Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
MODIFICATION

35 -- ERGS Shield - Package #1

Notice Date
8/15/2013
 
Notice Type
Modification/Amendment
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, RTP Procurement Operations Division, E105-02, 4930 Old Page Road, Research Triangle Park, North Carolina, 27703
 
ZIP Code
27703
 
Solicitation Number
SOL-NC-13-00025
 
Archive Date
9/20/2013
 
Point of Contact
Mitch Richard, Phone: (919) 541-4278
 
E-Mail Address
richard.mitch@epa.gov
(richard.mitch@epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Response Page Drawings This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-66 dated 1 April 2013 and Environmental Protection Agency Acquisition Regulation Supplement, 2012 edition. This acquisition is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) is 562211 with a size standard of $35.5 million. All prospective offerors must be actively registered in the System for Award Management. (Offerors may register online at https://www.sam.gov). Description: Vendor shall manufacture and deliver one (1) lead lined, carbon steel plate radiation detector shielding enclosure (virgin lead lining preferred) which will hold two RSI sodium iodide detector arrays, with dimensions similar to the attached drawings. There will be a marine bulkhead stuffing tube to allow cables to pass between the detector enclosure and top mounted stainless steel box without pinching the cables or allowing water and dust to travel into the detector enclosure. The steel and lead shielding enclosure shall be easily removed from the detector system bottom with removal of multiple bolts. The vendor shall also deliver a stainless steel box mounted on top of the detector enclosure with a width that fits between the fork pockets, a length that is a couple of inches less than the ¾" holes shown on Figure 3 of the drawing and an interior height of 10 inches. The stainless steel box must be supplied with temperature activated muffin fans that turn on around 80 degrees F and flaps that open when the fans are activated. The stainless steel box must also contain a HEPA inlet filter and an exhaust. The stainless steel box cover must be water resistant and allow ease of access with a hinge and stainless steel fastener system. The shielding enclosure will be used to house and shield two Radiation Solutions Inc. (RSI) RSX-4 sodium iodide radiation detection instruments. The shielding enclosure must be robust in design such that it will be suitable for transport across rough open ground, on the front forks of an off road type forklift, without sliding off the forks or damaging the enclosed RSI detectors. A locking system to the forks or to the fork carriage must be supplied. The combination will be used to detect possible sources of surface and/or below grade radiation. A conceptual drawing prepared for EPA by a contractor of the RSI RSX-4 detector shielding enclosure is attached for reference. The top stainless steel box is not included in the conceptual drawings. Vendor shall provide final engineering drawings, design, fabrication, and delivery services for the enclosure in accordance with the following project requirements and specification: Engineering services are required to transform and finalize the concept design for the shielding enclosure to a final finished design ready for fabrication. In particular, Vendor shall review the conceptual design for: material selections, sizes and thickness; structural reinforcing needs to protect the detectors, Lexan window with protective seal gasket and the shielding from impact loads while in use; determining a recommended means and method to quickly lock the forks in the fork pockets and/or to quickly attach the detector box to the fork lift fork frame to prevent the detector box from sliding off the forks at any pitch angle up to vertical; the adequacy of the proposed number, size and grade of studs to connect the detector frame to the shielding enclosure; vendor recommended techniques and best practices for applying and enclosing lead shielding within plate steel while maximizing its shielding performance; recommended attachment hardware for mounting detectors and anchoring brackets to detector mounting frame; determining a recommended means and methods for sealing off and preventing dust from penetrating the specified ventilation openings to be furnished in the detector mounting frame until such time as they may be needed; and, if possible, to enhance the ease with which the detectors can be removed and replaced for inspection, maintenance or repair. EPA will be readily available to discuss any alternative enclosure arrangements proposed by the Vendor. Final detailed design fabrication drawings shall be prepared by the Vendor and submitted to EPA for review and approval prior to initiation of any fabrication activities. Final design shall include Vendor's recommended surface preparation, priming and finish painting system for the completed enclosure. The concept design for the enclosure is shown on the attached four drawings (Attachment 1): Figure 1 - Detector Mounting Frame, Plan: General Arrangement Concept Drawing Figure 2 - Detector Mounting Frame, Section "AA": General Arrangement Concept Drawing Figure 3 - Detector Shielding Enclosure Box, Plan: General Arrangement Concept Drawing. Figure 4 - Detector Shielding Enclosure Box, Section "BB": General Arrangement Concept Drawing Vendor shall furnish all materials, equipment and labor as required in order to fabricate the radiation detector shielding enclosure in accordance with the approved final design drawings and Vendor recommendations. Shipping (Costs are to be included in the quote): Vendor shall properly crate the complete assembly, detector shielding enclosure with Lexan window and protective seal gasket and detector mounting frame to protect against damage during shipping. Shipping crate shall be prepared and constructed such that it can be easily taken apart and put back together for reuse. The complete shipping crate/package assembly shall be shipped by the Vendor to the U.S. Environmental Agency (EPA) office located at 4220 South Maryland Parkway, Bldg C, Las Vegas, NV 89119. Shipment via common carrier is to be assumed. After completion of construction of enclosure at vendor's location, vendor shall hold enclosure for shipment until delivery date is determined by EPA. Delivery date shall be specified by EPA. Delivery prior to EPA designated delivery date may be refused. Contractor shall provide blueprints, specifications, and description of work for equipment enclosure, preinstalled electrical and mechanical equipment for approval prior to fabrication. Advance notification of delivery is required. The contractor is responsible for transporting the enclosure. Price shall include delivery to EPA. Proposals shall be clearly marked with solicitation number and emailed to richard.mitch@epa.gov no later than Noon EST, 26 August 2013. The deadline for technical questions is Noon EST, 20 August 2013. Offers that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors Commercial Items (Feb 2012). FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2012) and specifically addendum 52.247-34 FOB Destination (Nov 1991). FAR 52.212-2 Evaluation Commercial Items (Jan 1999), Award will be made on a best value basis and the Government reserves the right to award to other than the low offeror. Technical capability, Past Performance, and Price will be evaluated. Technical proposals will be reviewed for compliance with the specification herein. Past performance will then be evaluated for all offerors whose technical proposal has been determined acceptable. Offerors shall include in their proposal, past performance information on at least three other contracts in which they provided same or similar items. Past performance information shall include the following: 1) Contract Number, 2) Company/Agency Name and Address, 3) Name of point of Contact with phone number and e-mail address. FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Jan 2013) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.222-3 Convict Labor(Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Mar 2012), 52.222-21 Prohibition of Segregated Facilities(Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), FAR 52.222-35 Equal Opportunity for Veterans (Sep 2010), 52.222-36 Affirmative Act ion for Workers With Disabilities(Oct 2010), 52.222-37 Employment Reports on Veterans(Sep 2010), 52.223-18 Encouraging Contractor Policies to ban text messaging while driving(Aug 2011), 52.232-33 Payment by Electronic Funds-Central Contractor Registration(Oct 2003), 52.232-36 Payment by Third Party(Feb 2010). EPAAR1552.211-79-- Compliance with EPA policies for information resources management (Jan 2012). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to Mitch Richard via email to richard.mitch@epa.gov for notification of amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/CMD/SOL-NC-13-00025/listing.html)
 
Place of Performance
Address: Environmental Protection Agency, 4220 South Maryland Parkway, Bldg C, Las Vegas, Nevada, 89119, United States
Zip Code: 89119
 
Record
SN03150003-W 20130817/130815235248-dd312898f06363b97efdba65a12d3d74 (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.