Federal Bid

Last Updated on 12 Sep 2019 at 8 AM
Combined Synopsis/Solicitation
Donahue Iowa

Gamma Detector for Measuring Gamma Rays

Solicitation ID 12405B19Q0027
Posted Date 25 Jul 2019 at 4 PM
Archive Date 12 Sep 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Usda Ars Sea Aao Acq/Per Prop
Agency Department Of Agriculture
Location Donahue Iowa United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 12405B19Q0027 and is issued as a request for quotation (RFQ). The NAICS code is 334519 Other Measuring and Controlling Device Manufacturing. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2019-02_2.
 
The USDA, ARS, SEA intends to procure a gamma detector for measuring gamma rays. The gamma detector must comply with the following minimum specifications:

• Brilliance 380 crystal, 88.9mm diam. x 203.2mm PMT R10233, for spectroscopy application (anode pulse rise time: 10ns; electron transit time: 51ns).
• Aluminum housing with End-on radiation entrance window 0,8mm thick for a use with a negative high voltage.
• Must have No shock, vibration Operation under normal environment excluding vacuum and operating with temperatures of 5°C to 50°C and a 8°C/hour Storage Temperature: -20°C to 50°C - rate.
• The end-on PHR will be measured at 662keV, 1332keV, 2614keV. The End-on PHR @ 662keV is expected to be less than 3.5% of target value. Also the end-on PHR @ 2614keV is expected to be less than 2.0% of target value.
• Includes a voltage divider that can provided passive voltage divider for use with negative HV with anode and last dynode outputs SHV connector for HV BNC connectors for anode output and last dynode output.
• Delivery to 411 S. Donahue Dr., Auburn, AL 36832

Any quotes not meeting the minimum specifications will not be considered. 

DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price per item/service, discounts for trade-ins/ applicable services, total price and valid for at least 60 days after receipt of quote. 2) at least 3-5 references (Government references preferred but will accept commercial references). References shall be provided for the service proposed and if possible include the email address of the person to be contacted; and 3) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS; The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at www.sam.gov.

REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer and will be considered.

The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS.

DELIVERY: FOB Destination. Deliver to USDA, ARS, Delivery 411 S. Donahue Dr., Auburn, AL 36832. QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees. 

DELIVERY DUE DATE: The Government requires delivery on or before 30 ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation. 

PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. 

Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. 

FAR 52.212-2, Evaluation-Commercial Item, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government.

The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material and capabilities of the offerors equipment/ services. Offerors shall identify where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All sources wishing to furnish a quotation must respond by 2:00 p.m. central standard time, August 5, 2019. Quotations are to be addressed to Shalunda Mix, Contract Specialist, at [email protected] or USDA, ARS, SEA, P. O. Box 225, 141 Experiment Station Road, Stoneville, MS 38776-0225. Additional information may be obtained by contacting the Contracting Officer by email.
Bid Protests Not Available

Similar Past Bids

Bremerton Washington 25 Jul 2017 at 5 PM
San diego California 23 Sep 2013 at 2 PM
Idaho 20 Dec 2017 at 8 PM
Bethesda Maryland 17 Jan 2018 at 6 PM
Pennsylvania 23 Jan 2018 at 6 PM

Similar Opportunities

Richmond Virginia 18 Mar 2027 at 7 PM
Gaithersburg Maryland 14 Jul 2025 at 8 PM
Leavenworth Kansas 31 Jul 2025 at 8 PM