SOLICITATION NOTICE
52 -- Radiation Survey Meters
- Notice Date
- 3/16/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
- ZIP Code
- 32925-3238
- Solicitation Number
- FA2521-15-Q-B015
- Archive Date
- 5/2/2015
- Point of Contact
- Antonino E. Lyons, Phone: 3214947092, Cheryl T. Witt, Phone: 321-494-4394
- E-Mail Address
-
antonino.lyons@us.af.mil, cheryl.witt@us.af.mil
(antonino.lyons@us.af.mil, cheryl.witt@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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 number FA2521-14-Q-B015 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78, effective 14 DEC 14. This is a 100% small business set-aside. The North American Industry Classification System (NAICS) code for this project is 334519 with a size standard of 500 employees. Item Description Qty Unit Unit Price Total Amount 0001-AA 48-2679 - Model 2224-1 Alpha Beta Scaler 24 EA 0002-AA 47-2556-A/B ZnS ratemeter 43-93 24 EA 0003-AA 48-2065-Model 2221 scaler ratemeter, SCA 8 EA -Dial 202-598 CPM -UR/HR for M44-10 Handle for probe clip -Clip for M44-10; -17 -39" "C" Cable -Series "C" Connector -4 ea. D cell batteries -Shoulder strap 0004-AA 47-1540-Model 44-10 2x2 Nal scintillator 8 EA 0005-AA 48-3514-Model 2363 w/Model 42-41 PRESCILA 2 EA 0006-AA 48-3742-Ion chamger 9DP 5 EA 0007-AA 48-2065-Model 2221 Scaler ratemeter, SCA 8 EA -Dial 202-159 50-500K CPM; -0-500 CPA handle for Probe clip -Clip for M44-1;-2;-3 -39" "C" connector -Series "C" connector -4 ea. D cell batteries -Shoulder strap 0008-AA 47-1533 Model 44-3 1"x 1mm Nal scintillator 8 EA 0009-AA 48-3885-Model 26 frisker 18 EA 0010-AA 48-4006-Model 26-1 w/exposure filter 9 EA 0011-AA Shipping Brand Name: Ludlum Radiation Survey Meter Corresponding Salient Characteristics: a) Two neutron survey and dose rate meters with an energy response of thermal to 100 Mega electron volts (MeV) and a sensitivity of 350 cpm/mrem/hr. The survey meters must be under 6 lbs. and drop resistant. Have an angular dependence within 15% over a wide range of energies. Must be capable of gamma rejection at approximately 400 cpm at 100 micro Roentgen per hour (uR/hr) using Cs137. The meters' performance must have been tested by the Health, Safety, and Radiation Protection Division of Los Alamos National Laboratory (LANL). The meter must have a method for attaching the probe for ease of carrying, protection of cable, and consistent geometry. Must not have blue tooth capability. The meter must be calibrated by the Air Force Primary Standard Laboratory (AFPSL) and therefore the calibration instructions and capability must be available to AFPSL. Meters must be water resistant. Quantity 2 CLIN 0005. b) The pressurized ion chambers shall be capable of accurately measuring radiation doses in indoor and outdoor environment with a range of 0 to 5 R/hr with uR/hr sensitivity. The screen must be readable in sunlight and backlit in dim light. The meter must have auto ranging capability, alarm function, and data logging options. The meter must be able to simultaneously display the rate and peak dose. The meter must be able to detect beta above 1 MeV and photons above 25 kilo electron volts (keV). The meters shall be capable of reporting in units of micro roentgen per hour. Must not have blue tooth capability. The meter must be calibrated by the Air Force Primary Standards Laboratory (AFPSL) and therefore the calibration instructions and capability must be available to AFPSL. Meters must be water resistant. Quantity 5, CLIN 0006 c) The 2 inch by 2 inch Sodium Iodide detectors shall be doped with thallium and connect to a radiation meter capable of measuring both count rate and performing cumulative counts for various measurement times (30 sec, 1 min, 2 min, 5 min). Be capable of detecting gamma particles in the 50 keV to 3.0 MeV range. Have a sensitivity of 900 counts per minute (cpm) per uR/hr for Cs-137. The meter must have a clip for attaching the probe for ease of carrying, protection of the cable, and consistent geometry. Must not have blue tooth capability. The meter must be calibrated by the Air Force Primary Standard Laboratory (AFPSL) and therefore the calibration instructions and capability must be available to AFPSL. Meters and probes must be water resistant. Quantity 8; CLIN 0003 & 4. d) The Zinc Sulfide alpha and beta radiation detectors must be at least 20% efficient for Pu-239 and Sr-90. The meter must have less than 10% crosstalk for alpha and 1% for beta. The meter must have a clip for attaching the probe for ease of carrying, protection of the cable, and ease of use during a self-contamination survey. Must not have blue tooth capability. The meter must be calibrated by the Air Force Primary Standard Laboratory (AFPSL) and therefore the calibration instructions and capability must be available to AFPSL. Meters and probes must be water resistant. Quantity 24; CLIN 0001 & 2. e) The 2.5 cm by 1 mm Sodium Iodide low level gamma radiation detectors must be capable of detecting 10 to 60 keV photon energies. The average background must be less than 250 cpm. The meter must have a clip for attaching the probe for ease of carrying, protection of the cable, and consistent geometry. Must not have blue tooth capability. The meter must be calibrated by the Air Force Primary Standard Laboratory (AFPSL) and therefore the calibration instructions and capability must be available to AFPSL. Quantity 8; CLIN 0007 & 8. f) The GM pancake meters must be one hand operation, less than 2 lbs., and have a wrist strap to prevent dropping the meter. They must have an automatic back light for dim environments. The detector must be able to fit into a 3 inch by 3 inch space. Must be water resistant and have scaler and count rate alarms. The detector must be at least 10% efficient for Pu-239 and 20% efficient for Sr90 and gamma 3300 cpm/mR/hr for Cs137. The meter must alarm if no counts from background are detected and the meter must have audible indications of radiation field. Quantity 18; CLIN 0009. g) The GM pancake/dose rate meters must be one hand operation, be less than 2 lbs., have a wrist strap to prevent dropping the meter, and have a dose rate filter with a range of 0 - 500 milliR/hr. They must have an automatic back light for dim environments. The detector must be able to fit into a 3 by 3 inch space. Must be water resistant and have scaler and count rate alarms. The detector must be at least 10% efficient for Pu-239 and 18% efficient for Tc99 and gamma 3300 cpm/mR/hr for Cs137. The meter must alarm if no counts from background are detected and the meter must have audible indication of radiation field. Quantity 9; CLIN 0010. Ship to address: Mark Talbert 10989 S Patrick Dr Patrick AFB FL 32925 NOTE TO OFFERORS: In accordance with FAR 8.402(f), an ordering activity Contracting Officer may combine open market items with General Services Administration (GSA) items; therefore, if any item is applicable to (GSA) Contract Schedule please clearly labeled the item GSA or open market. Include your GSA contract number for items, as well as expiration date of the contract. FAR Provision 52.212-1, Instructions to Offerors - Commercial Items (Apr 2014) applies to this acquisition and the following addendem applies: The following words stating "offer", "offeror", and "proposal" are replaced with "quotation", "vendor", and "quote". Paragraph (a) first sentence revised as follows: "The NAICS code and small business size standard for this acquisition appear above." Paragraph (c) first sentence revised as follows: "The offeror agrees to hold the prices in its offer firm until 30 Sep 15." RFQ due date: 17 April 2015 RFQ due time: 3:00 P.M. EST Fax RFQ to 321-494-1843; email to 45cons.lgcb.e-bids@us.af.mil or mail to: 45th Contracting Squadron Attn: LGCB Re: FA2521-15-Q-B015 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 Note:.zip files are not an acceptable format for the Air Force Network and will not go through our email system. All questions regarding this solicitation must be email to 45cons.lgcb.e-bids@us.af.mil by 1:00 P.M. EST on 10 April 2015 Please provide the following information with your quote: DUNS Number: ____________ Cage Code: _______________ Tax ID Number: ___________________ *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required determining size of business for the NAICS referenced above Estimated Delivery Time: ____________ Payment Terms: _________________________ Warranty: ________________ FOB (Select): ____ Destination _____ Origin Shipping Cost included? ____ Yes _____ No 52.225-18, Place of Manufacture (Sep 2006) (a) Definitions. As used in this clause- (b) "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award. FAR Provision 52.212-2, Evaluation -- Commercial Items (Jan 99), applies to this acquisition and the following evaluation is applicable: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (ii) price will be evaluated on lowest price technically acceptable (i) technical capability of the item offered to meet the Government requirement, as defined by the solicitation salient characteristics and descriptions. (iii) past performance (see FAR 15.304); Technical and past performance, when combined, are equal to price. An offeror must be determined to be responsible by the Contracting Officer in order to be eligible for award. Responsibility is described in Federal Acquisition Regulation (FAR) Subpart 9.1, "Responsible Prospective Contractors." Part of the determination addresses financial capability. Please provide the names, addresses and points of contact for all financial institution organizations utilized to determine if contractor has adequate financial resources to perform the contract or the ability to obtain them to include written authority to contact the provided financial institution. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items (May 14), with its Alternate I (Apr 11), applies to this acquisition. All vendors must be registered in System For Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal. 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. (DEVIATION 2015-O0010) (FEB 2015) (a) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) 252.203-7999 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-O0010)(FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. (End of clause) DFARS Provision 252.209-7992, Representation by corporations regarding an unpaid delinquent tax liability or a Felony Conviction under any federal law-fiscal year 2015 appropriations (Dev 2015-OO0005)(Dec 2014) (a) In accordance with sections 7 44 and 7 45 of Division E, Title VII. of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235 ). none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ]is not [ ]a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2014), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV) (Jan 14), Additionally, the following FAR clauses cited in 52.212-5 are applicable: 52.203-3 Gratuities (Apr 84) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 06), with Alternate I (Oct 95) 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Jul 13) 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Aug 13) 52.215-20 Requirements for Certified Cost or Pricing Data and Data Other than Certified Cost or Pricing Data 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 11) 52.219-6 Notice of Total Small Business Set-Aside (Nov 11) 52.219-8 Utilization of Small Business Concerns (May 14) 52.219-13 Notice of Set-Aside of Orders (Nov 11) 52.219-14 Limitations on Subcontracting (Nov 11) 52.219-28 Post Award Small Business Program Rerepresentation (Jul 13) 52.222-3 Convict Labor (June 03) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 14) 52.222-21 Prohibition of Segregated Facilities (Feb 99) 52.222-26 Equal Opportunity (Mar 07) 52.222-35 Equal Opportunity for Veterans (Sep 10) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 10) 52.222-37 Employment Reports on Veterans (Sep 10) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 10) 52.222-50 Combating Trafficking in Persons (Feb 09) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 11) 52.225-3 Buy American Act -Free Trade Agreements - Israeli Trade Act (May 14) 52.225-13 Restriction on Certain Foreign Purchases (Jun 08) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 13) 52.233-3 Protest After Award (Aug 96) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04) DFARS Clauses: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 11) 252.204-7011 Alternative Line Item Structure (Sep 11) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 13) 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 09) 252.215-7008 Only One Offer (Oct 13) 252.223-7008 Prohibition of Hexavalent Chromium (May 2011) 252.225-7012 Preference for Certain Domestic Commodities (Feb 13) 252.225-7031 Secondary Arab Boycott of Israel (Jun 05) 252.225-7035 Buy American-Free Trade Agreements-Balance of Payments Program Certificate (Nov 12)(Alternate II) 252.225-7036 Buy American-Free Trade Agreements-Balance of Payments Program (Dec 12), Alternate II 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 12) 252.232-7006 Wide Area Workflow Payment Instructions (May 13) 252.232-7010 Levies on Contract Payments (Dec 06) 252.239-7017 Notice of Supply Chain Risk (Nov 13) 252.239-7018 Supply Chain Risk (Nov 13) 252.243-7002 Requests for Equitable Adjustment (Dec 12) 252.244-7000 Subcontracts for Commercial items (Jun 13) 252.247-7022 Representation of extent of Transportation by Sea (Aug 92) The following AFFARS clauses are applicable to this solicitation: 5352.201-9101 Ombudsman (Apr 14) with the following fill-in: AFICA/KS SCO 150 Vandenberg Street, Peterson AFB, CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil. Approved by the Contracting Officer _____________________________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-15-Q-B015/listing.html)
- Place of Performance
- Address: 10989 S Patrick Dr, Patrick AFB, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN03669267-W 20150318/150316235249-35b1974476a61c3aecf965d79632995d (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 |