SOLICITATION NOTICE
66 -- Alpha/Beta Gas Counter System
- Notice Date
- 3/26/2012
- Notice Type
- Presolicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- ACC- Warren (ACC-WRN)(RRAD), ATTN: CCTA-HDR, 100 Main Drive, Building 431, Texarkana, TX 75507-5000
- ZIP Code
- 75507-5000
- Solicitation Number
- W911RQ-12-T-0037
- Response Due
- 4/2/2012
- Archive Date
- 6/1/2012
- Point of Contact
- Jay S. Oliver, 903-334-2134
- E-Mail Address
-
ACC- Warren (ACC-WRN)(RRAD)
(jay.s.oliver.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Red River Army Depot has a requirement to purchase and install (1) Alpha/Beta Gas Counter System. The successful company will furnish a turnkey job in strict accordance with Purchase description. Low Background Alpha Beta Gas Proportional Counter 1. Scope: It is the intent of this purchase description to describe a Low Background Alpha Beta Gas Proportional Counter in sufficient detail to secure quote on comparable equipment. All parts not specifically mentioned, which are necessary to provide a complete unit, shall be included in the quote and shall conform in strength and quality of material and workmanship to what is usually provided to the trade in general. All components of the analytical system shall be standard models under current production by the manufacturer(s). Contractor's offer should be formatted to address each specification herein by paragraph number in order. Additional information/ brochures may be provided, but evaluation of the offer will be based upon Contractor's compliance statement that indicates in a clear manner whether each specification will or will not be met. 2. General: 2.1Any necessary start-up kits shall be provide with instrument. 2.2Contractor will include installation, setup and calibration of instrument as well as instrument/software familiarization. The successful Contractor must include as part of the quote a listing of requirements that the laboratory must provide to complete a proper and safe installation of the instrument (e.g. electrical, ventilation, workspace or support). The Contractor will furnish all tools, equipment and personnel required to install the Low Background Alpha Beta Gas Proportional Counter and demonstrate that it performs in accordance with the provisions of this purchase description. 2.3Documentation -The Contractor shall provide, as a minimum, one copy of complete maintenance and operating instructions as well as parts list for the equipment supplied under this purchase description. All program manuals shall be included. 2.4 Training - Operator training will be conducted after installation to ensure lab personnel obtain adequate operational and maintenance knowledge of the system. Training should be conducted on-site for eight chemists and must include an application method for low level alpha/ beta detection from swipes. The methodology/ instructions provided must include all actions (for example, setting alpha and beta plateau voltages, determining initial efficiencies and daily quality control - daily efficiencies, background, minimum detectable amounts, spill over settings, generating an appropriate report, etc) that are necessary to have completely operational and validated applications up and running prior to finanal acceptance of equipment. The complete processing of at least two samples to be provided by RRAD will be run during installation and training. Contractors should submit a training plan describing at a minimum the experience of instructors, the quantity and quality of retainable materials and the flexibility of arrangements, as for example the availability of Friday or Saturday sessions. 2.5Support/Service: 2.5.1 On-going no cost technical phone support shall be included for all equipment and software purchased under this specification for the useful life of the equipment. Average response time for phone support should be listed but must not exceed two hours from initial technical support request. 2.5.2 A service/support plan which delineates the location of technical field respresentatives and the response time within which on-site service can be expected is required. The response time for on-site service to us as a non-contract customer must be guaranteed not to exceed 72 hrs. In addition, the communication methods available, the average time for initial response to trouble calls, the availability of spare parts and any provisions for week-end/holiday support should be included. 2.5.3 Warranty -The manufacturer's standard warranty or warranty for one year, whichever is greater, shall cover this equipment and shall begin upon completion of final acceptance testing by government. A synoposis of warranty features should be included in the quote. 2.6Maintainability - The type and frequency of preventive maintenance to be performed by user and/or Contractor must be described along with a list of spare parts that should be kept on-hand. The availability / interchangeability of these parts should be stated and any information as to mean time between failures, most common service problems, average downtime or any other statistics the manufacturer has compiled concerning reliability through past experience should be included. 2.7A scheduling plan is required that includes timeframes in which Contractor will meet contractual obligations to include time spans between contract award, equipment delivery, installation and training. 2.8The successful Contractor must be able to provide the set-up, services and support described herein for the system components of their manufacture and must be able to provide or arrange for the same set-up, services and support necessary for any components supplied by sub-contract vendors. 2.9 If a Certificate of Networthiness (CoN) does not already exist for the software supplied in Contractor's offer, then successful Contractor must be willing to provide all information necessary to obtain one. Contractor may expedite this requirement by surveying any existing Army clients operating the same version of software on an Army network to determine if a CoN exists. If none are found Contractor must provide the name, version, and revision of the software to be installed on the purchased instrument. Government will use this information to search for an issued CoN. If no CoN exists for the software then Contractor must provide additional information such as name of manufacturer, address, phone number, and website. Additionally provide total cost of software, license cost, and support cost. Must list the operating system for software. Provide a paragraph describing all functionalities/ capabilities of your product. Does it process personally identifiable information? Does this software have information assurance capabilities? Is this product capable of remote management and if so is it encrypted? If yes, describe how it will be used for remote management and by whom. Is this product IPV6 compliant? List all Ports, Protocols, and System (PPS) Usage. Contractor may need to supply a copy of the software that is the exact same version, revision, build as that which will be loaded on the PC to be used with the instrument in the lab. As installed on government provided PC by service engineer on-site, software must function successfully with the Army Gold Master program in use at RRAD. 2.10 The successful Contractor should express their willingness to enter into an "open ended purchase order" contractual arrangement with RRAD for the repair and maintenance of the Alpha Beta Gas Proportional Counter instrument for each year after the warranty period. This would be a "pay as services are rendered" contract with no cost accruing to the government in any contract year where services are not required. Contracts would be executed in increments of a base year and four option years. Contractor would need to furnish government each year with an all inclusive list of parts prices and rates for labor, travel/per diem, etc for the upcoming contract year. Prices should not exceed the average price charged to all other non service contract instrument customers. This information will enable the government to comply with its obligation to determine "price reasonableness". Terms for response times would be the same as agreed to in this solicitation. Additional information about this type of contract may be obtained upon request by calling 903 334-4877. 3. SALIENT CHARACTERISTICS 3.1 Instrument must be an ultra low level gas proportional alpha beta counter using P-10 gas in the single detector setup. 3.2 System must be able to count 50 plancets unattended and record results to attached PC and software. Planchets must be separate for removal from autosampler carriers to facilitate cleaning. 3.3 Background for Alpha must be /= 40% and beta Sr90/Y90 >/= 45% 3.5 The detector must be a dual anode type of at least 2.25 inch size. 3.6 Environmental operational range should tolerate 4oC to 45oC with 10% to 80% humidity range or greater. 3.7 Windows for the detector must be a thin film of 80ug/cm2. 3.8 Must have bar code reader to identifiy each specific sample planchet. 3.9 The instrument must be able to be fully controlled by the software offered by the Contractor. 3.10 The software must run on Windows 7 operating system. The software offered by Contractor at minimum must be able to determine plateau, efficiency, and QC for running samples. 3.11 The government will provide a PC, monitor, and laser printer meeting requirements of instrument and software as stated by the Contractor. Any known issues with security software used by US Army should be listed to ensure that the Contractor's software will work on army's networks. 3.12 Any additional PC components (e.g. communication boards and or cables) will be part of bid and installed in provided PC at the depot along with the software by the Contractor's installation engineer from a CD. 3.13 Instrument and /or software must provide means to conserve P-10 gas and still keep detector ready to run. This should be done without need of operator intervention other than initial setup. The conservation of gas must have a 'standby' flow that is automatically started when instrument is not in use, and a purge flow to return detector to normal flow of P-10 gas needed when counting. Contractor will provide normal P-10 gas consumption with conservation procedures in use as to the number of weeks a 1A size compressed gas cylinder can be expected to last before needing to be changed. Contractor should assume 8 hours of normal flow operation per 24 hour day. 3.14 Contractor must include as part of the quote a mobile cart able to safely carry the weight of the instrument and allow movement of instrument around lab when necessary. Weight of instrument and cart must not exceed 850 lbs 3.15 Contractor's instrument must be able to use present connections to P-10 cylinder of 1/8 inch plastic gas lines, or provide as a part of their quote adapters or alternate installation of gas connections to P-10 in cylinder gas room located on the opposite side of the wall next to the instrument with penetration near the ceiling. P-10 cylinder has standard dual regulator for a P-10 cylinder directly connecting to plastic gas line by push connector. 3.16 Contractor must include as part of quote a replacement window. 3.17 Instrument must have automatic background subtraction. 3.18 Contractor must include planchets (50 ea) of 1/8" and (50 ea) of 1/4" depth. 3.19 Contractor must list as separate line items both alpha (Po-210, Th-230 ) and beta (Sr-90/Y-90) sources with geometry of the sources reflecting the type of samples normally run (swipes) by the lab. These may be accepted or not accepted by the government as part of the quote. These should be exempted quantities and should not need an NRC license. Contractor should provide reasons for the specific radionuclide selected for instrument use. An example of the type of standard used in the lab is produced by Isotope Products Laboratory. The item number is EAB-210-47LB. The description is "electrodless deposition onto silver substrate, placed in a 47 mm LB disc x 41 mm AD, no cover, NIST". This is an example of the type of sources the lab uses presently, but duplication by the Contractor is not a requirement. If Contractor has reason to use different type of source for routine instrument setup and daily QC checks, Contractor is to provide reasons instrument is best served with different types and that daily reporting will reflect same or better results. 3.20 Instrument must have both active (guard detector) and passive (lead) shielding. 3.21 A copy of ASTM D7282 standard practices should be included as a line item. 3.22 The Contractor must provide a complete method ready to run low level alpha/ beta counts in disentigratons per minute. All necessary methodologies must be developed, delivered, tested and trained. See section 2.4 on training. Successful Contractor must demonstrate compliance with all requirements in this specification on-site with installed equipment and application methodologies during the government's initial acceptance testing. 4. QUALITY ASSURANCE PROVISION: 4.1 Examination-The unit shall be examined for compliance with the requirements specified in Section 3 of this purchase description. Any redesign or modification of the Contractor's standard product to comply with the specified requirements shall receive particular attention for adequacy and suitability. Noncompliance with any specified requirements or presence of one or more defects preventing or lessening maximum efficiency shall constitute cause for rejection. 4.2 Responsibility for Inspection-The Contractor shall be responsible for the performance of all inspection requirements to provide a mechanically sound system which will meet or exceed the requirements in Section 3 of this purchase description. Contractor will demonstrate compliance with these specifications on-site once equipment is installed. The Government (RRAD's end item users) will perform the final acceptance inspection and testing after installation and equipment familiarization and application testing. 5.PACKING AND SHIPPING: The Contractor is respoceable to insure the manufacturer preserves and packages the material supplied in a manner to afford protection against deterioration and damage from source to RRAD. The equipment shall be packed in a manner to assure carrier acceptance and safe delivery to destination. Container shall conform to carrier rules applicable to mode of transportation used. Any and all packing and shipping costs will be paid by the Contractor. Instrument must be deliverable within six (6) weeks. After Receipt of Order (ARO)to successful Contractor. Questions may be addressed to Purchasing Agent, Jay Oliver @ jay.s.oliver.civ@mail.mil. Actual Solicitation will posted on or about 02-Apr-2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c7e33f2e1d874b57397f16a94ef37b45)
- Place of Performance
- Address: ACC- Warren (ACC-WRN)(RRAD) ATTN: CCTA-HDR, 100 Main Drive, Building 431 Texarkana TX
- Zip Code: 75507-5000
- Zip Code: 75507-5000
- Record
- SN02705433-W 20120328/120326234542-c7e33f2e1d874b57397f16a94ef37b45 (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 |