Federal Bid

Last Updated on 12 Sep 2018 at 4 PM
Combined Synopsis/Solicitation
Kittery Maine

Coaxial Germanium Detector and ISOCS

Solicitation ID SPMYM318Q3089
Posted Date 12 Sep 2018 at 4 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Land And Maritime
Agency Department Of Defense
Location Kittery Maine United states 03904

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 3rd 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 [email protected]

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 [email protected]. 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 [email protected]  or through the mail to:

Rachel McCluskey  Code 503.RM

Bldg 153, 6th 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.

Bid Protests Not Available

Similar Past Bids

Fort benning Georgia 29 Jul 2010 at 12 PM
Baltimore Maryland 18 Aug 2023 at 12 AM
Baltimore Maryland 28 Jul 2022 at 6 PM
Kittery Maine 03 Aug 2018 at 6 PM
Location Unknown 15 Jul 2015 at 6 PM

Similar Opportunities

Location Unknown 06 May 2026 at 4 AM (estimated)
Arnold air force base Tennessee 18 Jul 2025 at 6 PM
Arnold air force base Tennessee 20 Jul 2025 at 3 PM
Arnold air force base Tennessee 18 Jul 2025 at 3 PM