Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 28, 2003 FBO #0731
SOLICITATION NOTICE

36 -- WHOLE BODY COUNTER

Notice Date
11/26/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
RFO-3-C6K-5033
 
Response Due
12/15/2003
 
Archive Date
11/26/2004
 
Point of Contact
David R Vance, Contract Specialist, Phone (216) 433-6386, Fax (216) 433-5489, Email David.R.Vance@nasa.gov
 
E-Mail Address
Email your questions to David R Vance
(David.R.Vance@nasa.gov)
 
Description
WHOLE BODY COUNTING SYSTEM Combined Synopsis/Solicitation Section I ? Statement of Work Background The NASA Glenn Research Center (GRC) is currently decommissioning its Plum Brook Reactor located at its Plum Brook Station in Sandusky, OH. Personnel accessing the Plum Brook Station to support this work require monitoring for internal exposure per current Nuclear Regulatory Commission (NRC) regulations. This monitoring is performed through air sampling, whole body counting, and bioassay sampling. GRC is currently in need of a whole body counter to support the ongoing work activity. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Offer (RFO) for: Item 1) one Whole Body Counter (WBC), Item 2) one set of documentation, Item 3) Installation, checkout of Item 1, and training, and Item 4) Two year extended warranty of Item 1. The Contractor shall furnish 1 Whole Body Counter (WBC), documentation, installation, checkout and training, and a two year extended warranty in accordance with the following specifications: Item 1 - Whole Body Counter (WBC) General: The whole body counting system shall meet the following specifications: 1. The whole body counter shall be capable of meeting requirements of ANSI 13.3 with routine monitoring count times in less than two minutes. The system shall also have the following characteristics: ? Minimum detection of 5.0 nCi for Cs-137 and Co-60 with normal background < 10 uR/hr ? Capable of identification and quantification of radionuclides with energies between 300 keV and 1.8 MeV. ? Powered by 110/120 vAC ? Capability to determine the relative location of activity through use of multiple detectors or movable detectors. ? Digital Portable Multi-channel Analyzer / amplifier (MCA) with emulation software and detector interface module, or MCA of equal performance appropriate shall also include cabling, and computer hardware necessary to calibrate, maintain, and operate the system including report generation. ? Software programs analysis capability that shall include quality assurance (QA) data collection and analysis, calibration, and reporting necessary to implement an internal dosimetry program. ? Provide option for mobile unit (trailer) which is able to contain whole body counting unit and an additional High Purity ?N?- Type Germanium (HPGe) counting system. The trailer shall have appropriate climate controls required to maintain equipment and personnel. 2. Computer shall be a notebook type or equivalent with the following minimum standards: Pentium IV 1.0 GHz processor, 256 SDRAM, 20 GB hard drive, Windows XP operating system, CD-RW, 3.5? floppy drive and software. 3. Software to allow capability of writing analysis results to Microsoft (MS) Access or MS Excel databases. 4. Laser jet printer, Hewlett Packard (HP) 1200 or equivalent. The WBC shall be able to meet the following requirements: Item 2 - Documentation The Contractor shall furnish 1 set of instruction/maintenance manuals that, as a minimum, instructs in the safe set-up and operation of Item 1 and its associated software, and the normal preventative maintenance procedures required. The Contractor shall also include operational, quality assurance and calibration procedures required to maintain and operate the system. Item 3 - Installation, Checkout, and Training Suppliers shall include on-site (GRC Plum Brook Station) setup and at least one day of on-site (GRC Plum Brook Station) training for system expert and operators. The Contractor shall supply initial set-up and calibration of system, along with QA, calibration, and operating procedures and associated documentation. The Contractor shall install the System at NASA GRC Plum Brook Station within 30 days of delivery. Installation shall be by a trained factory representative(s) and include all alignments and utility hook-ups necessary for the operation of Item 1. The Contractor shall furnish to the NASA Contracting Officer a listing of utilities or other requirements necessary for installation within 5 calendar days after award. Actual installation date(s) shall be via mutual agreement between the Government and Contractor. Installation shall be performed Monday-Friday, non-federal holidays, during normal business hours at NASA GRC Plum Brook Station (typically 8 a.m. to 5 p.m.). The Contractor shall perform and document a complete system set-up and checkout at NASA Glenn Research Center Plum Brook Station upon completion of the installation. The checkout shall insure that Item 1 meets all functionality specifications listed in this document. The Contractor shall provide training in the operation of Item 1 either during its checkout or immediately afterwards. This shall include the basic safe set-up and operation of Item 1 and its associated operating software. This training shall be at the NASA Glenn Research Center Plum Brook Station and be for a minimum of 1 day. Item 4 - Two Year Extended Warranty The Contractor shall provide a two year extended warranty, as an extension to the standard one year warranty for the WBC and computer hardware and software. Section II ? Provisions and Clauses The provisions and clauses in the RFO are those in effect through FAC 01-17. The NAIC code is 334519 (Other Measuring and Controlling Device Manufacturing) and the small business size standard for this procurement is 500 employees. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to NASA Glenn Research Center Plum Brook Station is required within 30 calendar days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by December 15, 2003, 4:30p.m. GRC local time and may be mailed to NASA Glenn Research Center, Attn: David Vance, 21000 Brookpark Road, MS 500-312, Cleveland, OH 44135. Offers shall include all items as outlined in FAR 52.212-1(b) which includes but is not limited to: solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), Cage Code, taxpayer identification number (TIN) and other Representations and Certifications (52.212-3), identification of any special commercial terms, description of items offered per 52.212-1 and as modified, and be signed by an authorized company representative. A copy of a published price list, catalog price or computer page printout showing the price for Items 1-4 may also be included if desired. (Note, the Contracting Officer may request this information if only 1 source provides a proposal). Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/Proc/home.tme If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the Offerors shall so state and shall list the country of origin. Offerors must provide a completed copy of 52.212-3, Offeror Representation and Certifications - Commercial Items with their quote. FAR 52.2l2-3 may be obtained via the internet at URL: http://www.grc.nasa.gov/WWW/Procure/rforms.html As prescribed in 12.301(b)(4), the following FAR clauses are applicable: - 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 is applicable. - 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). - 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). - 52.222-21, Prohibition of Segregated Facilities (Feb 1999) - 52.222-26, Equal Opportunity (E.O. 11246). - 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) - 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). - 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). - 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126). - 52.225-15, Sanctioned European Union Country End Products (E.O. 12849). - 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (31 U.S.C. 3332). The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Section III ? Contractor Selection Award will be based upon overall best value to the Government. Consideration will be given to the factors of meeting specifications, total price, best value criteria (see the next paragraph below) and past performance. Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product offered meets the Government's requirement (see specifications above) and the best value criteria. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Best Value Criteria Award will be based upon overall best value to the Government among those offers that meet the solicitation specifications. Consideration will be given to the factors of meeting specifications, total price, best value criteria (see the next paragraph below) and past performance. Unless otherwise stated in the solicitation, for selection purposes, specifications, total price, and past performance are essentially equal in importance. Best Value Criteria 1. System ability to exceed or meet specifications with specific emphasis on: ? Minimum detectable activity ? Ability to discriminate between radionuclides ? Ability to minimize count time, while maximizing accuracy 2. Ease of use and flexibility of software with respect to reporting and operation. 3. System reliability, previous customer satisfaction, and degree of establishment and use within the industry. This data will be used to assess product capability and reliability. 4. Quality and detail of calibration, quality assurance, and operating procedures and systems. 5. Company capabilities to support repairs and maintenance. Section IV ? Miscellaneous Questions regarding this acquisition must be submitted in writing (email is preferred) no later than the close of business 12/10/03. Please note that David Vance will be out of the office from 12/1/03-12/5/03. Ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any) and for downloading their own copy of this combination synopsis/solicitation and amendments http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=22 Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#108052)
 
Record
SN00477807-W 20031128/031126212626 (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.