. o Voltage Gain: 16 o Output Signal: Approx. 1 mV per keV o Operating Temp. -10 °C to +50 °C +14 °F to +122 °F) o Energy Low Range: 50 keV to 2.55 MeV o Energy High Range: 1.5 MeV to 7.5 MeV o Housing: NEMA-4X stainless steel box o Size: 152.4 x 152.4 x 101.6 mm (6 x 6 x 4 in.), 2.2 kg (4 lb) o Power: ±12 V from associated RM1 ratemeter o Placement from Detector: Up to 5 m (15 ft) o Placement to Ratemeter: Up to 293 m (1,000 ft). o SCA Channels: 3 5. Qty. (3) Display and Control Unit Specifications o Processor: 32-Bit High Performance 133Mhz or greater Integrated Microcontroller o Designed for Real-time and PC/AT-compatible embedded applications o Robust Automotive / Telcom Grade Technology with Watchdog Timer o I/O Processor: Dedicated/High Performance I/O Co-Processing via FPGA/100 Mhz o Industry First, Fully Application Programmable Hardware Allowing Customized I/O Processing With Zero Wiring or Harness Changes o Display: 2 x 20 character vacuum fluorescent o Analog/Digital Auto ranging and Auto zeroing o Alarm/Status Indicators: o Red indicator: HIGH o Amber indicator: ALERT o White indicator: FAIL o Green indicator: NORMAL o Outputs: Digital (3) RS485 and (1) TCP/IP Ethernet and (1) USB Analog (4) 0-10VDC, or (4) 4-20 mADC isolated o Six DPDT relays for FAIL, ALERT, HIGH & other alarms o Relay contact rating 5A @ 115VAC resistive o Power: 90-260VAC, single phase, 47 to 63 Hz, 15 watts o Temp: -100 to +500 C o Humidity: 0-95% RH, non-condensing 6. Qty. (1) Chassis and Termination Hardware for Display & Control Unit 7. Qty. (1) Electronics Junction Box 8. Qty. (2) Detector Interface Unit 9. Qty. (1) Housing: Moisture Proof Stainless Steel, 2.7 kg (5 lb) 10. Qty. (1) Lot Interconnecting Cables 11. Qty. (1) Lot Documentation and Operations and Maintenance Manual 12. One Site Visit for System Evaluation of existing design 13. Qty. (1) Stack withdrawal nozzle (shrouded probe) and a flow probe Specifications: o The stack withdrawal nozzle shall be a single point shrouded nozzle design in compliance with ANSI N13.1-1999. The nozzle shall be designed to extract a representative sample of stack gases on a continuous basis. The withdrawal nozzle shall be permanently mounted to the stack in a location to maximize extraction and transport of sample gases to the monitoring location. The withdrawal nozzle shall be affixed to the stack using a mounting plate or other suitable method. The withdrawal nozzle shall provide connection to a sample line of 1.5" diameter stainless steel tubing with a tubing wall thickness of 0.65". o The stack velocity probe shall be designed in accordance with ANSI N13.1-1999 to provide a continuous measurement of the average velocity in the stack to be monitored. The velocity probe shall be of the thermal transfer/mass flow measurement technology or differential pressure/pitot tube design. The stack velocity probe shall provide a electrical signal proportional to the measured average stack velocity. The velocity signal shall be either an analog 4-20 mA DC, 0-10 VDC or serial RS485 or RS232C signal. The velocity probe shall include all required signal conditioning circuitry and required power supplies for operation of the stack velocity probe. 14. Field Service for Installation and Start Up Performance Specification: The system as reconfigured shall be capable of measuring radioactivity concentrations of 10-7 µCi/cc for any of the cyclotron produced gaseous nuclides listed above. The sampling probe and sample extraction system shall be capable of sampling from a 20,000 cfm effluent exhaust stream in a 50" X 40" rectangular duct; the probe will be in a duct location with relatively laminar flow. New equipment ONLY, NO remanufacturer products, and no "grey market". Offerors must be authorized resellers/OEM suppliers. This acquisition is firm fixed price and solicited on a Brand Name basis in accordance with FAR 6.302-1. Configuration and compatibility issues justify the use of brand names. Only Open Market Pricing will be considered. This is an all-or-none requirement. Partial quotes will be deemed unresponsive and will not be evaluated. The Government will award a single purchase order to the responsible offeror whose offer conforms to the requirements, as stated, in this synopsis and is most advantageous to the Government based on the lowest price, technically acceptable. The Government reserves the right to make an award without discussions. The offer must include complete copies of the following provisions: (1) FAR Clause 52.212-1, Instructions to Offerors-Commercial (JUNE 2008); (2) FAR Clause 52.212-2, Evaluation Commercial Items (JAN 1999). As stated in FAR Clause 52.212-2(a), the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (a) technical evaluation, (b) price; (3) FAR Clause 52.212-3, Offeror Representation and Certifications-- Commercial Items (AUG 2009); (4) FAR Clause 52.212-4, Contract Terms and Conditions --Commercial Items (MAR 2009); and (5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-- Commercial Items (FEB 2010). This action is under the authority of 41 U.S.C. 253(c)(1), as set forth in FAR 6.302-1 and HHSAR 306.302-1. Only one responsible source and no other supplies or services will satisfy agency requirements. Interested parties may identify their interest and capabilities to respond to the requirement by submitting a quote for brand name equipment or the equivalent or EXACT MATCH only. This notice of intent is not a request for competitive quotations, however, all responses received within seven (7) from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the delivery terms (Destination or Origin), the Duns and Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. NOTE: In order to receive an award from the Government, the contractors must have a valid registration in the Central Contractors Registration (CCR) www.ccr.gov. The clauses are available in full text at https://www.acquisition.gov/FAR/loadmainre.html. Interested vendors capable of furnishing the Government with the items specified in this synopsis should submit their quotation to Joyce.McCoy@nih.gov. Quotations will be due April 15, 2010, at 3:00 pm (DST), Daylight Saving Time. The quotation must reference Solicitation Number NIHOF2010264. Quotes must be valid for sixty (60) days after due date. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Institutes of Health, Office of Research Facilities, 9000 Rockville Pike, Building 13, Room 2E47, Attention: Joyce McCoy, Bethesda, MD 20892. Faxed copies will not be accepted. E-mail copies will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/ORS/NIHOF2010264/listing.html)
 
Place of Performance
Address: National Institutes of Health, Office of Research Facilities, 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02116236-W 20100410/100408234838-c7b6de71bf9bff405b592d1884c35acc (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.