Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2003 FBO #0615
SOLICITATION NOTICE

66 -- Gamma Spectrometer System

Notice Date
8/4/2003
 
Notice Type
Solicitation Notice
 
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
14175
 
Response Due
8/20/2003
 
Archive Date
9/4/2003
 
Point of Contact
Kathryn Papenfuss, Financial Analyst/Contracting Officer, Phone 630.252.2459, Fax 630.252.4023, - Kathryn Papenfuss, Financial Analyst/Contracting Officer, Phone 630.252.2459, Fax 630.252.4023,
 
E-Mail Address
kathryn.papenfuss@ch.doe.gov, 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 14175. 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 14, effective 6/23/03. 17(iv) N/A. 17(v) N/A. 17(vi). The required instrument is one gamma spectrometer system that meets or exceeds the specifications of an Ortec® Model GMX30P4-A and associated components listed below. The system is to be used for analysis of uranium and plutonium samples and shall include the following components: a) One Model GMX30P4-A. GAMMA-X Coaxial N-Type HPGe Gamma-Ray Detector (PopTop), with Al Window, useful energy range approx. 20 keV to 10MeV 1. Relative Photopeak Efficiency: greater than or equal to 30% 2. Energy Resolution: less than or equal to 1.90 FWHM @ 1.33 keV 3. Peak to Compton Ratio: greater than or equal to 52:1 4. Peak Shape: 1.9 FW.1M/FWHM 5. Peak Shape: 2.8 FW.02M/FWHM b) One Model CFG-PV4, Vertical Cryostat (Dipstick) for GMX30P4-A. c) One Model DWR-30, 30-liter Dewar for GMX30P4-A. d) One Model HPLBS1, Lead Shield for GMX30P4-A HPGe detector. Note: This shield weighs ~2500 lbs. installed. Recommend this be installed by a professional rigger. e) One Model DSPEC-jr-NEGGE. DSPEC jr Digital Spectrometer with MAESTRO-32 MCA Emulation software and DIM-NEGGE detector bias supply for use with NON-SMART-1 equipped detector. Includes: 1. Automatic optimization for best detector performance 2. Continuous display of detector status and state of health information 3. Fast data transfer for live spectrum display 4. "Plug-and-Play on USB 5. Excellent temperature and count rate stability 6. Full computer control of every function f) One Model A66-B32, GammaVision-32 Gamma Spectroscopy Software. Complete, fully-integrated high resolution gamma spectroscopy software with complete MCA control, spectrum acquisition, comprehensive spectrum analysis, detector quality assurance, and user-adjustable analysis reporting. Provides qualitative and quantitative analysis results. g) One Model PC-2, Medium Business Personal Computer. Dell Dimension 4550 Series with Pentium 4 Processor; 2.40GHz; 512MB; 17" Monitor; 60GB Hard Drive; Window XP Professional. h) One Model PC-PRINTER-2, LaserJet Printer. 1200 HP JetDirect 175X external print server  250-sheet input tray  1200 x 1200 dpi  Prints up to 15 ppm  USB connectivity and 1284-B parallel  Includes 6’ USB cable i) Installation/Training. Installation and training on-site is estimated to be 24 hours. The vendor must provide not less than 24 hours of training at the New Brunswick Laboratory for up to three chemists in using the gamma spectrometer effectively. j) 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. k) Offeror is required to submit a bid on the following optional items: 1. Second Year Extended Warranty. Return-to-factory warranty is a one-year extension of free one-year initial warranty. This warranty includes labor, material, and return shipping. 2. One Model CFG-X-COOL-P-115, X-COOLER electromechanical cooler with PopTop connector using 110-120V ac, 60Hz input power. 3. One Model X-COOL-STAND-S. Cold Head Stand for X-COOLER when used with the HPLBS1 lead shield. 4. One Model N250GV. Gamma Spectroscopy using Germanium Detectors and GammaVision™. Gamma Analysis for beginning to intermediate gamma spectroscopists using HPGe detectors, including setup procedures for the detectors, electronics, computer, and software, followed by instruction on all aspects of the GammaVision interface, construction of nuclide libraries and analysis parameter files, and the setup of GammaVision for dedicated tasks. 17(vii) The offeror must propose a date for delivery of the items listed in 17(vi) to occur no later than 120 days from date of order. Delivery of the gamma spectrometer system will be to the New Brunswick Laboratory (NBL) located at 9800 South Cass Avenue, Building 350-South Dock, 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 and non-technical evaluation factors: Technical Evaluation Factors: a) Efficiency and resolution of detectors: Gamma detectors with about 30% efficiency (with respect to 3 X 3 sodium iodide detector) are acceptable. Detectors must be capable of resolution specified in 17(vi) (a) 2. b) Operational software for data acquisition and data management: 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) The Gamma Spectrometer System that is purchased under this procurement must be capable of accepting an electromechanical cooler as described in the specifications. The cooler is included as an optional item in the solicitation bid under 17(vi)(k). Non-technical Evaluation Factors: a) Past Performance: Proposers shall submit a list of at least 5 reference names and telephone numbers of prior end users of the Gamma Spectrometer System which is offered. b) 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 (June 2003), with offer. 17(xi) Clause 52.212-4, Contract Terms and Conditions --Commercial Items (FEB 2002), is hereby incorporated by reference. 17(xii) Clause 52.212-5, -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (June 2003) As prescribed in 12.301(b)(4), insert the following clause: Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (June 2003) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (Aug 1996) (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: [Contracting Officer check as appropriate.] __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (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) (15 U.S.C. 657a). __ (4)(i) 52.219-5, Very Small Business Set-Aside (June 2003) (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). __ (ii) Alternate I (Mar 1999) of 52.219-5. __ (iii) Alternate II (June 2003) of 52.219-5. __ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (7) 52.219-8, Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637(d)(2) and (3)). __ (8)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2002) (15 U.S.C. 637(d)(4). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (10)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (June 2003) (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 (June 2003) of 52.219-23. __ (11) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (12) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (13) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (14) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sep 2002) (E.O. 13126). __ (15) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). __ (16) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). __ (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). __ (18) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). __ (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). __ (20)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). _x_ (21) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). _x_ (22)(i) 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act (June 2003) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). __ (ii) Alternate I (May 2002) of 52.225-3. __ (iii) Alternate II (May 2002) of 52.225-3. __ (23) 52.225-5, Trade Agreements (June 2003) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (24) 52.225-13, Restrictions on Certain Foreign Purchases (June 2003) (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). __ (25) 52.225-15, Sanctioned European Union Country End Products (Feb 2000) (E.O. 12849). __ (26) 52.225-16, Sanctioned European Union Country Services (Feb 2000) (E.O. 12849). __ (27) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (28) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _x_ (29) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (30) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (31) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (32) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (33)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631).. __ (ii) Alternate I (Apr 1984) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, 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: [Contracting Officer check as appropriate.] __ (1) 52.222-41, Service Contract Act of 1965, as Amended (May 1989) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (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) (May 1989) (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 (Feb 2002) (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 Agreements (CBA) (May 1989) (41 U.S.C. 351, et seq.). (d)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), and (c), of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.219-8, Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) (2) Listed below are additional clauses that apply: (i) Reserved for future use. (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 (Jul 2002). (vii) 52.244-6, Subcontracts for Commercial Items (April 2003). (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 (June 2003), (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 Judy Wolfe by e-mail ONLY to JUDY.WOLFE@CH.DOE.GOV on or before noon on August 18, 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 S. Cass Avenue – Bldg. 350, Argonne, IL 60439 before noon on August 20, 2003. 17(xvii). Contact JUDY.WOLFE@CH.DOE.GOV
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOE/NBL/NBL/14175/listing.html)
 
Place of Performance
Address: U.S. DEPARTEMENT OF ENERGY NEW BRUNSWICK LABORATORY 9800 S. CASS AVE. - BLDG. 350 ARGONNE, IL
Zip Code: 60439
Country: U.S.A.
 
Record
SN00392009-F 20030806/030804223124 (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 |
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.