Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 01, 2015 FBO #4786
SOURCES SOUGHT

J -- HANDHELD XRF INSTRUMENTS SERVICE

Notice Date
12/30/2014
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
MICC - White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-15-T-XRFU
 
Response Due
1/13/2015
 
Archive Date
2/28/2015
 
Point of Contact
Bernadette Quevedo, 575-678-2981
 
E-Mail Address
MICC - White Sands Missile Range
(bernadette.t.quevedo.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is only a sources sought announcement and is not an intent to procure. A solicitation is not available at this time and any requests for a solicitation will not receive a response. The U.S. Army White Sands Missile Range (WSMR) Department of Public Works (DPW) is conducting market research to determine the capability of businesses to provide required services on a handheld X-Ray Fluorescence (XRF) Instruments. a. Perform services on the following handheld x-ray fluorescence (XRF) instruments: (1) Manufacturer: Thermo Scientific/Niton. (2) Model: XLp 300 Lead Detectors. (3) Excitation Source: 40 millicuries of Cadmium 109 sealed radioisotope. b. Due to radioactive decay, the sealed radioactive sources have to be replaced periodically to ensure the proper function of each instrument. c. In addition, additional repairs may be required. 2. Summary of Requirements: a. The service provider shall provide all labor, materials, equipment, tools, repair/service facilities, and replacement parts to perform the following to each XRF instrument identified above: (1). Replace the sealed radioactive source in each instrument. Each sealed radioactive sources shall be new from the manufacturer. Each new sealed radioactive source shall be of the same level of excitation (40 millicuries of Cadmium 109 sealed radioisotope) as the original excitation source. (2) Dispose of the existing sealed radioactive sources in accordance with federal and state regulations. (3) Inspect and evaluate each XRF for components that need to be replaced or repaired, other than the sealed radioactive sources. Cost to repair or replacement components shall be negotiated once the Government has reviewed and approved the inspection and evaluation report. (4) Leak test each XRF. (5) Calibrate each XRF to original factory specifications. (6) Perform a radiation profile for each XRF instrument. (7) Update software/firmware to the latest version available. (8) Return each XRF to the Government. 3. Summary of Reports, Data, and Deliverables: a. Provide to the Government the following: (1) An inspection and evaluation report identifying the XRF components that require replacement or repair, other than the sealed radioactive sealed source. The report shall itemize all components to be repaired or replaced, shall include a repair schedule, and the cost for repairing or replacing the itemized components. (2) A service report identifying the components that were repaired or replaced, including the sealed radioactive sources and software/firmware upgrades that was performed. Include the version number (s) of the software/firmware upgrades. (3) Sealed source leak test certificate for each XRF. (4) Radiation profile certificate for each XRF. (5) Certificate of factory calibration for each XRF. 4. Service Providers Qualifications: a. The service provider shall be licensed in accordance with the licensing regulations of the Nuclear Regulatory Commission (NRC) or an equivalent State licensing requirements for the handling, servicing, and repair of detecting, measuring, gauging, or controlling devices. b. All servicing and repair work shall be performed at the service providers facilities. c. The service provider shall not outsource the XRF servicing and repair work. All responses to this sources sought are limited to twelve pages and must include the following additional information: Business Name:__________________________ Business Size:___________________________ Point of Contact: _________________________ Phone Number: _________________________ Address: ______________________________ Cage Code: _____________________________ Interested sources shall submit all replies by email to bernadette.t.quevedo.civ@mail.mil no later than 1300 MST on 13 January 2015. Acknowledgement of receipt will not be made. Any responses received after 13 January 2015 will not be considered. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This request for information is for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. Your responses to this sources sought will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this sources sought or Government use of such information. The Government reserves the right to reject, in whole or part, any contractor input resulting from this sources sought. The information resulting from this sources sought may be included in one or more RFP's, which may be released via the FEDBIZOPS portal. This Sources Sought Synopsis is issued for maximizing competition. Should anything in the requirement be construed as limiting competition, please feel free to contact the MICC Special Competition Advocate (SCA) at dean.m.carsello.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9625cf946ac905d9a4778e919149cd9d)
 
Place of Performance
Address: MICC - White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
 
Record
SN03605978-W 20150101/141230233832-9625cf946ac905d9a4778e919149cd9d (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.