RADIATION DOSIMETRY SERVICES
COMBINED SYNOPSIS SOLICITATION
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as applicable, and 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. This solicitation is being issued using Simplified Acquisition Procedures under the Authority of FAR Subpart 13.5.
This solicitation is a request for quotes under RFQ 75N98023Q00006. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2022-07, dated August 10, 2022. The associated North American Industry Classification System (NAICS) code for this procurement is 541380 - Testing Laboratories and Services, This RFQ is for full and open competition and is not set aside for small businesses.
PERFORMANCE WORK STATEMENT
Overview:
The National Institutes of Health (NIH) possesses a Nuclear Regulatory Commission (NRC) license authorizing the use of radioactive materials. NIH’s license requires routine monitoring for external personnel exposure, notifying individuals and supervisors of exposures approaching maximum permissible limits, and recommending remedial action when appropriate. Independently, and not as an agent of the Government (the Customer), the Contractor shall furnish the personnel, labor, facilities, equipment, parts, materials, and supplies necessary to provide a comprehensive exposure monitoring program including associated services in accordance with the requirements of the NIH license.
II. Performance Periods/Pricing:
III. Basic Service Description/Specifications:
A. Basic Services:
1. Whole Body Dosimeters:
a. General: Whole body monitoring systems will preferably utilize optically stimulated luminescence (OSL) or equivalent technology. The ideal system will involve the use of a single monitor capable of detecting beta, gamma, and neutron radiations that is designed for "clip-on" attachment to a worker's clothing. The system should possess a minimum reporting precision of 1 mrem with complete reanalysis capability to allow for dose measurement confirmation.
(1) gamma, x ray - 1 mrem
(2) energetic beta - 10 mrem
(3) neutron – 10 mrem thermal
20 mrem fast
f. Minimum Detectable Energies:
(1) gamma, x ray - 5 keV
(2) energetic beta - 150 keV
(3) neutron – 0.025 eV thermal
0.5 eV to 144 keV intermediate
> 144 keV fast
g. Minimum Detection Ranges:
(1) low and high energy gamma, x ray - 1 mrem to 1000 rem
h. Analysis and quantification above 1000 rem must be available upon request.
Whole Body Monitor Option: The contractor may substitute or offer as an alternative to the OSL system another currently available dosimetry technology, providing that the performance characteristics and the information available from the dosimeter provide comparable quantitative and qualitative data such as: static vs. dynamic exposure, shielded exposure, (i.e. an image of the exposure is available).
a. General: Personal dosimeters for extremity monitoring applications should be wrist-type beta-gamma monitors utilizing OSL or an equivalent technology. The extremity beta-gamma monitor shall be of similar construction and capability as the whole body beta-gamma monitor except for a watchband type strap that allows for attachment to a worker's wrist(s).
Extremity Monitor Option: The contractor may substitute or offer as an alternative to the OSL system another currently available dosimetry technology, providing that the performance characteristics and the information available from the dosimeter provide comparable quantitative and qualitative data such as: static vs. dynamic exposure, shielded exposure, (i.e. an image of the exposure is available).
3. Extremity (Ring) TLD:
(1) gamma, x ray - 10 mrem
(2) energetic beta - 10 mrem
d. Minimum energy sensitivity:
(1) gamma, x ray - 10 keV
(2) energetic beta - 200 keV
e. Minimum Detection Ranges:
(1) low and high energy gamma, x ray - 10 mrem to 1,000 rem
(2) beta over 1 MeV - 50 mrem to 1,000 rem
Extremity Ring TLD Option: The contractor may substitute or offer as an alternative to the extremity ring monitor another currently available dosimetry technology, providing that the performance characteristics and information available from the dosimeter meets or exceeds that provided by the ring TLD described above.
4. General Purpose TLD
(1) gamma, x ray - 10 mrem
(2) energetic beta - 40 mrem
d. Minimum Energy Sensitivity:
(1) gamma, x ray - 15 keV
(2) energetic beta - 200 keV
e. Minimum Detection Ranges:
(1) low and high energy gamma, x ray - 10 mrem to 1,000 rem
(2) beta over 1 MeV - 40 mrem to 1,000 rem
(4) analysis and quantification above 1,000 rem to be available under emergency circumstances.
General Purpose TLD Option: The contractor may substitute or offer as an alternative general purpose TLD another available technology, providing that the performance characteristics and information available from the dosimeter meets or exceeds that provided by the TLD system described above.
5. Neutron TLD
(1) Thermal - 10 mrem
(2) Intermediate/Fast - 20 mrem
d. Minimum Detectable Energies:
(1) Thermal - for energies under 0.5 eV
(2) Intermediate - for 0.5 eV to 144 keV
(3) Fast-energies above 144 keV and ranging to 40 MeV.
Neutron TLD Option: The contractor may substitute or offer as an alternative neutron TLD another available technology, providing that the performance characteristics and information available from the dosimeter meets or exceeds that provided by the neutron monitoring system described above.
6. TLD Chips
a. General: Bare, calibrated TLD chips enclosed in a polyethylene or paper envelope shall be used for controls, area monitors or other exposure measurement purposes.
Type of Energy of Dose Range
Radiation Radiation (rem) Error Limit (%)
X-ray, gamma .01 - 10 MeV .02 – 1000 (same as #6 above)
TLD Chip Option: The contractor may substitute or offer as an alternative another available technology, provided that the performance characteristics and information available from the dosimeter meets or exceeds that listed in this section.
7. Operational Dosimeters
(1) gamma, x ray - > 5 keV
(2) energetic beta - > 200 keV
d. Minimum Detection Ranges:
(1) gamma, x ray - 5 mrem to 5 rem
(2) energetic beta - 5 mrem to 5 rem
Operational Dosimeter Option: The contractor may substitute or offer as an alternative Operational/Electronic Dosimeter another available technology, providing that the performance characteristics and information available from the dosimeter meets or exceeds that provided by the monitoring system described above.
The contractor shall be able to provide weekly monitoring services for the following items:
Estimated Qty
Whole body beta-gamma (OSL and/or TLD) 25
Extremity finger ring beta-gamma (TLD) 100
The contractor shall perform monthly/bi-monthly monitoring services for the following items:
Estimated Qty
Whole body beta-gamma (OSL and/or TLD) 1000
Extremity wrist beta-gamma (OSL and/or TLD) 5 - 20
Extremity finger ring beta-gamma (TLD) 500
Whole body neutron 10
The contractor shall perform quarterly monitoring services for the following items:
Estimated Qty
General purpose monitor (OSL and/or TLD) 200
Each monthly shipment of dosimeters to the NIH campus shall also contain an extra 100 unassigned OSL (or equivalent) whole body monitors, 50 unassigned ring TLD’s, and 10 unassigned general purpose TLD monitors specifically designated as temporary employee issuances and/or control monitors. The exact number of temporary and control monitors may change at the discretion of the Division of Radiation Safety (DRS) Contracting Officer Representative (COR) in order to meet seasonal demands.
C. Software requirements:
Description Length Characteristics
Account Number 6 Numeric (ASCII)
Series Code 3 Alphanumeric
Participant Number 5 Numeric (ASCII)
Participant Name 16 Alphanumeric
Social Security Number 9 Numeric (ASCII)
Note Code 2 Alphanumeric
Dosimeter/Exposure Type 2 Alphanumeric
Begin Wear Date (MMDDYYYY) 8 Numeric (ASCII)
End Wear Date (MMDDYYYY) 8 Numeric (ASCII)
Deep Dose 5 Numeric (ASCII)
Shallow Dose 5 Numeric (ASCII)
Lens Dose 5 Numeric (ASCII)
Sex 1 Alphanumeric
Birth date (MMDDYYYY) 8 Numeric (ASCII)
Inception Date (MMYY) 4 Numeric (ASCII)
Energy Range 1 Alphanumeric
Processing Date (MMDDYYYY) 8 Numeric (ASCII)
Change Code 1 Alphanumeric
Frequency 1 Alphanumeric
Dosimeter Identifier (Spare) 7 Numeric (ASCII)
Account Number (Spare) 3 Numeric (ASCII)
D. Special Services:
a. Routine evaluation must be accomplished within five (5) working days after receipt, with a written report of exposures provided within 10 working days after receipt.
Note: Level 1 and level 2 doses may be found in the U.S. Nuclear Regulatory Commission's NUREG 1556, Vol 9 Rev 3, Appendix M, Table M-1.
OWNERSHIP:
All materials developed, and equipment and supplies provided, under the scope of this contract are the sole property of the Federal Government.
REPORTING REQUIREMENTS:
The contractor shall advise the program office and provide an overview of all work products and advice and guidance on work processes and methodologies.
The contractor shall provide NIH with a monthly invoice detailing work performed for the month.
The contracting officer’s representative (COR) on this contract, will review all invoices and reports and ensure reasonable costs.
Key Personnel:
The key personnel specified in this contract are considered to be essential to work performance. At least 30 days prior to the contractor voluntarily diverting any of the specified individuals to other programs or contracts, the Contractor shall notify the Contracting Officer and shall submit a justification for the diversion or replacement and a request to replace the individual. The request must identify the proposed replacement and provide an explanation of how the replacement's skills, experience, and credentials meet or exceed the requirements of the contract (including, when applicable, Human Subjects Testing requirements). If the employee of the contractor is terminated for cause or separates from the contractor voluntarily with less than thirty days’ notice, the Contractor shall provide the maximum notice practicable under the circumstances. The Contractor shall not divert, replace, or announce any such change to key personnel without the written consent of the Contracting Officer. The contract will be modified to add or delete key personnel as necessary to reflect the agreement of the parties.
Labor Category
Name of Individual(s) (add more rows as needed)
Person(s) approving contractor final review
TBD
End of Performance Work Statement
FAR and HHSAR Provisions/Clauses Incorporated by Reference:
(December 18, 2015)
FAR and HHSAR Provisions/Clauses Provided in Full
Contracting Officers’s Representative (COR)
The following Contracting Officer's Representative (COR) will represent the Government for the purpose of this Contract: TBD
The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance.
The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; (5) otherwise change any terms and conditions of this contract; or (6) sign written licensing agreements.
The Government may unilaterally change its COR designation.
Evaluation Criteria
All quotes will be given a thorough review. The evaluation process will be based on Best Value with technical being more important than price. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
Past Experience
The vendor has conducted annual QA/QC surveys of radiation producing devices and personnel shielding, dosimetry calculations for clinical research protocols, and facility shielding design as described in the statement of work
Excellent
Vendor has documented experience similar to that called for in the performance work statement to large-scale organizations as a routine part of its business. There were no quality problems.
Good
Vendor has provided services similar to that called for in the performance work statement to large-scale organizations on an occasional basis; vendor routinely provides similar services to small organizations. Nonconformances had no effect on achievement of contract requirements.
Fair
Vendor does not provide services similar to that called for in the performance work statement to large-scale organizations; vendor routinely provides similar services to small organizations. Nonconformances required minor resources to ensure achievement of contract requirements.
Poor
Vendor does not provide similar services to that called for in the performance work statement to large-scale organizations; vendor occasionally provides similar services to small organizations. Nonconformances required significant resources to ensure achievement of contract requirements.
Unsatisfactory
Vendor has no experience providing similar services to that called for in the performance work statement. Nonconformances compromised achievement of contract requirements.
Vendors will be evaluated on the quoter’s experience (which can be from the qualified personnel that would provide the services; however at least one must come from the vendor) in providing similar services and their demonstrated understanding of this requirement. Vendors shall provide information on at least 3 completed requirements, 1 of each of the sought services (dosimetry calculations, radiation producing device surveys, and shielding design) to include:
Technical Capabilities
The quote provides a clear, logical plan for organizing the tasks and feasible methods for delivering the services. The proposed approach also reflects a clear understanding of the services needed by the NIH including a description of how the services offered meets the technical requirements, informational capability and how it meets the overall requirements of the SOW. The vendor complies with contract requirements, uses appropriate personnel, and demonstrates technical excellence. The timeframes for performing and delivering the services are realistic. Vendor provides key personnel that meet or exceed the requirements under Section 4.3 of the solicitation. Vendor will provide resumes of key personnel as well as commitment letters for those who aren’t the vendor’s current employee.
Excellent
The proposed methods are logical and feasible, and they reflect a clear understanding of contract requirements. Vendor is expert in services requested. The timeframes for performing all tasks are realistic and reflect the proposed approach. All subcontract work and the subcontractors selected to perform the work are identified. Vendor has key personnel that exceed the qualifications requirements of the SOW
Good
The proposed methods are logical and feasible, and they reflect an adequate understanding of contract requirements. Vendor possesses adequate expertise in services requested. The timeframes for performing some tasks are unrealistic, but overall the timeframes reflect the proposed approach. All subcontract work is identified, as are most of the subcontractors selected to perform the work. The quote describes the method the vendor will use to select the remaining subcontractors. Vendor has the key personnel to meet the qualifications requirements of the SOW.
Fair
Vendor has key personnel to meet the qualifications requirements of SOW by the time the contract begins. While most of the proposed methods reflect an adequate understanding of the contract requirements, some are general or inappropriate. Vendor possesses superficial expertise in services requested. Though the proposed timeframes generally reflect the proposed approach, the timeframes for many tasks are unrealistic. All subcontract work is identified, but proposed subcontractors are not identified. The quote described the method the Vendor will use to select the subcontractors.
Poor
Vendor does not have any key personnel meeting the qualifications requirements of the SOW nor will they have them in time for the contract start date. Most of the proposed methods are general or inappropriate. Vendor possesses little or no expertise in services requested. The timeframes for most tasks are unrealistic and do not correspond to the proposed approach. All subcontract work is identified, but proposed subcontractors are not identified. The quote does not describe the method the vendor will use to select the subcontractors.
Unsatisfactory
The proposed methods are vague and do not demonstrate any sort of understanding of the contract requirements or services requested. It is unclear what, if any, work will be subcontracted. The quote does not describe the methods the vendor will use to select the subcontractors. Vendor does not have any key personnel meeting the qualifications requirements of the SOW nor will they have them in time for the contract start date.
Reporting Matters Involving Fraud, Waste AND Abuse:
Anyone who becomes aware of the existence or apparent existence of fraud, waste and abuse in NIH funded programs is encouraged to report such matters to the HHS Inspector General's Office in writing or on the Inspector General's Hotline. The tollfree number is 1-800-HHS-TIPS (1-800-447-8477). All telephone calls will be handled confidentially. The email address is: [email protected] . The website to file a complaint on-line is: http://oig.hhs.gov/fraud/hotline/ and the mailing address is:
US Department of Health and Human Services
Office of Inspector General
ATTN: OIG HOTLINE OPERATIONS
P.O. Box 23489
Washington, D.C. 20026
NON-PERSONAL SERVICES
This contract is a "non-personal services contract" as defined in Federal Acquisition Regulation (FAR) Subpart 37.1. It is therefore, understood and agreed that the Contractor and the Contractor's employees: (1) shall perform the services specified herein as independent contractors, not as employees of the Government; (2) shall be responsible for their own management and administration of the work requirements and bear sole responsibility for complying with any and all technical, schedule, financial requirements, or constraints attendant to the performance of this contract; (3) shall be free from supervision control by and Government employee with respect to the manner or method of performance of the services specified; but (4) shall, pursuant to the Government's right and obligation to inspect, accept, or reject the work, comply with such general
Price Quote Instructions
Vendors are to fill in pricing for the all the line items (including option periods) listed as well as the estimated yearly total for the base and option periods. The price quote must also include attachment #1 and any signed amendments to the solicitation.
Evaluation of Quotes
All quotes will be given a thorough review. The evaluation process will be based on Best Value with technical being more important than price. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
Quote Submittal Instructions
Technical and Price Quotes (the technical and price quotes are to be separate documents/attachments) are due to Maya Joseph, Contract Specialist, via email at [email protected] by Dec 27, 2022 at 4PM EST. Quotes delivered through fax, hand delivery, or mail will not be accepted. Electronic Quotes shall be in Microsoft Word, Excel, PowerPoint, or Adobe Acrobat. Please include the solicitation number RFQ 75N98023Q00006 and company name in the email subject line when responding to this solicitation. Price Quotes will include the vendor’s name, UEI number, and Tax ID number, as well as be valid for 60 calendar days or longer. Any questions can be sent to Ms. Maya Joseph via email at [email protected] by December 20, 2022 at 4PM EST. Technical Quotes shall be no longer than 15 pages in length that outline the requirements in the Performance Work Statement (excluding resumes and commitment letters). Please contact Ms. Joseph by email or at 240-515-1447 to verify your quote was received.
List of Attachments