SOURCES SOUGHT
66 -- INSTRUMENT AND LABORATORY EQUIPMENT
- Notice Date
- 4/10/2003
- Notice Type
- Sources Sought
- Contracting Office
- Department of Energy, New Brunswick Laboratory, New Brunswick Laboratory, 9800 South Cass Avenue Building 350, Argonne, IL, 60439
- ZIP Code
- 60439
- Solicitation Number
- 14174
- Archive Date
- 5/10/2003
- Point of Contact
- Kathryn Papenfuss, Financial Analyst/Contracting Officer, Phone 630.252.2459, Fax 630.252.4023,
- E-Mail Address
-
kathryn.papenfuss@ch.doe.gov
- Description
- 17(i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, and FAR Part 15, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 17(ii). The solicitation no. is 14174. 17(iii). This solicitation document and incorporated provisions and clauses are those in effect through the issuance of Federal Acquisition Regulations 2001, and Federal Acquisition Circular 12, effective 1/24/03. 17(iv) N/A. 17(v) N/A. 17(vi). The required instrument is one alpha spectrometer system that meets or exceeds the specification of an Ortec? Model OCTPL-PKG-1 and associated components. The systems to be used for analysis of uranium and plutonium samples and shall include the following components: a) One 8 Chamber Integrated Alpha Spectrometer System including all electronics (pre-amp, amp, MCA, and computer interface) and alpha spectrometry software, includes software for calibrations, sample counting, batch processing, and instrument and process quality control; b) eight lon-Implanted silicon alpha particle detector, rugged, cleanable with B-Mount Active Area: 450 mm2, Alpha Resolution: ≤ 19 keV FWHM at 5.5 MeV; c) one Accessories - lon Recoil Contamination Avoidance Package. Pressure control system and charged sample trays for recoil contamination protection. d) one 115-V Portable Pump Station for 8 Chamber Integrated Alpha Spectrometer System; e) One Business Personal Computer equivalent to the Dell Dimension 4550 Series with Pentium 4 Processor; 2.40GHz; 512MB; 17" Monitor; 60GB Hard Drive; Window XP Professional; and one printer that meets or exceeds the specifications of one HP desk jet printer. f) EtherNIM 10Base2 to 10BaseT Adapter Kit (BNC to RJ45); g) eight Sample holders in 8 chambers with trays to place planchets; h) MODEL INSTALL/TRAIN. Installation and training on-site for not less than 24 hours; i) and to include shipping, insurance, installation and warranty. The offeror shall provide product literature or other information about the product being offered to show it is a commercial item as defined in FAR 2.101. The Government reserves the right to inspect the offered item(s) to ensure that it does comply with the terms solicitation. 17(vii). The offeror must propose a date for delivery of this item to occur no later than May 25, 2003. The offeror's proposed date for delivery will be a consideration in the selection process. Delivery of the alpha spectrometer system will be to the New Brunswick Laboratory (NBL)located at 9800 South Cass Avenue, Building 350, Argonne, Illinois 60439. Delivery/shipping charges of all components to NBL are FOB Destination. 17(viii). Solicitation provision at FAR 52.212-1, Instructions to Offerors--Commercial items (OCT 2000) is hereby incorporated by reference. 17(ix). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is considered most advantageous, representing the best value to the Government, technical requirements, price and other factors considered. Offerors will be evaluated on the following equally valued technical evaluation factors. a) Efficiency and resolution of detectors: Alpha detectors with about 30% efficiency (sample close to the detector) and gamma efficiency of 30% (with respect to 3 X 3 sodium iodide detector) are acceptable. Detectors must be capable of resolution specified in 17(vi)(b). b) Operational software for data acquisition and data management: The software must be user friendly and ?easy? to use. The software must include all features essential for data acquisition, analysis of spectra and generation of reports in accordance to specifications by users giving qualitative and quantitative information of samples analyzed. c) Recoil contamination avoidance in alpha spectrometer: In order to prolong the useful life of detectors (i.e. avoiding contamination by recoil particles), features to adjust the pressure in the counting chamber coupled with attracting recoiling atoms by electric field are needed. d) Electromechanical cooler for gamma spectrometer: NBL intends to purchase an electromechanical cooling system later. The Alpha Spectrometer System that is purchased under this procurement must be capable of accepting an electromechanical cooler at a later time. e) Computer and printer: The computer and printer shall be identified as a separate items with the make and model of each specified. f) On-site training of spectrometer systems: The vendor must provide not less than 24 hours of on-site training at the New Brunswick Laboratory for up to 3 chemists in using the spectrometer effectively for analyses. Non-technical Evaluation Factors: g) Past Performance: Proposers shall submit a list of at least 5 reference names of end users and telephone numbers of prior users of the Alpha Spectrometer System which is offered. h) Price: Price reasonableness will be evaluated in accordance with FAR Part 15.305. 17(x). Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items (July 2002), with offer. 17(xi). Clause 52.212-4, Contract Terms and Conditions --Commercial Items (FEB 2002), is hereby incorporated by reference. 17(xii). Clause 52.212-4, -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (May 2002) (a) The Contractor shall comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); (2) 52.233-3, Protest after Award (31 U.S.C 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components: [Contracting Officer shall check as appropriate.] ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.219-3, Notice of HUBZone Small Business Set-Aside (Jan 1999). ___ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer). ___ (4) (i) 52.219-5, Very Small Business Set-Aside (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). ___ (ii) Alternate I to 52.219-5. ___ (iii) Alternate II to 52.219-5. ___ (5) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). ___ (6) 52.219-9, Small Business Subcontracting Plan (15 U.S.C. 637 (d)(4)). ___ (7) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)). ___ (8) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I of 52.219-23. ___ (9) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (10) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). ___ (12) 52.222-26, Equal Opportunity (E.O. 11246). ___ (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). ___ (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). ___ (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). ___ (16) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126). ___ (17)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (42 U.S.C. 6962(c)(3)(A)(ii)). ___ (ii) Alternate I of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). _x__ (18) 52.225-1, Buy American Act--Supplies (41 U.S.C. 10a-10d). _x__ (19)(i) 52.225-3, Buy American Act - North American Free Trade Agreement - Israeli Trade Act (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). ___ (ii) Alternate I of 52.225-3. ___ (iii) Alternate II of 52.225-3. ___ (20) 52.225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ___ (21) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). ___ (22) 52.225-15, Sanctioned European Union Country End Products (E.O. 12849). ___ (23) 52.225-16, Sanctioned European Union Country Services (E.O. 12849). _x__ (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). ___ (25) 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (31 U.S.C. 3332). ___ (26) 52.232-36, Payment by Third Party (31 U.S.C. 3332). ___ (27) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). ___ (28) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). ___ (ii) Alternate I of 52.247-64. _________________________________________________________________ (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: [Contracting Officer check as appropriate.] _x__ (1) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement (CBA) (41 U.S.C. 351, et seq.). __________________________________________________________________ (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components -- (1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (4) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241) (flow down not required for subcontracts awarded beginning May 1, 1996); and (5) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). (End of Clause) (2) Listed below are additional clauses that apply: (i) 52.225-11, Restrictions on Certain Foreign Purchases (Feb 2002). (ii) 52.232-1, Payments (Apr 1984). (iii) 52.232-8, Discounts for Prompt Payment (Feb 2002). (iv) 52.232-11, Extras (Apr 1984). (v) 52.232-25, Prompt Payment (Feb 2002). (vi) 52.233-1, Disputes (Dec 1998). (vii) 52.244-6, Subcontracts for Commercial Items and Commercial Components (May 2002). (viii) 52.253-1, Computer Generated Forms (Jan 1991). (b) The Contractor shall comply with the following FAR clauses, incorporated by reference, unless the circumstances do not apply: (1) The clauses listed below implement provisions of law or Executive order:(i) 52.222-20, Walsh-Healey Public Contracts Act (Dec 1996) (41 U.S.C. 35-45) (Applies to supply contracts over $10,000 in the United States). (ii) 52.222-26, Equal Opportunity (April 2002) (E.O. 11246) (Applies to contracts over $10,000). (iii) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Dec 2001) (38 U.S.C. 4212) (Applies to contracts over $10,000). (iv) 52.223-5, Pollution Prevention and Right-to-Know Information (Apr 1998) (E.O. 12856)(Applies to services performed on Federal facilities). 52.225-2 Buy American Act Certificate (May 2002), (2) Listed below are additional clauses that may apply: (i) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (July 1995) (Applies to contracts over$25,000). (ii) 52.211-17, Delivery of Excess Quantities (Sept 1989) (Applies to fixed-price supplies). (iii) 52.247-29, F.o.b. Origin (Jun 1988) (Applies to supplies if delivery is f.o.b. origin). (iv) 52.247-34, F.o.b. Destination (Nov 1991) (Applies to supplies if delivery is f.o.b. destination). (c) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address: www.arnet.gov/far/. (d) Inspection/Acceptance. The Contractor shall tender for acceptance only those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. The Government must exercise its post acceptance rights-- (1) Within a reasonable period of time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (e) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence, such as acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (f) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges that the Contractor can demonstrate to the satisfaction of the Government, using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred that reasonably could have been avoided. (g) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (h) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (End of clause) Questions concerning this action may be directed to Kathryn Papenfuss by FAX at 630-252-4023; or email kathryn.papenfuss@ch.doe.gov on or before noon on April 23, 2003. 17(xiii). Additional Contract Terms and Conditions applicable to this procurement are: (i) N/A (ii) Type of Contract: A firm fixed-price definite quantity, definite delivery contract will be awarded. 17(xiv). The Defense Priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated. 17(xv). N/A. 17(xvi). One original signed and dated offer must be delivered to the U.S. Department of Energy, New Brunswick Laboratory, 9800 South Cass Avenue, Building 350, Argonne, Illinois, 60439, Attn. Kathryn B. Papenfuss, Contracting Officer on or before 3:30 p.m. central time, April 25, 2003. 17(xvii). Contact Kathryn B. Papenfuss (630) 252-2459.
- Place of Performance
- Address: New Brunswick Laboratory, 9800 S. Cass Avenue, Argonne, IL
- Zip Code: 60440
- Country: USA
- Zip Code: 60440
- Record
- SN00300657-W 20030412/030410213429 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |