SPECIAL NOTICE
70 -- Notice of Intent to Award Sole Source - Annual Dosimetry Program
- Notice Date
- 3/31/2020 6:33:28 AM
- Notice Type
- Special Notice
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- FA8650 USAF AFMC AFRL PZL RAK RXK WRIGHT PATTERSON AFB OH 45433-7541 USA
- ZIP Code
- 45433-7541
- Solicitation Number
- FA8650-20-P-4060
- Response Due
- 4/2/2020 11:00:00 AM
- Archive Date
- 04/17/2020
- Point of Contact
- Tracy Sober
- E-Mail Address
-
tracy.sober@us.af.mil
(tracy.sober@us.af.mil)
- Description
- NOTICE OF INTENT TO AWARD SOLE SOURCE The United States Air Force (the Government) intends to issue a Firm-Fixed-Price Purchase order to a single source, Stanford Dosimetry LLC, under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 03 April 2020.� The period of performance (PoP) shall be from 25 March 2020 � 24 March 2021.� FSC: 7030 NAICS: 541511 Size Standard: $30M Requirement name: Annual Dosimetry Program Supplier name: Stanford Dosimetry LLC � Product description: The procurement will be for a one-year contract for Stanford Dosimety LLC uncertainty analysis software for the USAF Radiation Dosimetry Laboratory for the period of 25 March 2020 through 24 March 2021. The USAF Radiation Dosimetry Laboratory contracted with Stanford Dosimetry LLC to develop a completely new dose calculation algorithm. Stanford Dosimetry software and algorithm will be used to perform a base uncertainty analysis at four (4) dose levels. There will be five (5) additional fields for uncertainty analysis at four (4) dose levels. This contract will continue the work provided by Stanford Dosimetry, which is familiar with Air Force unique dosimeter models, operations, and proficiency tests.� Product characteristics an equal item must meet to be considered: Base uncertainty analysis with Cesium-137: The base analysis includes a complete discussion of the underlying methods and a full analysis of the combined uncertainty in the reported dose, as a function of dose, for Cesium 137 at four radiation exposure levels. The analysis includes a presentation of each identified contributor to uncertainty, analysis of the effect of background level, and combined uncertainty (and bias) as a function of dose for 4 different dose levels. Additional fields: The analysis is the same as for the base analysis, but includes different fields and mixtures as desired by the customer. For example: low energy x-ray, beta, beta plus gamma, neutron plus gamma. For each field combination, 4 doses are evaluated. Typically the gamma dose is kept constant and the other field is varied. For example: 30 mrem 137Cs with 30 mrem 241Am, then with 50 mrem 241Am, 100 mrem 241Am and 500 mrem 241Am. For each of these defined mixtures, 10,000 calculated response sets (for each dose level) are processed through the dose algorithm and the resulting distribution is used to evaluate the total combined uncertainty at the different dose combinations. Report:� A report will be provided to the customer, which will in turn be added to the laboratory�s technical basis documents.� � This notice of intent is not a request for competitive quotations.� However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the Government.� The Government will consider responses received within 5 days of issuance of this notice. Information received will normally be considered solely for the purpose of determining whether or not to conduct a full and open competitive procurement or a small business set aside competitive procurement. The Government will not pay for any information received in response to this announcement. If the Government decides to compete this requirement, a synopsis shall be issued utilizing the combined synopsis/solicitation procedure identified in FAR 12.603.� If this effort becomes a Small Business Set-Aside, FAR 52.219-14, Limitation on Subcontracting, will apply. Therefore, small businesses that want to be considered for a small business set-aside should demonstrate how they intend to comply.� A determination not to compete this requirement based upon responses to this notice is solely within the discretion of the Government.� Contractors should be aware of the following information: Contractors must include the following information: Points of contact, addresses, email addresses, phone numbers. Identification as a large U.S. business, a small U.S. business, or a foreign business. Please note that size indicated should be based on the NAICS code for this effort listed above. Identification of any other socioeconomic status including: Women-Owned Small Business, Economically Disadvantaged Small Business, 8(a), Service Disabled Veteran Owned Small Business, Veteran Owned Small Business or HUBZone. Company CAGE Code or DUNS Number.� 2. If this posting specifically references brand name products, offerors are encouraged to suggest products other than those specifically referenced. �Responses must address how the alternate product meets the product characteristics specified above. 3.� Submitted information shall be UNCLASSIFIED. 4.� Responses are limited to 10 pages in a Microsoft Word compatible format. Responses should be emailed to Tracy Sober at tracy.sober@us.af.mil and Stephen Wharton at stephen.wharton@us.af.mil no later than 02 April 2020, 2:00 PM EST.� Any questions should be directed to Tracy Sober through email.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0bc9ae4fe4c24f5da9e9c4f15e40aaca/view)
- Place of Performance
- Address: Wright Patterson AFB, OH 45433, USA
- Zip Code: 45433
- Country: USA
- Zip Code: 45433
- Record
- SN05605464-F 20200402/200331230146 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |