Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2011 FBO #3406
SOLICITATION NOTICE

66 -- Replacement and upgrade of the area radiation monitoring system in the existing guide hall, the new guide hall addition and the confinement building

Notice Date
3/21/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-11-RQ-0015
 
Archive Date
7/31/2011
 
Point of Contact
Joni L Laster, Phone: 301-975-8397, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
joni.laster@nist.gov, todd.hill@nist.gov
(joni.laster@nist.gov, todd.hill@nist.gov)
 
Small Business Set-Aside
N/A
 
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. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-50. The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500 employees. This requirement is unrestricted and all interested Contractors may submit a quotation. The National Institute of Standards and Technology is seeking to replace and upgrade the Area Radiation Monitoring System in the existing guide hall, the new guide hall addition and the confinement building. The National Institute of Standards and Technology (NIST), Center for Neutron Research requires the replacement of the current aging system and unsupported Area Radiation Monitoring System equipment and the addition of new equipment in the new guide hall addition and adjacent to new and existing experimental stations within the two guide halls. The Area Radiation Monitoring System alerts users, Heath Physic (HP) personnel, and Reactor Operations (RO) personnel to elevated doses rates in the vicinity of the experimental facilities. The system also is used to alert HP and RO to elevated dose rates at the perimeter of the facility. The dose rate of each channel is logged and tracked. The NIST Center for Neutron Research (NCNR) reactor has been in continuous operation since it achieved initial criticality on December 7, 1967. The NCNR is licensed by the Nuclear Regulatory Commission (NRC). Fixed gamma area radiation monitors are positioned at ten selected locations in the confinement building: three on the C200 level, which includes the control room, top of the reactor, and west wall of C200; four on the C100 level, which includes the experiment and neutron beam room; two in the process room, which contains primary cooling water systems; and one in the spent fuel storage pool area. Fixed gamma area radiation monitors are also positioned at fifteen selected locations in the existing guide hall: fourteen around the perimeter of the hall and one in the radioactive storage vault. The facility is undergoing a major expansion project. The guide hall is being expanded and new experimental facilities are being added. The ten confinement area monitors will be replaced with new equipment in their existing locations. Approximately half of the existing guide hall area monitors will be replaced with new equipment in their existing locations. The remainder will be relocated to new locations in the expanded guide hall and replaced with new equipment. New area radiation monitors will be installed at new locations on the perimeter of the expanded guide hall, at new locations adjacent to new and existing experimental test stations and on three levels of the pump rooms in the D-wing. General Description: Quantity One (1) Job for the replacement and upgrade of the Area Radiation Monitoring System in the existing guide hall, the new guide hall addition and the confinement building. The system must meet or exceed all of the minimum specifications identified herein. All equipment must be new. Used or remanufactured equipment will not be considered for award. System Specifications for Line Item 0001: The Contractor shall provide a minimum of seventy four (74) Area Radiation Monitoring units and a central data collection/data logger unit according the requirements below: 1. Provide audible and visual indication of an alarm status and visual readout of dose rate locally and remotely 2. Provide indication of master alarm, such that if any one channel is in an alarm state the master alarm will indicate alarm status and radiation level 3. Capable of acknowledging an alarm event without clearing the alarm from master location only 4. Capable of reading a dose rate and allowing independent alarm point settings for each channel in the following ranges: *60 Channels with a 0.01 mR/HR to 1 R/HR range *10 Channels with a 0.01 mR/HR to 10 R/HR range *4 Channels with a 0.01 mR/HR to 100 R/HR range 5. Allow detectors to be placed at locations separate from the local readout 6. Allow independent channel QA checks, calibrations, and removal from service without disabling the entire system 7. Provide a central data logging and data display/trending of all channels 8. Capable of a flat rate response with in dose rate ± 20% of true value to gamma radiation ranging in energy from 100 KeV to 1.333 MeV. 9. Automatic restart with all data and parameters saved in the event of a power interruption 10. Provide access control to prevent unauthorized modification of alarm set points and system parameters 11. Able to communicate through Ethernet based network or be adaptable to Ethernet based network 12. The channel response time shall be short enough to quickly respond to a large step change in radiation level while long enough to prevent spurious alarms due to noise. 13. Provide relay contacts to operate auxiliary equipment for alarm event or equipment failure 14.Provide all necessary equipment to allow the ability to check the internal electronics or expose detector to an internal radiation check source and specify the methodology for the ability. 15. Documentation to be provided at time of delivery: • A list of recommended spare parts and replacement components, including their current cost and availability • Instruction manuals and drawings associated with the Area Radiation Monitoring Units. • Guidance on preventative maintenance to be followed by the staff for the new units • Detailed information about communication protocol for allowing NIST staff to adapt output from their unit to third party software and specify the method for the ability to check the internal electronics or expose detector to an internal radiation check source; The Government shall give preference to equipment that can provide the following additional capabilities: 16. Allow remote display of trend data for individual channels, multiple channels or all monitored channels. On screen trend data time display scales shall be adjustable from less than ten minutes up to two months 17. Allow download of data to common application software, such as Microsoft Office Excel without taking the system off line. Allow long term data analysis for periods up to two years 18. Allow remote (central location) set up of individual channel and group calibration parameters Design: Not later than 30 days after award, the Contractor shall provide computer generated, scaled, top and side view drawings of the system in AutoCAD format. The drawings shall be detailed sufficiently to serve as "as-built drawings" for the system the Contractor intends to manufacture. Drawings shall be submitted to the NIST Contracting Officer's Representative (COR), (to be identified at the time of award), for approval before the Contractor orders parts or commences manufacturing of the system. Drawings will be reviewed and written comments or approval provided to the Contractor within 5 business days. The Contractor shall revise drawings, based on comments provided by the COR, and submit final drawings for review and final approval. Revisions shall be completed at no additional cost to the Government. The Contractor shall not proceed to manufacture the system without the written approval of the COR. The system shall be manufactured in accordance with the design drawing and the specifications. Should the design require a change, the Contractor must obtain the approval of the COR and the Contracting Officer prior to implementing the change. A final as-built drawing shall be delivered within 30 days after delivery of the area radiation monitoring units are delivered and accepted by the COR. Approval by the Government as required above shall not relieve the Contractor of its obligation to comply with the specifications and with all other requirements of the contract, nor shall it impose upon the Government any liability it would not have had in the absence of such approval. Line Item 0002: Install System: The Contractor shall provide installation for the system. Installation, at a minimum, shall include un-crating/un-packaging of all equipment, set-up and hook-up of the system and initial parameter setup and calibration. Installation shall be completed within 30 days following delivery. Line Item 0003: Training: The Contractor shall schedule and conduct one (1) training session for NIST personnel on-site at NIST in Gaithersburg, MD. The training shall provide a thorough demonstration of all equipment functions, maintenance, data administration, and basic troubleshooting. The training may be completed at NIST immediately after installation and demonstration of performance specifications, but no later than 30 days after installation. Warranty: The Contractor shall provide, at a minimum, a one year warranty period for the system. Warranty work shall be completed on-site at NIST or at the Contractor's site, at the discretion of the Contractor. All costs and responsibilities associated with parts, labor, travel and shipping shall be covered under the warranty. The warranty shall commence upon final acceptance by the Government. Inspection and Acceptance: In addition to the inspection and acceptance terms articulated in 52.212-4, the Government reserves the right to perform such performance tests and evaluations as defined below to verify specified system performance. Such tests and evaluations, if performed, shall be conducted within the environment that the system is to be operated. The Contractor has the right to be present during the tests and evaluations, if performed at the Contractor's expense. Testing: i. All of the area radiation monitoring units shall be calibrated and tested prior to shipment. The manufacturer shall provide written certification of the test results, to be included with the shipment. ii. The activity levels of the test sources provided shall be properly documented. Delivery terms shall be FOB Destination. The contractor shall deliver to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. (See 52.212-4(j). Evaluation Criteria: Award shall be made to the Contractor whose quote offers the best value to the Government. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Experience, and 4) Price. All non-price factors, when combined, are more important than price. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds all the Governments minimum required specifications. All equipment must be new. Refurbished and or remanufactured equipment shall not be considered for award. Quotations that do not meet the minimum required specifications shall not be considered further for award. Under the technical capability factor, preference shall be given to equipment capable of providing the additional capabilities defined above in specifications 16-18. For Specification 16, preference shall be given to equipment capable of providing visual trend data of a single channel or a multiple number of channels, up to and including the maximum number of channels of the system, which the user can select and configure for an adjustable display span from less than 10 minutes to two months. For Specification 17, preference shall be given to equipment capable of storing and analyzing data from all channels for a period of up to two years as well as equipment capable of downloading selected data to common application software without having to take the system off-line or using vendor proprietary software to do so. For Specification 18, preference shall be given to equipment capable allowing setup of individual channels locally or remotely from a centrally located control station. Past Performance: Past Performance will be evaluated to determine the overall quality of the products and services, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided in accordance with FAR 52.212-1(b)(10) and/or information from other sources, including NIST. Experience: NIST will evaluate the extent of the offeror's experience designing, providing, and installing similar systems, including length of time the proposed equipment has been commercially available on the market, the number of customers to whom the product has been delivered, whether the equipment is proven technology, and the level of post installation technical support provided by the offeror to their customers. Price: Price will be evaluated for fairness and reasonableness. Past Performance, Experience and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: PATRICK STAINES, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 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 listed below and 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its offer); 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Feeds (Dec 2004) (E.O. 13201); 52.223-18, Contractor policy to ban text messaging while driving; 52.225-1, Buy American Act - Supplies 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all line items; 2) For the purpose of evaluating technical capability: Technical description and/or product literature which clearly details the manufacturer, make and model of the proposed product(s), addressed all required specifications, and clearly documents that the offered product(s) meet(s) or exceeds the specifications stated herein, 3) For the purpose of evaluation of past performance: A list of at least three (3) references to whom the same or similar equipment has been provided. 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; the date of delivery or the date services were completed and a description of the equipment sold to each reference; 4) For the purpose of evaluation of experience: Information which demonstrates the offeror's experience in designing, providing, and installing systems similar to the Government's requirement. Information which documents the history of the product the quoter is proposing in the marketplace, including, but not limited to, the length of time the product has been commercially available in the marketplace, and the number of customers to whom the product has been delivered, whether the equipment is proven technology, and the level of post installation technical support provided by the offeror to their customers. 5) A description of the warranty provided for the equipment. Please include the following details: i. Length of warranty; ii. What is included? 6) A current copy of the Contractor's price list or catalog pages that contain pricing for the equipment/services defined within the Contractor's quotation. 7) This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. Quoters must submit all questions concerning this solicitation in writing to joni.laster@nist.gov. Questions should be received no later than 7 calendar days after the issuance date of this solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. All quotes shall be received not later than 3:00 PM local time, on April 4, 2011 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Joni Laster. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Joni Laster) @ joni.laster@nist.gov. E-mailed quotes are acceptable and shall be addressed to: joni.laster@nist.gov. Faxed quotes will NOT be accepted. Offerors' quotations shall not be deemed received by the Government until the entire quotation is received in the e-mail address inbox set forth above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-11-RQ-0015/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02405622-W 20110323/110321234529-e24f52e6394779e3ad457174b1d1608a (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 |
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.