Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 20, 2016 FBO #5476
DOCUMENT

65 -- 671-17-1-086-0001 Dosimetry/ Radiation Monitoring Service - Attachment

Notice Date
11/18/2016
 
Notice Type
Attachment
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN17 Network Contracting Activity;7400 Merton Minter Blvd. (10N17/90C);San Antonio TX 78229
 
ZIP Code
78229
 
Solicitation Number
VA25717Q0106
 
Response Due
11/21/2016
 
Archive Date
1/20/2017
 
Point of Contact
Cynthia Caruso
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation IAW FAR 13.5 for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This solicitation is issued as a Request for Quotation (RFQ), solicitation number VA257-17-Q-0106, in accordance with FAR Parts 12 and 13; (NAICS) North American Industry Classification System, Code 334519; Size Standard 500 employees. This is a 100% Set Aside for (SDVOSB) Service Disabled Veteran Owned Small business. Award resulting from this RFQ will be based on the lowest priced quote that meets all technical specifications Lowest Price Technically Acceptable (LPTA) in accordance with (IAW) FAR 15.101-2. All prospective offerors must be actively registered in the System for Award Management (SAM) and the Vendor Information Portal (VIP). Offerors may register online at www.SAM.gov and www.VIP.gov. Lack of registration in SAM and/or VIP will make the contractor ineligible for award. The solicitation incorporates provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-89, dated July 16, 2016. Contract Requirements: Quantity Unit of Issue Service Description Line Item 0001: 12 Months BASE YEAR: 12/01/2016 through 11/30/2017 Dosimetry Radiation Services Line Item 1001: 12 Months OPTION YEAR 1: 12/01/2017 through 11/30/2018 Dosimetry Radiation Services Line Item 1002: 12 Months OPTION YEAR 2: 12/01/2018 through 11/30/2019 Dosimetry Radiation Services Line Item 1003: 12 Months OPTION YEAR 3: 12/01/2019 through 11/30/2020 Dosimetry Radiation Services Line Item 1004: 12 Months OPTION YEAR 4: 12/01/2020 through 11/30/2021 Dosimetry Radiation Services The following criteria MUST be met for Lowest Price Technically Acceptable (LPTA) specification: CRITERIA 1: All dosimetry services must meet Title 10, Code of Federal Regulations, Part 20 reporting and recording requirements and/or Title 29, Code of Federal Regulations, Part 1910. (Pass/Fail) CRITERIA 2: The dosimetry processor must hold a current personnel dosimetry accreditation from the National Voluntary Laboratory Accreditation Program (NVLAP) of the National Institute of Standards and Technology in all Categories. (Pass/Fail) CRITERIA 3: The dosimetry processor must be approved in this accreditation process for the type of radiations included in the NVLAP program that most closely approximates the type of radiation for which the individual using the dosimeter is monitored. (Pass/Fail) CRITERIA 4: The dosimeter processor must be able to calculate, provide and store the following information: Deep Dose Equivalent (DDE) to the whole body Eye Dose Equivalent (LDE) Shallow Dose Equivalent (SDE) Committed Effective Dose Equivalent (CEDE) Committed Dose Equivalent (CDE) Total Organ Dose Equivalent (TODE) Total Effective Dose Equivalent (TEDE) Intake Quantity and Radionuclide Solubility Class Description of Internal Deposition Geometric analysis of exposures to differentiate single large exposure from several smaller ones (Pass/Fail) CRITERIA 5: Dosimeters used to detect X and Gamma radiation must be capable of dose measurement as low as one (1) millirem (10 microsievert). (Pass/Fail) CRITERIA 6: Dosimeters used to detect Beta radiation must be capable of dose measurement as low as ten (10 millirem (100 microsievert). (Pass/Fail) CRITERIA 7: Reports of radiation exposures must be made on NRC form 4 and NRC form 5 or equivalents. (Pass/Fail) CRITERIA 8: Contractor must be able to directly interact with vendors computer to add, delete, reactivate, make spare badge assignments (by individual s name), to do additions of previous exposure history to current records, full bar code in-house capabilities, fetal dosimetry reports and modification of ALARA exposure investigational limits. (Pass/Fail) CRITERIA 9: Contractor MUST be able to automatically compute an estimated dose for a missing dosimeter for a wear period. The vendor must be able to replace the computed dose if the dosimeter is found and returned for processing. (Pass/Fail) CRITERIA 10: Dosimeters must have permanent waterproof ID labels that cannot be smeared and/or removed with bar code capability. (Pass/Fail) CRITERIA 11: Finger dosimeters MUST be provided in no less than three (3) sizes (small, medium and large). (Pass/Fail) CRITERIA 12: Master controls must be provided for all types of dosimeters. At least two (2) master controls must be provided with each major shipment. (Pass/Fail) CRITERIA 13: A separate fetal dosimetry monitoring program which includes cumulative total on exposures from year to year. (Pass/Fail) CRITERIA: Contractor must have capability of providing absent badge reports for each wear period within twenty-four (24) hours of receipt of dosimeters. Twenty-four (24) hour emergency dosimeter processing service must be provided upon request. (Pass/Fail) CRITERIA 14: Exposure reports will be supplied within ten (10) days of receipt of dosimeters. Two (2) copies are to be supplied (one with SSN s and one without SSN s) (Pass/Fail) CRITERIA 15: Vendor must have capability of immediate (within 24 hours of discovery) ALARA notification and memos for high exposures for any dosimeter exceeding specified ALARA Trigger limits. (Pass/Fail) CRITERIA 16: Termination report summaries of personnel radiation exposures are to be supplied within ten (10) days of receipt of last badge after termination of employee. ALARA report summaries will be provided on a quarterly basis with an additional annual ALARA review summary (Form 5) for all monitored employees. Fees assessed for lost/late badges will be credited upon return of the badge in accordance with vendors policy. Dosimeters must be supplied seven (7) days prior to beginning of wear period to allow time for distribution. (Pass/Fail) CRITERIA 17: Organize badges and dosimetry reports by Section/Service as specified by South Texas Veterans Health Care System s Radiation Safety Office. Supply badges for additions to the program within five (5) days from date of notification, if so indicated by Radiation Safety Office. If badges are not required within five (5) days they are to be sent with the next regular shipment. Vendors program must have capability of indicating date badge is required.. (Pass/Fail) CRITERIA 18: Vendor must have capability to provide summing of exposures across all facilities for which an individual is badged by the vendor. A monthly report must be provided listing individuals who are seen to have activity in other accounts during the reporting year. (Pass/Fail) CRITERIA 19: Vendor must be able to provide exposure reports on CD s or other electronic means. Vendor must be able to do calculation overrides for multiple dosimeter monitoring and use of lead aprons, if required. (Pass/Fail) CRITERIA 20: Please include Past Performance History in providing Dosimetry Services. (Pass/Fail) *Lowest bid will not be the only consideration for awarding of the contract. **Monthly flat rate pricing for all services must be provided by processor. ***In the event of changing processors, the new processor must convert all data from previous processor to the new system. Please submit all quotes speaking to the Technical Factors Above, then to the Statement of Work. Limit quotes to 15 pages. ___________________________________________________________________________________ FAR 52.212-1, Instructions to offerors -- Commercial Items Proposal Submission Information: All prospective offerors interested in additional information regarding this synopsis shall request such information via email four days prior to Solicitation due date. Please include name, address, and telephone number, point of contact, fax number and email address. FAR 52.212-2, Evaluation Commercial Items Evaluation of Proposals: This acquisition will utilize the (LPTA) procedure to make a best value award. A decision on the technical acceptability of each offeror s quotations will be made. For those offerors which are determined to be technically acceptable, award will be made to that vendor with the lowest overall price. The Government intends to make an award based on the initial quotations. If further questions are required, the contracting officer may contact the offeror or offerors. Award will be made to the responsible offeror whose quotation conforms to all solicitation requirements, such as terms and conditions, representations and certifications, technical requirements, and also provides the best value to the Government based on the results of the evaluation described below. A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items shall be included with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition with the following added as addenda to the clause, 52.212-4(c) changes text in paragraph (c) is deleted and replaced with: changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriation data, authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting Officer (see FAR 43.103(b)). Other FAR & VAAR Clauses that apply: 52.203-12 Limitation on payments to influence certain federal transactions 52.204.10 Reporting executive compensation and first-tier subcontract award 52.209-6 Protecting the governments interest when subcontracting with contractors debarred, suspended, or proposed for department 52.209-7 Information regarding responsibility matters 52.209-9 Updates of publically available information regarding responsibility matters 52.212-5 Contract terms and conditions required to implement statutes or executive orders (Nov 2006) 52.219-28 Post award small business representation (Jun 2007) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-35 Equal Opportunity for veterans 52.222-37 Employment reports for veterans 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-41 Service Contract Act of 1965 (NOV 2007) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) 52.222-50 Combating trafficking in person (Aug 2007) 52.223-6 Drug-Free Workplace 52.225-13 Restrictions on certain foreign purchases (Feb 2006) 52.232-17 Interest 52.232-34 Payment by Electronic Funds Transfer other than CCR (May 1999) 52.233-3 Protest after Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.246-25 Limitation of Liability--Services 52.252-2 Clauses Incorporated by reference (Feb 1998) 52.252-6 Authorized Deviations in clauses (Apr 1984) 852.203-71Display of department of veterans affairs hotline poster 852.233-70Protest content/alternative dispute resolution 852.233-71*Alternate protest procedure 852.237-70 Contractor Responsibilities Quotes must be received no later than 11:00 a.m., CST, November 25, 2016. Submit all quotes to the Contract Administrator, Cynthia Caruso, at cynthia.caruso@va.gov. ATTACHMENTS: Attachment I: Statement of Work, Dated 11/09/2016
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VASTHCS/VASTHCS/VA25717Q0106/listing.html)
 
Document(s)
Attachment
 
File Name: VA257-17-Q-0106 VA257-17-Q-0106.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3117053&FileName=VA257-17-Q-0106-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3117053&FileName=VA257-17-Q-0106-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Audie L. Murphy Va Hospital;7400 Merton Minter;San Antonio, TX
Zip Code: 78229
 
Record
SN04331975-W 20161120/161118234305-77498a0d323f93f0c5f42744b4de233b (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.