SOLICITATION NOTICE
66 -- Liquid Scintillation Counter
- Notice Date
- 7/17/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- Environmental Protection Agency, Administrative Contract Service Center, 1200 Pennsylvania Avenue, Nw, Washington, DC 20460
- ZIP Code
- 20460
- Solicitation Number
- RFQ-DC-07-00258
- Response Due
- 7/27/2007
- Archive Date
- 8/27/2007
- Description
- NAICS Code: 334516 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and under the authority of FAR 13.1, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued under Request for Quote RFQ-DC-07-00258 and includes incorporated provisions and clauses in effect through Federal Acquisition Circular 05-17. The North American Industry Classification System (NAICS) Code for this procurement is 334516 with a Small Business Administration (SBA) size standard of 500 employees. OBJECTIVE: The objective of this purchase order is for the Contractor to provide (2) of the required detector systems intended for general purpose liquid scintillation counting of samples in two separate fixed laboratories at different geographic locations somewhere within the United States or its territories. Each laboratory will receive one detector system, consisting of a detector, associated electronics, and a computer system. STATEMENT OF WORK: Separate quotations are requested for Item 1 (detector and electronics), Item 2 (computer system), and for combinations of Items 1 and 2. Separate contracts may be awarded for Items 1 and 2 if it is determined that this will provide the greatest value to the government. The specific locations where the equipment is to be shipped and installed have not yet been determined. EPA will perform receipt inspection at the vendor's facilities when manufacture is complete. The inspection may be performed in conjunction with the factory testing by the vendor, at the vendor's discretion. This inspection by EPA will include verifying the functionality and interoperability of all components being provided by the vendor, and therefore must be performed with the equipment fully assembled and prior to packaging. The vendor will be responsible for packaging the equipment for temporary storage and/or shipment after the equipment is accepted by EPA. The vendor may invoice EPA for 90% of the agreed amount for Items 1 and 2 after they have been accepted by EPA. The remaining 10% will be invoiced by the vendor and paid by EPA after satisfactory completion of the on site installation and start up services specified in General Requirement 3. For both equipment items, separate fixed price quotations are requested for temporary storage (Items 3 and 4). If EPA has not yet determined the final locations for the equipment at the time of receipt inspection, the vendor will be required to provide temporary storage of the equipment for up to 6 months. The vendor's monthly demurrage fee for providing temporary storage, if any, should be quoted separately as items 3a and 4a. For both equipment items, separate fixed price quotations are requested for shipment to a destination within the 48 contiguous states (Items 5 and 6). In the event that EPA chooses one or more locations that are not within the 48 contiguous states, a separate contract or a contract modification will be negotiated for the additional shipping costs. The specifications below are believed by EPA to be necessary to meet the functional requirements for the intended application, but alternatives will be considered provided that bidders can demonstrate how a proposed alternative will meet the functional requirements. General Requirement applicable to Items 1 and 2: 1) The equipment must be warranted to be free of defects in material and workmanship for at least one year from the time of acceptance by EPA. 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. Any 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) on site installation and start up services shall be provided to include: travel to and from the installation location, unpacking, assembling, and interconnecting all components, testing all components and functions as required to verify that all components are functioning properly, and correcting any deficiencies identified, demonstrating the normal operation and user-level tests and maintenance of the equipment, and any associated software, training of at least one analyst in the operation of the instrument. The following functional requirements have also been determined for Liquid Scintillation Counter (Item 1): The system is an automatic liquid scintillation counting system that a) at a minimum dual photomultipliers surround the sample, b) the sample being counted is to be shielded from external light and radiation, c) the system is to contain a multi-channel analyzer, MCA, capable of sorting pulse data covering an energy range of 0 to 4000 keV. d) samples are to be changed automatically by the system, e) system is to accommodate approximately 400 20 mL sample vials and 700 5 mL sample vials, f) system is to have a low activity/high sensitivity count mode (HSCM) as a standard feature, g) instrument should be able to do a Luminescence Assay (single photon counting) by adjusting the high voltage on the PMT'S, h) system should have an option for upgrading to Ultra Low Level Count Mode for low activity Beta Samples by adjusting low level discrimination over the entire range of 0-2000kev, i) system is to have the ability for Alpha/Beta Discrimination Counting, j) system should have an option for upgrading to Ultra Low Level Count Mode for low activity beta samples. It should include low level discrimination over the entire range of 0-2000 keV. Furthermore, the system operating program is to allow for related analysis of data from the MCA, including, a) ability to store sample and standard spectra and allow to be used with different ROI's (region of interest), b) library driven nuclide identification with the ability to identify unknown nuclides, c) protocol specific drive and path selection for data and spectrum storage, d) Protocol specific, user selectable, coincidence resolving time, e) single, dual, and triple label DPM, f) automatic single label direct DPM with External standard. Also, the instrument is to allow for multiple user programming applications, including, a) programs are to capable of password protection, b) program should post run sample DPM re-processing and allow data changes to count conditions or report definitions, c) program should incorporate 3D spectral mapping and unfolding capability to display in color the quench standard spectra together with the spectrum of the unknown for single label counting. Furthermore, instrument is to have a Quality Control features to allow for user monitoring of analysis and system performance, including, a) efficiencies, backgrounds, Figure of merit (FOM) and Chi-square values for H-3 and C-14 over the life of the instrument, b) information is to be monitored, recorded, and stored every 24 hours without need for user initiation, c) system is to provide automatic warning if any of the monitored QC parameters are out of prescribed specifications. Also, the equipment should be capable of storing data and provide simple connection to network via Ethernet adapter card internal cabling and connector panel and the instrument should operate on ambient room temperature, including, a) instrument is to be capable of upgrading with temperature control capabilities, b) upgrades should be possible by field installation. The Computing System should include the following functional requirements (Item 2): the system may be built in or stand alone to the liquid scintillation counting system, the supporting electronics shall be controlled by computer software, which must be provided at no additional cost. The software must run on an i386-based Personal Computer operating under Windows XP Service Pack 2 operating system. The software must be capable of: a) controlling the functions of the detector and supporting electronics as required for alpha and beta acquisition, b) saving the resultant alpha spectrum as an electronic file, in a format that can be imported and used by the currently available alpha spectrometry analysis software from all major vendors. The preferred spectral file format is as specified in ANSI N42.42. Furthermore, the system must have provisions for electronic transfer of data, in a format suitable for automated input from and output to an existing Oracle-based Laboratory Information Management System. The Personal Computer, which shall be provided with the counting system must meet the following minimum requirements: a) Pentium 4 processor with HT Technology (3 GHz, 2 MB cache, 800 MHz FSB), b) Hyper-Threading preset to OFF; can be enabled in BIOS, c) 512 MB DDR2 SDRAM, d) 40 ? 80 GB Serial ATA hard disk, e) CD/DVD+/-R/W drive, f) 10/100/1000 NIC, g) 17" flat panel monitor with at least XGA resolution, h) minimum of two USB ports, i) tandard audio and speakers (speakers may be integrated with flat panel monitor), j) Windows XP Professional Service Pack 2 operating system. If any third party Commercial-Off-The-Shelf software is required for operation, it shall be provided. DATE/PLACE OF DELIVERY: FOB Destination. Two locations have not yet been decided upon. Included within the quote must be temporary storage of the items pending shipment for up to six months (Items 3 and 4). BASIS FOR AWARD: The Government will make award to the responsive, responsible firm, whose quotation is most advantageous to the Government at the lowest price technically acceptable. 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 clauses cited in 52.212-5 being applicable. The aforementioned provisions and clauses can be accessed electronically at http://acquisition.gov/comp/far/index.html. Prospective sources are reminded that award can only be made to a Contractor who is registered in the Central Contractor Registration (www.ccr.gov) database with an active DUN & Bradstreet number. QUOTE SUBMISSION INSTRUCTIONS: Offerors shall submit a firm-fixed-price quote. In addition the FAR 52.212-3 representations and certifications shall be submitted. Responses are due no later than July 27, 2007 at 4:00 PM EDT and should be submitted via e-mail to daniels.ryan@epa.gov or via facsimile to the attention of Ryan Daniels at (202)-565-2554.
- Record
- SN01344694-W 20070719/070717222041 (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 |