SOLICITATION NOTICE
66 -- Coaxial Germanium Detector and ISOCS - Specifications
- Notice Date
- 9/12/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43216-5000, United States
- ZIP Code
- 43216-5000
- Solicitation Number
- SPMYM318Q3089
- Point of Contact
- Rachel J. McCluskey, Phone: 207-438-6818
- E-Mail Address
-
rachel.mccluskey@navy.mil
(rachel.mccluskey@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Specifications This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted to FEDBIZOPPS. The RFQ number is SPMYM3-18-Q-3081. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-100 and DFARS Change Notice 20180824. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/html/current/252201.htm. The NAICS code is 334519 and the Small Business Standard is 500. The small business set-aside is dissolved as this acquisition is sole sourced. A copy of the redacted J&A is attached. Past Performance will be evaluated in accordance with FAR 9.104. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing (please see attached specifications for additional information): 0001: ISOXSHLD Wheeled Transport cart with full shield sets and detector frame 2.5 and 5.0cm Lead Shield/Collimator Sets. Quantity of 1 Each 0002: 7078022 ISOCS cart modification for CP-5 Cryostat ASERF #HG4497892. Quantity of 1 Each 0003: 1300 InSpector-2000 MCA System including Inspector-2000 Electronics Unit CAMcorder-style battery battery charger/AC Adapter RS-232 and USB Cables Genie-2000 Basic Spectroscopy software. Quantity of 1 Each 0004: S520C Genie-2000 Right to copy license includes Gamma Analysis, IPF, and QA. Quantity of 1 Each 0005: S573C ISOCS Efficiency Calibration Software. Quantity of 1 Each 0006: 7088285 Dell Latitude 14 Rugged 5414 Notebook Computer Core i5-6300U Processor 8GB memory 500 GB Hard Drive 14" Color Screen Windows 10 64bit 97 Wh battery. Price to include Canberra Integration. Quantity of 1 Each 0007: Model GC12021 Coaxial Germanium Detector Useful energy range of 40 keV and up. Minimum 120% relative efficiency @1332 keV Maximum 2.1 keV resolution @ 1332 keV CryPulse cooler iPA Intelligent preamplifer, flanged 4" remote detector chamber (RDC-4) 4.0" Detector Endcap 10' cable set. Quantity of 1 Each 0008: ISOXCAL ISOCS Characterization for new Canberra detector includes 1 uCi each NA-22 and Eu-155 Check Source. Quantity of 1 Each 0009: ISOXVRFY Verification Counts for ISOCS. Validation counts and report of characterized detector uses 4 typical laboratory standards (mirinelli beaker, filter paper, 350 ml bottle, 20 ml vial) 7 different calibration geometries report documenting results supplied. Quantity of 1 Each 0010: Model APC Pro 1500+ Uninterruptable Power Supply -3 hour operating time for CP-5+ detector and 12K. Quantity of 1 Each 0011: Su-474-4 Basic SIOCS Measurements Training Course: Three Day on-site training course, price includes instructor travel expenses, six students maximum. Quantity of 1 Each 0012: SU-476-3 Advanced ISOCS Measurements Training course, three day on site training course, price includes instructor travel expenses, six students maximum. Quantity of 1 Each 0013: Install On-Site Installation, familiarization & Set-up. Priced per day. Price includes expenses. Quantity of 2 Each 0014: SERVCONT basic on-site CAP Service Agreement 3 rd business day on-site response time. Two scheduled on site visits annually. Two unscheduled emergency visits annually, non-consumable replacement parts/repair Software and documentation releases. Priority toll-free technical support. 0015: Freight Costs for CLINS 0001-0015. Quantity of 1 Each Option CLINS 0016-0021 (Option period to be 1 year (365 days) from date of Contract Award) 0016: GC9021 Coaxial Germanium Detector. Quantity of 1 Each 0017: CABLE-SLEEVE Detector Mesh Cable Sleeve. Quantity of 1 Each 0018: ISOXCAL ISOCS Characterization for new Canberra Detector. Quantity of 1 Each 0019: ISOXVRFY Verification counts for ISOCS. Quantity of 1 Each 0020: 7415 Detector Lift Mechanism. Quantity of 1 Each 0021: Freight for CLINS 0016-0021. Quantity of 1 Each FAR CLAUSES AND PROVISIONS 52.202-1, Definitions 52.203-3, Gratuities 52.204-7, System for Award Maintenance 52.204-13, SAM Maintenance 52.209-5, Certification Regarding Responsibility Matters 52.211-14, Notice of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.211-17, Delivery of Excess Quantities 52.212-1, Instructions to Offerors - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.242-15 Stop Work Order 52.243-1, Changes Fixed Price 52.246-1, Contractor Inspection Requirements 52.247-34, F.O.B-Destination 52.252-2 Clauses Incorporated by Reference 52.253-1, Computer Generated Forms 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.203-6 Restrictions on Subcontractor sales to the Government, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-8 Utilization of Small Business Concerns, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.221-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Veterans, 52.222-36 Equal Opportunities for Workers w/ Disabilities, 52.222-40 Notification of Employee Rights Under the National Labor Relations Act, 52.222-50 Combating Trafficking in Persons, 52.222-54 Employment Eligibility Verification, 52.223-11 Ozone Depleting Substances, 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases. DFARS CLAUSES AND PROVISIONS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003. Control of Government Personnel Work Product 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.204-7012, Safeguarding of Unclassified Controlled Technical Information Deviation 2016 O0001) 252.204-7015, Disclosure of Information to Litigation Support Contractors 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability 252.211-7003 Item Identification and Valuation 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001, Buy American Act & Balance of Payments Program 252.225-7002, Qualifying Country Sources as Subcontractors 252.225-7012, Preference for Certain Commodities 252.225-7036, Buy American Act, Free Trade Agreements, Balance of Payments Program 252.225-7031 Secondary Arab Boycott of Israel 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications 252.243-7002, Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies By Sea DLAD CLAUSES AND PROVISIONS 52.211-9000 Government Surplus Material 52.211-9011 Delivery Terms and Evaluation 52.211-9014 Contractor Retention of Traceability Documentation 52.211-9020 Time of Delivery-Accelerated Delivery 52.211-9023 Substitution of Item After Award 52.215-9023, Reverse Auction 52.233-9001, Disputes: Agreement to Use Alternative Disputes Resolution 52.246-9039 Removal of Government Identification from Non Accepted Supplies 52.247-9012, Requirements for Treatment of Wood Packaging Material LOCAL CLAUSES : YM3 A1: Additional Information YM3 C500: Mercury Control (Supplies) YM3 C528: Specification Changes YM3 D2: Marking of Shipments YM3 D4: Preparation for Delivery (Commercially Packaged Items) YM3 D8: Prohibited Packing Materials YM3 E2: Inspection and Acceptance (Destination) YM3 F500: Consignment Instructions for Deliveries to the Portsmouth Naval Shipyard If you need a copy of these clauses, please contact Rachel McCluskey at Rachel.mccluskey@navy.mil Quoters are reminded to include a completed copy of 52.212-3 and it's ALT I if not updated in SAM. This announcement will close at 12:00PM EST on Wednesday, September 19, 2018. The Point of Contact for this solicitation is Rachel McCluskey who can be reached at 207-438-6818 or email Rachel.mccluskey@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, technically acceptable low bids and past performance. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed online at http://www.sam.gov/. If not the actual manufacturer - Manufacturer's Name Location and Business Size must be provided. Please submit bids via fax at: 207-438-1251, via email at Rachel.mccluskey@navy.mil or through the mail to: Rachel McCluskey Code 503.RM Bldg 153, 6 th Floor Portsmouth Naval Shipyard Kittery, Maine 03904 All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, whether or not your company prefers payment by Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF). Please note that the Government's terms for payment for this requirement are Net 30 Days AFTER acceptance of material. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPMYM318Q3089/listing.html)
- Place of Performance
- Address: Kittery, Maine, 03904, United States
- Zip Code: 03904
- Zip Code: 03904
- Record
- SN05086215-W 20180914/180912231237-ee20bfd92a7ad96cb9f8d488334dc748 (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 |