Luxel+ Optically-Stimulated Dosimeters, Brand Name Only

expired opportunity(Expired)
From: Federal Government(Federal)
SB1341-17-RQ-0991

Basic Details

started - 06 Sep, 2017 (about 6 years ago)

Start Date

06 Sep, 2017 (about 6 years ago)
due - 12 Sep, 2017 (about 6 years ago)

Due Date

12 Sep, 2017 (about 6 years ago)
Bid Notification

Type

Bid Notification
SB1341-17-RQ-0991

Identifier

SB1341-17-RQ-0991
Department of Commerce

Customer / Agency

Department of Commerce

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Added:
Sep 01, 2017 9:49 am
Modified:
Sep 06, 2017 1:38 pm
Track Changes
The purpose of this amendment is to include Questions and Answers.
Question 1: What division of NIST will dosimeters be sent to?
Answer 1: The Gaithersburg Radiation Safety Division (GRSD)--------------------------------------------------------------------------------------
COMBINED SYNOPSIS/SOLICITATION SB1341-17-RQ-0991
Luxel+ Optically-Stimulated Dosimeters, Brand Name Only

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a separate written solicitation document will not be issued. This solicitation is being issued under the authority of FAR Part 13 Simplified
Acquisition Procedures.
This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 effective 01/19/2017.
The associated North American Industrial Classification System (NAICS) code for this procurement is 334513 with a small business size standard of 750 Employees. This acquisition is being procured as full and open competition.
This is a brand name only requirement. Contractors must provide the brand name identified within the Statement of Work. All part numbers listed herein are Landauer part numbers. The brand name only justification is as follows: This procurement can only be performed by Luxel+ optically stimulated luminescence (OSL) dosimeters because the optically-stimulated dosimetry technology that these units provide is not available from any other dosimeter. These dosimeters are the most sensitive type of dosimeters in the U.S. and are required to ensure that areas occupied by non-radiation workers are maintained at the lowest radiation dose levels possible. The technology used to achieve the necessary sensitivity (OSL) is only available from Luxel+ dosimeters.
Delivery
The period of performance is 1 year after award. 300 Luxel+ OSL dosimeters shall be delivered quarterly, with the first set being delivered no later than December 15, 2017.
The items shall be shipped F.O.B. Destination to:
The National Institute of Standards and Technology
100 Bureau Drive
Building 301
Gaithersburg, MD 20899
FOB DESTINATION MEANS: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery.
EVALUATION CRITERIA AND BASIS FOR AWARD
The Government intends to award a purchase order resulting from this solicitation to the responsible Contractor whose quotation, conforming to the solicitation, is the lowest price, technically acceptable quotation.
Technically acceptable means that the Contractor provides a system that meets the brand named requirement specified in the Statement of Work, and the requirements of all Line Items. If a Contractor does not indicate how its proposed equipment meets a certain minimum requirement, NIST will determine that it does not.
Price will be evaluated to determine that total price is consistent with the technical portion of the quotation and is a fair and reasonable overall price to the Government.
NIST intends to evaluate quotes and issue a contract based on the initial quotes received. Therefore, the Contractor's initial quote should contain the Contractor's best terms from a price and technical standpoint. NIST reserves the right to request revised quotes from, or negotiate final contract terms with, one or more, but not all, Contractors if later determined by the Contracting Officer to be necessary.
REQUIRED SUBMISSIONS
All Contractors shall submit the following:
1. For the purpose of evaluation of Technical Acceptability: Documentation that confirms the contractor is capable of delivering the brand name dosimeters specified, quarterly, analyzing the radiation doses and reporting as specified in the statement of work. Contractors shall include a copy of the quoted system's manufacturer's specifications.

2. Contractors shall provide pricing for the following line items. All equipment must be new. Used or remanufactured equipment will not be considered for award.
Line Item 0001: Quantity four (4) - 3 months of services for 300 Landauer Luxel+ OSL dosimeters meeting all specifications in accordance with the Statement of Work, inclusive of F.O.B Destination shipping.
Line Item 0002: Luxel unreturned dosimeter fee.
Line Item Description Quantity Price
0001 3 months of services for 300 Landauer Luxel+ OSL dosimeters 4 $
0002 Unreturned dosimeter fee 1 $
3. A completed version of all required solicitation provisions (see attached provisions/clauses document - required submissions highlighted in blue).
4. If the contractor objects to any of the terms and conditions contained in this solicitation, the contractor shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" [Contractor shall list exception(s) and rationale for the exception(s)]. It is the sole responsibility of the contractor to identify in their quote any exceptions to the terms and conditions of the solicitation. If the contractor does not include such a statement, the submission of a quotation in response to this solicitation will be regarded as the Contractor's acceptance of the Government's terms and conditions for inclusion into the resultant purchase order.
5. Contractors shall provide an active DUNS # for the System for Award Management (SAM) registration.
Please note that this procurement IS NOT being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If a contractor submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the contractor's FSS or GWAC contract, and the statement required above shall be included in the quotation;
DUE DATE FOR QUOTATIONS
All quotations must be submitted via e-mail to Heather Bauer, Contract Specialist at Heather.Bauer@nist.gov. Submission must be received not later than 11:00 a.m. Eastern Time on Tuesday, 12 September 2017. A quotation shall be considered received when it is received in the electronic inbox of Heather Bauer not later than the date and time identified herein.
All questions regarding this notice must be submitted via e-mail to Heather.Bauer@nist.gov by 11:00 a.m. Eastern Time on Wednesday, 6 September 2017. Questions submitted after this date may not be addressed by the Government prior to the quotation submission deadline.
PROVISIONS AND CLAUSES:
The clauses and provisions applicable to this solicitation can be found under Applicable Clauses & Provisions. The full text of a FAR provision or clause may be accessed electronically at https://farsite.hill.af.mil or www.acquisition.gov/far. The full text of a CAR provision or clause may be accessed electronically at https://farsite.hill.af.mil or http://www.osec.doc.gov/oam/acquistion_management/policy/.
ATTACHMENTS:
The following attachments apply to this solicitation:
1. The Statement of Work
2. Applicable Clauses & Provisions

100 Bureau Drive, Building 301 Room B130 Gaithersburg, Maryland 20899-1410 United StatesLocation

Place Of Performance : 100 Bureau Drive, Building 301 Room B130 Gaithersburg, Maryland 20899-1410 United States

Country : United StatesState : Maryland

You may also like

6515--Brand name or equal - Bone Mill

Due: 29 Mar, 2024 (Today)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Visitor Management System - Brand Name or Equal

Due: 03 Apr, 2024 (in 5 days)Agency: AGRICULTURE, DEPARTMENT OF

BRAND NAME ONLY - APPLE IPAD MULTIPLE IDIQ

Due: 31 Dec, 2025 (in 21 months)Agency: BUREAU OF INDIAN AFFAIRS

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

334 -- Computer and Electronic Product Manufacturing/334513 -- Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables