MODIFICATION
66 -- Various Laboratory Equipment & Instruments
- Notice Date
- 5/24/2007
- Notice Type
- Modification
- Contracting Office
- Environmental Protection Agency, Administrative Contract Service Center, 1200 Pennsylvania Avenue, Nw, Washington, DC 20460
- ZIP Code
- 20460
- Solicitation Number
- RFQ-DC-07-00206
- Response Due
- 6/11/2007
- Archive Date
- 7/6/2007
- Description
- NAICS Code: 334519 The purpose of this modification is to provide a continuation of the original synopsis cut off in the previous notice, and to correct the response date. Synopsis Continuation: 5. The instrument must be warranted to be free of defects for at least one year from the time of delivery. The warranty must provide for repair or replacement at no cost to the government, and shall not require the government to pay for shipping or handling costs for return of a defective instrument for repair. 6. Documentation provided with the instrument shall include instruction manuals that completely describe how to set up, configure, calibrate, maintain, and use the instrument, both hardware and software. Schematic and component layout drawings shall be provided for all circuit boards. Assembly drawings shall be provided for all mechanical assemblies. All drawings shall identify components by part number and be accompanied by part lists that include all components shown in the drawings. This documentation may be provided either in printed form, or on CD-ROM in portable document format (PDF) files. 7. Delivery must be FOB the National Air and Radiation Laboratory, Montgomery AL. All shipping and handling costs shall be included in the base price of the instrument. 8. On site installation, start up, and operator training shall be provided and shall be included in the base price of the instrument. The training shall include all normal tests, calibrations, and operations, and user-level maintenance. These services shall be considered integral to delivery of the instrument system, and EPA shall not be invoiced for any portion of the instrument system until it has been installed at NAREL and demonstrated to be fully operational. Item 5: Low Energy Gamma Spectrometry Detector System (Quantity = 1) The required detector system is intended to be used for assay of Plutonium radionuclides in environmental media by high resolution gamma spectrometry. The following functional requirements have been determined for the detector system: 1. For a 4" diameter filter paper with 3.25" active collection area placed directly on the detector end cap, the absolute efficiency for 10 keV x-rays must be at least 5%. 2. Energy resolution must be good enough to distinguish 13.6 keV Pu x-rays from the 14.4 keV Co-57 gamma. 3. The system must have provisions for electronically storing gamma spectrum files for subsequent analysis, in a format that can be imported and used by the commercially available gamma spectrometry analytical software currently supplied by all major vendors. 4. The system must be fully capable of meeting all applicable requirements of the National Environmental Laboratory Accreditation Conference (NELAC) 2003 Standards The specifications below are believed by EPA to be necessary to meet the above functional requirements for the intended application, but alternatives will be considered, provided that offerors can demonstrate how a proposed alternative will meet the functional requirements. 1. The equipment must be warranted to be free of defects in material and workmanship for at least one year from the time of delivery. The warranty must provide for repair or replacement at no cost to the government, and shall not require the government to pay for shipping or handling costs for return of defective equipment for repair. Software shall be expressly warranted to be fit and suitable for the purpose for which it is provided and that it will operate satisfactorily on the platform specified; disclaimers of warranty of fitness for purpose are unacceptable. 2. Documentation provided with equipment shall include instruction manuals that completely describe how to set up, configure, calibrate, maintain, and use the equipment furnished, both hardware and software. Schematic and component layout drawings shall be provided for all circuit boards. Assembly drawings shall be provided for all mechanical assemblies. All drawings shall identify components by part number and be accompanied by part lists that include all components shown in the drawings. This documentation may be provided either in printed form, or on CD-ROM in portable document format (PDF) files. 3. Delivery must be FOB the National Air and Radiation Laboratory, Montgomery AL. All shipping and handling costs shall be included in the base price of the instrument. 4. The detector shall be coaxial High Purity Germanium (HPGE) with integral signal pre-amplifier: The detector diameter shall be at least 80 mm, and the ratio of the diameter to the length shall be at least 2.25. The entrance window shall be sufficiently thin to provide a useful lower energy range of 10 keV or lower. The upper useful energy range should extend to at least 200 keV. Relative efficiencies at energies greater than 200 keV are unimportant. Energy resolution shall be at least 600 eV FWHM at 14.4 keV and at least 650 eV at 122 keV. 5. The cooling system may be either a cryostat with 30 L liquid nitrogen dewar, or a mechanical cooler. The cryostat must be vertical dipstick, or if a mechanical cooler is proposed, it must be physically compatible with shield assemblies designed for use with a vertical dipstick cryostat. If a mechanical cooler is proposed, the required power supply must be single phase 115 VAC (normal U.S. household current), and the device must be capable of achieving a detector operating temperature low enough, and of limiting microphonic effects from vibration, such that detector resolution is not significantly less than if cooled with liquid nitrogen. 6. Supporting electronics for the detector shall be provided. Discrete or integrated components using either analog or digital signal processing are acceptable, but must provide all of the functions required for a fully functioning high resolution gamma spectrometry system, including but not limited to: High Voltage detector bias Detector pulse shaping, amplification, and processing A Multi-channel analyzer with minimum conversion gain of 4096 channels All interconnecting cables and/or interface adapters as required to have a fully functioning system that is interfaced with and controlled by a Personal Computer 7. The supporting electronics shall be controlled by computer software, which must be included in the offerors quote. The software must run on an i386-based Personal Computer with a Windows XP Service Pack 2 operating system. The software must be capable of: controlling the functions of the detector and supporting electronics as required for gamma spectrum acquisition saving the resultant gamma spectrum as an electronic file, in a format that can be imported and used by the currently available gamma spectrometry analysis software from all major vendors. The file format specified in ANSI N42.42 is preferred. If any third-party, commercial, off-the-shelf software is required for operation, the software shall be included in the quotation and provided by the contractor. 8. A shield fabricated with low background materials shall be provided for the detector to reduce background gamma radiation. The mechanical design of the shield shall accommodate the proposed detector and cooling system. It shall have internal dimensions sufficient to accommodate a 4L marinelli beaker and shall provide shielding equivalent to at least 3 inches of lead. The provision at FAR 52.212-1 "Instructions to Offerors-Commercial" applies to this acquisition. Offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications - Commercial Items" with their response. The following FAR clauses also apply: 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", with the following clauses cited in 52.212-5 being applicable to this acquisition: 52.233-3 - Protest after Award (Aug 1996), 52.233-4 - Applicable Law for Breach of Contract Claim, 52.203-6 - Restrictions on Subcontractor Sales to the Government (Jul 1995) (41 U.S.C. 253G and 10 U.S.C. 2402), 52.222-3 - Convict Labor (June 2003) (E.O. 11755), 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126), 52.222-21- Prohibition of Segregated Facilities (Feb 1999), 52.222-26 - Equal Opportunity (Apr 2002) (E.O. 11246), 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-36 - Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), 52.222-37- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-39 - Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) ( E.O. 13201), 52.225-3 Buy American Act-Supplies (Jun 2003)(41 U.S.C. 10a-10d), 52.225-13 - Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), and 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The aforementioned provision and clauses can be accessed electronically at http://www.arnet.gov/far and http://www.gsa.gov/far. Prospective sources are reminded that award can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database. QUOTE SUBMISSION INSTRUCTIONS Offerors may submit a detailed project plan (not to exceed 10 pages), describing the offeror's ability to satisfy the Government's requirement as set forth in the Statement of Work, OR, a detailed price quotation, adequately describing each of the required components and specifications. Additionally, each offeror shall identify up to three contracts, which have recently been performed (within the last 3 years), or are currently performing, which are similar in scope for services of this magnitude and complexity. The offeror shall provide the following information with respect to each of these contracts: *Contract number, contract type and dollar value *Date of contract award and period of performance *Name, address and telephone number of all applicable contract points of contact *Brief description of contract work, scope, and responsibilities Offerors shall also submit a firm, fixed price quotation for those line items the offeror has chosen to compete. Offerors shall highlight the total proposed pricing for each line item, including a cost-breakdown showing pricing information for travel, shipping, and storage. The actual shipping location for some line items has not yet been determined. Where the shipping location is not specified, offerors shall propose fixed charges for the shipping, which will be limited to the 48 contiguous States. All shipping shall be F.O.B. destination and shipping costs shall be shown as a line item of the total, firm, fixed-price proposed. Temporary storage may be required for up to 6 months, where identified. This cost shall be included as a separate line items in quotations, and identified as optional monthly charges, per individual line item, where applicable. The Government will award to the responsive, responsible firm, whose quotation is most advantageous to the Government, price and other factors considered. This is a best-value procurement. The Government may or may not award to the low price quotation. For this requirement, all evaluation factors are of equal importance and are as follows : 1.)Technical Performance - The Government will evaluate each offeror's technical approach and technical acceptability based on specifications provided, 2.) Past Performance - The Government will evaluate each offeror's past performance of projects based upon customer satisfaction with the services provided on past or current projects, and 3.) Cost/Price - The Government will evaluate the total expected cost of each individual line item, including all relevant costs, as detailed above. The Government reserves the right to separately purchase each line item, and intends to make more than one award, to fulfill the requirements outlined in this Statement of Work. A single offeror may be awarded some, none, or all, of the requirement detailed in this Statement of Work, based on which action is determined to be in the Government's best interest. Offerors are NOT required to quote for all line items, detailed in this Statement of Work, to be considered for award. All questions concerning this RFQ must be submitted in writing and faxed to (202) 565-2554 or e-mailed to humphrey.nicole@epa.gov within seven (7) days of posting. No telephonic response to this solicitation will be accepted. Each offeror shall submit (1) one electronic copy via e-mail by the response date of this notice, to Nicole Humphrey, Contract Specialist, at humphrey.nicole@epa.gov, the Contracting Officer, Debbie Miller, at miller.debbie@epa.gov, and the Project Officer, Vaughan Johnson, at johnson.vaughan@epa.gov.
- Record
- SN01302886-W 20070526/070524221817 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |