Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2010 FBO #3060
MODIFICATION

66 -- The National Institute of Standards and Technology is seeking to purchase a Handheld Gamma Spectroscopy Detector.

Notice Date
4/9/2010
 
Notice Type
Modification/Amendment
 
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, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-10-RQ-0224
 
Archive Date
5/8/2010
 
Point of Contact
Janet M. Lamb, Phone: 3019756205, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
janet.lamb@nist.gov, todd.hill@nist.gov
(janet.lamb@nist.gov, todd.hill@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
The purposes for this amendment is to replace the existing solicitation with the following solicitation: 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 (FAC) 2005-39, Effective 19 Mar 2010 and class deviation 2009-O0009. The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500 employees. However this requirement is unrestricted and all interested Contractors may submit a quote. The National Institute of Standards and Technology is seeking to purchase a Handheld Gamma Spectroscopy Detector. ***Line item 0001 is a BRAND NAME or EQUAL requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency’s needs. This Brand Name or Equal Requirement shall meet the parameters of the ORTEC HPGe-based Hand-Held Radioisotope Identifier (Detective-DX-GP). All interested Contractors shall provide a quote for the following: LINE ITEM 0001: Quantity One (1) ORTEC HPGe-based Hand-Held Radioisotope Identifier (Detective-DX-GP) or EQUIVALENT. All equipment must be new. No prototypes, demonstration models, used or refurbished instruments will be considered. Contractors shall meet or exceed the following Salient Characteristics: •Detector: HPGe; > 18% relative efficiency; 20 keV – 3.0 MeV energy range; FWHM < 1.0 keV @ 122 keV and < 2.0 keV @ 1332 keV; electric cooler; 256-8192 channel MCA with live-time correction, > 500 kc/s input count rate, 1-106 second Preset live or real time, high voltage inhibited until detector reaches operating temperature, two second spectrum update per 8k spectra, warning and alarm editable set-point alarm thresholds for dose rate/count rate/locator; and detailed detector and housing dimensions for MCNP modeling. •Fast, Simple and ULTRA-Reliable Classification of NORM, Medical, Industrial, SNM and Natural Isotopes, shielded and unshielded. •Highly resistant to masking source interferences. •Illicit nuclear materials (SNM) Search Mode finds SNM sources in the presence of other sources. SNM Search mode is designed to help avoid false negatives when determining SNM. It helps in finding the point of maximum count rate which COULD be consistent with SNM •Instantly ready to use at all times, straight from the docking station •Calibrate on any source: Check instrument calibration on any pre-specified source (e.g., 40K). •PC remote control software: Remote control and display from your laptop, and spectra transfer •SEARCH: Scanning mode for location of radioactive sources, with audio alert using an external ear piece with an adjustable alarm threshold. •Scheme for Identification and classification of gamma-emitting radionuclidesGamma Dose Rate is monitored by the HPGE detector and by an internal compensated GM tube. •The dose rate is displayed at all times. Dose rate units may be chosen as µSv/hr or mR/hr. •GPS Position Information. An internal GPS receiver displays GPS coordinates which may be saved along with spectrum data for future use. •Storage of Data (spectrum, search data, ID results): To internal RAM and removable SD card. •Computer Interfacing: USB connection to laptop. •Detector should draw power from a variety of sources. Input Power 10 to 17 V DC 30 W or from battery or auto-sensing Mains powered Battery Charger. External Power DC In and battery Charge In. MS3112E12-10-s or Bendix PT02E-12-10S connector. •Internal Battery Life >3 hours at 25°C when HPGe detector is cold. Battery lifetime may be extended indefinitely by the use of external battery packs which are available in "battery belt" formats. •Scheme for identification and classification of radionuclides as: Industrial: Including 57Co, 60Co, 133Ba, 137Cs, 192Ir, 241Am, 75Se Medical: Including 18F, 67Ga, 99mTc, 111In, 123I, 131I, 133Xe, 201Tl Natural (NORM): Including 40K, 226Ra, 232Th, 238U Nuclear: Including 233U, 235U, 237Np, 239Pu, 252Cf •Gamma Dose Rate Detector: Determine the gamma dose rate over a wide range from 10000 µSv/h, a dose-rate range of around six decades. For low dose rates, below ~20 µSv/h, the dose rate is determined from the Ge detector spectrum. For dose rates above this value, the internal compensated GM tube is used. Instrument switches between the two automatically. •Weight: Less than 5 lbs. •Temperature and Humidity: Operation Range: 0°C to 40°C Relative Humidity: <90% at 35°C, non-condensing. •Communications Ports: External Connectivity to the system should have: 1 SD (Secure Digital) card slot (3.3 V); 1 USB connection for "ActiveSync" capability from the PDA to an external computer (ActiveSync and remote display software included); 1 USB connection for control of the MCA board from an external computer ; 1 Audio headphone jack ; 1 External power connector for docking station power. •Cool Down Time: The high reliability cooler is designed for continuous operation. Between making measurements the unit is powered from a DC supply, car battery or other high capacity device. The cooler life is expected to exceed 50,000 hours continuous operation. Initial cool down time depends on ambient temperature, but is typically <12 hours at 25°C. •Dimension and tolerance diagrams: Upon delivery, provide dimension and tolerance diagrams of the detector and all capsule components for MCNP use. WARRANTY: The Contractor shall state the warranty period and coverage provided. DELIVERY: Delivery must be completed not later than 6 weeks after receipt of order. Equipment shall be delivered to NIST, ATTN: Shipping and Receiving, 100 Bureau Drive, Gaithersburg, MD 20899. 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 any 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. QUOTATION EVALUATION: Evaluation Factors Award shall be made to the offeror whose quotation offers the best value to the Government price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability 2) Past Performance, and 3) Price. Technical Capability and Past Performance, when combined, shall be approximately equal in importance to price. Past Performance and Price shall not be evaluated if quotations are determined technically unacceptable in accordance with the Technical Capability evaluation factor. Best value shall be determined based on the overall value of the proposed equipment to the Government, price and non-price factors considered. Technical Capability: Evaluation of Technical Capability shall be based on the information provided in the quotation. The quotation submitted shall be evaluated to determine that the equipment meets or exceeds all required specifications. If an offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. Past Performance: The Government will evaluate the Offeror's past performance information to determine its relevance to the current requirement and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past five years. In assessing the offeror's past performance information, NIST will evaluate the quality and timeliness of the past work. Evaluation of this factor will be based on information contained in the technical portion of the quotation and information provided by references. The Government will evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider other available information in evaluating the Offeror’s past performance. The Government will assign a neutral rating if the offeror has no relevant past performance information. PROVISIONS AND CLAUSES: The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html or www.acqnet.gov/far. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items Offerors must complete annual representations and certifications 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: 52.212-4 Contract Terms and Conditions—Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items including subparagraphs: 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor; 52.222-19 Child Labor – Cooperation with Authorities And Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities; 52.225-3 Buy American Act—Free Trade Agreement; (ii) Alternate l of 52.225-3 52.225-13 Restriction on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds 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. *** REQUIRED SUBMISSIONS: All quoters shall submit the following: 1.An original and one (1) copy of a quotation which addresses Line Item 0001 and all evaluation criteria including the technical description and/or product literature and explain how your product meets or exceeds each specification. 2.Quoters should provide a list of at least three (3) references to whom the same or similar products have been sold. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. 3.Provide the library software scheme for selection/modification of identification and classification of the Gamma-ray lines. 4.Provide the library software scheme for selection/modification of identification and classification of the Radionuclides. 5.An original and one (1) copy of an established price list(s) for similar productions. 6.Country of Origin. All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Janet Lamb, Building 301, Room B175, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” OR The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation. DUE DATE FOR QUOTE: ***Submission shall be received not later than 1:00 p.m. local time on April 23, 2010 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B175, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attention: Janet Lamb. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Janet Lamb) at janet.lamb@nist.gov. FAXED QUOTES WILL NOT BE ACCEPTED. EMAILED QUOTES WILL BE ACCEPTED. Because of heightened security, Fed-Ex, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Janet Lamb at 301-975-6205. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-U.S. citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0224/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02118562-W 20100411/100409235524-b981504d9b87586f3ca3d865103ebccb (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.