Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2004 FBO #0906
SOLICITATION NOTICE

58 -- Half-Body Radioactive Contamination Personnel Monitor

Notice Date
5/18/2004
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
SB1341-04-Q-0493
 
Response Due
6/1/2004
 
Archive Date
6/16/2004
 
Point of Contact
Erin Schwam, Contract Specialist, Phone 301-975-6304, Fax 301-975-8884, - Patrick Staines, Contract Specialist, Phone (301)975-6335, Fax (301)975-8884,
 
E-Mail Address
Erin.Hawley@nist.gov, Patrick.Staines@nist.gov
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-22. ****The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500 employees. This acquisition is unrestricted and all responsible Parties may submit a quote. ****The National Institute of Standards and Technology (NIST), has a requirement for one (1) Half Body Radioactive Contamination Personnel Monitor with state of the art PC based components, background correction algorithms, and remote alarm notifications. The counter will be used in clearance monitoring for beta surface contamination on personnel leaving laboratories. All interested parties shall provide a quote for the following line items: ****LINE ITEM 0001: Quantity one (1) each Half Body Radioactive Contamination Personnel Monitor with the following required specifications: Functional Requirements: **The Personnel Contamination Monitor (PCM) shall automatically detect the presence of beta emitting contamination on clothes, or exposed skin, of the person while standing in the unit. The PCM shall alarm and notify the user if the contamination exceeds 5000 DPM per100 square centimeters; ** The unit shall be capable of fully monitoring the head, hands, feet, legs, arms, and trunk of an individual for surface contamination in no more than a two-step process (i.e front and back OR side and side). The PCM shall use a full coverage contour that assures monitoring of the palm and back of the hands, top, bottom, and sides of shoes, face and head, arms, legs and torso so as to optimize detector geometric efficiency. The total covered area shall not be less than 8000 square centimeters; **The unit shall have not less than fifteen zones, or separate detectors, so that the location of detected contamination is indicated. The algorithm shall also provide a sum zone or distributed contamination detection capability; **Each detector zone shall cover at least 250 cm squared for each location and allow for an open area of at least 58 percent where transmission is not impeded by grids or supports. The mesh on the grid must be tight enough to prevent the detectors from being ruptured by small objects such as a dropped pen. Separate detectors are required for each monitored zone; **The PCM algorithm shall incorporate sum zone logic to combine response of adjacent detectors to alarm for low levels of generally distributed contamination. User selectable confidence levels shall be part of the combining algorithm; **The PCM shall be capable of detecting contamination of S-35 with maximum beta energy of 0.167 MeV. Other contamination isotopes to be detected include C-14, Sr-90, P-32, U-238, I-125, I-131. The monitor shall have a minimum efficiency of 10 percent for a point source of Co-60; **The PCM shall be capable of alarming for performance testing with 0.01 microCuries (uCi) of Strontium-Yitrium-90 and 0.1 uCi of Cs-137 within less than 30 seconds while operating in a variable external gamma background condition ranging from 0.005 to 2 millirems (mrem) per hour; **The PCM shall be able to detect 5000 DPM per 100 square centimeters of Cs-137 at one inch from a detector with a 90 percent probability of detection and a 0.1 percent false alarm rate. The maximum count time shall not exceed 15 seconds while operating in a 20 uR per hour background field; **The PCM shall automatically sense the presence of the user and start the counting sequence. These sensors shall assure the user is positioned close enough to the detectors optimize detection geometry. Manual buttons or switches that must be pushed by the user will not satisfy this requirement; **The PCM shall use audible and visual indicators notify the user of the count sequence status; ** The PCM shall include a frisking probe with alarming capabilities for checking tools, equipment, wheels on carts, and other items. Cable lengths for the probe must be at least five (5) feet long; **The frisking probe shall include either audible OR visual notification to the user in order to gauge the response while the user cannot directly view the main display on the monitor unit; **The monitor shall have both audible and visual indication of an alarm and location of the detector originating the alarm. The display must be readable by the user. This may be accomplished either by maintaining the displayed results long enough (30 seconds or greater) for the user to review them after leaving the monitoring position OR by placing the display where it can be seen during use; The PCM shall have a user selected automatic hard copy printout when the count indicates contamination. **The monitor shall include connections to allow remote alarm notifications. The PCM also shall be capable of communicating system status, alarm conditions, or other parameters to a remote computer via secure LAN twisted pair or TCP-IP connections; **The monitor shall include provisions for a printout (i.e. a printer port) OR easily readable computer file documenting alarm conditions and usage history that NIST Health Physics staff may review either upon response to an alarm or during normal daily rounds. The printer shall be supplied with the unit; **The monitor shall be PC based to allow easy upgrade of the program and supporting files (such as audio WAV (audio command) files, onscreen instructions etc) as needed; **The computer and all detector electronics shall be enclosed and mounted inside the cabinet so that there are minimal outside cables and connections except what is required for printers and IO devices; **The computerized controlling program shall incorporate automated routines for performing instrument set-up and quality assurance. These routines shall include automated high voltage plateaus, discriminator threshold and window settings, background and efficiency trending for each detector. The system shall be able to produce data file reports and hard copy printouts to document QA testing and trends; **Setup, Quality Assurance (QA), and diagnostics program interface shall be onscreen menu driven so that a technician can perform these functions without substantial reference to the hard copy tech manual; **The PCM algorithm shall incorporate a means for a single individual to perform all QA source response and alarm checks. It shall not be required for a single technician to hold the source close to each detector and simultaneously operate an IO device or position sensor; **The controlling algorithm shall include alarm point settings, calibration efficiencies, and readout units that may be adjusted by NIST Health Physics staff; **The algorithm shall include maximum count time settings, not to exceed 30 seconds and minimum sensitivities (MDA) that are selectable by NIST Health Physics staff. The system manager (NIST HP) shall have the option to select a fixed count time with variable sensitivity based on variable background OR using a fixed sensitivity with a varying count time based on the variable background; **The programs shall allow for diagnostic and setup utilities including individual detector “real time” rate meters, individual detector background history trend graphs, individual detector bias High Voltage (HV) plateaus and threshold setup utilities, individual detector efficiencies, and individual and grouped alarm point settings; **The algorithm shall include an automatic background update to correct the active count. This shall be based on a rolling average with times that shall be adjustable by the NIST HP staff; **The PCM shall temporarily suspend operations going “Out of Service” and notify users on screen if a step change in background or other fault condition such as a low “failed detector” count rate or a high “contaminated detector” count rate occurs that prevents the unit from reliably alarming for the specified levels of sensitivity. The unit shall return to service when background or fault conditions return to normal; **The algorithm shall be capable of compensating for “self shielding” of the background when a user steps into, or approaches, the unit; **The PCM shall include provisions for the user to save the background, usage, and QA and maintenance history via a computer file OR print out while the monitor remains available for normal contamination monitoring. The algorithm shall include a mode to automatically and periodically transmit this data to an external PC, a computer disk, or a printer. Preference shall be given to systems that store the data internally in an easily retrievable, readable, and transferable manor; **The monitor shall automatically reset to the user specified parameters and return to service following any power interruptions; **The monitor shall be designed to minimize operating and maintenance requirements. Preference shall be given to sealed proportional detectors over flow-through units. Solid-state detectors will be considered if it can be demonstrated or documented that they meet the same alpha/beta detection capability requirements and are not overwhelmed by external background fluctuations; **The system shall be delivered with all components and accessories necessary for data input/output and programming control including, but not limited to, computer, keyboard, mouse or track ball, monitor, printer, plugs, and cables; **The system IO connections shall be arranged for easy access. The ports shall be located on the front or sides of the instrument so as not to be blocked by placement of the PCM close to walls; **The monitor components shall be designed for easy access for decontamination and repair. All decontaminations, repairs, or component replacements shall be possible without the use of specialized tools, relocation of the PCM unit, or substantial technical support from the manufacturer. Where possible, all detectors and supporting electronics shall be of similar design so as to be fully interchangeable. It must be possible to take some detectors out of service without fully disabling the PCM; **With the exception of the detector windows, the unit shall be capable of being cleaned with standard cleaning supplies and equipment; **The PCM shall have a maximum footprint of 54 inches x 52 inches and maximum height of 92 inches. It must be possible to transfer the unit through 6 foot 10 inch high x 47-inch wide doorways. This should be able to be accomplished by tipping the unit on its side or back and turning it through the door or by some minimally disruptive disassembly; **The unit shall operate on standard 115 to 125 Volt 15 amp 60 hz ac power. The unit shall be delivered with appropriate surge suppression/uninterruptible power supply to minimize the impact of power surges or disruptions; **The Contractor shall provide a list of the system’s spare parts inventories including current prices and estimated delivery times. Preference shall be given to systems that have spare parts available for delivery to NIST within two-weeks after notification of need. **The Contractor shall deliver the PCM to NIST not later than three (3) months after receipt of order.**** ****LINE ITEM 0002: Installation with the following required specifications: **Installation shall include, at a minimum, uncrating and removal of empty crate and packing materials, set-up and hook up of all equipment; integration of all new equipment with existing equipment; installation and start-up of all new software, turn-key start-up of the integrated system; functional test to ensure all components are working and demonstration of specifications. ****LINE ITEM 0003: Training with the following required specifications: ****The Contractor shall provide training, on-site at NIST, for HP staff, consisting of three 3 technicians and three 3 professionals (six (6) staff members total) within two (2) months after delivery. At a minimum, the training shall cover a complete description of the components and initial calibrations of the PCM, a description of how each component works, a description and demonstration of the new software, with explicit instructions about how each segment of the software works. Training is anticipated to be not less than four (4) hours. **The Contractor shall provide two (2) sets of detailed operations and maintenance manuals for the PCM model purchased. The shall include operating, calibration, and repair procedures, algorithm instructions, and hardware schematics.**** ****LINE ITEM 0004: Warranty with the following required elements and specifications: **Equipment must have a minimum one-year, comprehensive, free parts and labor warranty; **Within one-year warranty period, the Contractor shall provide Customer support in the form of visits to the customer’s site and telephone and email communications within the warranty period. Minimum acceptable response times are: 1 week within notification of a problem for site visits, 8 hours for telephone and email responses. **Technical Support shall include any required software upgrades and patches.**** ****DELIVERY SHALL BE FOB DESTINATION and shall be completed not later than three (3) months after receipt of order. The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The Contractor shall deliver to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. ****The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, and 3) Price. Technical Capability, and Past Performance, when combined, are more important than Price. ****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. Quotes shall clearly identify the maximum performance under those specifications where the Government has identified a preference. In determining best value, the Government will give strongest consideration to technical capabilities, systems that store data internally, sealed proportional detectors, and availability of a spare parts inventory. ****Past Performance will be evaluated to determine the overall quality of the product and service, provided by the Contractor. Evaluation of Past Performance shall be based on information obtained from the references provided IAW FAR 52.212-1(b)(10) and/ or information provided by NIST or its’ affiliates. Quoters shall provide a list of at least THREE (3) REFERENCES to whom the same or similar products have been sold. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. ****The following provisions and clauses apply to this acquisition: Provisions: 52.212-1, Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. Clauses: 52.204-7, Central Contractor Registration (Oct 2003); 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, including subparagraphs: (13) 52.212-3 Convict Labor; (14) 52.222-19 Child Labor – Cooperation With Authorities And Remedies; (15) 52.222-21, Prohibition of Segregated Facilities; (16) 52.222-26, Equal Opportunity; (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (18) 52.222-36, Affirmative Action for Workers with Disabilities; (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (21) (i) 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act (Jan 2004); (24) 52.225-13, Restrictions on Certain Foreign Purchases; (29) 52.232-33, Payment by Electronic Funds Transfer— Central Contractor Registration (May 1999)(31 U.S.C. 3332); 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984); and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at www.nist.gov/admin/od/contract/agency.htm. ****All Parties shall submit the following: 1) Two (2) copies of a quotation which addresses all Line Items; 2) Technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far. ****All quotes should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Erin M. Schwam, Building 301, Room B175, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. ****Submission must be received by 3:00 p.m. local time on June 1, 2004. FAXED AND EMAILED QUOTATIONS SHALL NOT BE ACCEPTED. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (18-MAY-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NIST/AcAsD/SB1341-04-Q-0493/listing.html)
 
Place of Performance
Address: NIST, 100 Bureau Drive, Building 301 Shipping and Receiving, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00588004-F 20040520/040518212509 (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.