This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
DTRA has a requirement for Electronic Personal Dosimeters (EPD) and Reader on a Brand Name or Equal basis. The required dosimeters and readers should be Thermo Scientific EPD Mk2 Dosimeters (Mfr: EPD 1- 62570-500) and Thermo Scientifc EPD Mk2 Reader(Mfr: EPD 1-62920-120) or equal.
The salient characteristics are as follows: EPD-Must be able to monitor and record occupational levels of radiation exposure; Dose Rate: 0‐300rem/Hr; Energy Response: 15Kev - 5Mev; Size: Pager Format with clip; Accuracy: Single digits of Microrem Gamma and Neutron radiation; Must be able to see in real time, dose rate and total dose, on the device down to single digit microrems. Reader-Must be capable of downloading and storing EPD dose data from the proposed EPDs.
Quantities required are Fifty (50) Electronic Personal Dosimeters and One (1) Electronic Personal Dosimeter Reader.
The solicitation number is HDTRA2-17-R-0007 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The requirement is 100% set aside for Small Businesses and the associated NAICS code is 334519. The small business size standard is 500 employees. The Contract Line Item Numbers (CLINs) are as follows: CLIN 0001 - Electronic Personal Dosimeters; 50 each. CLIN 0002 - Electronic Personal Dosimeter Reader; 1 each.
The provision at 52.212-1, Instructions to Offerors - Commercial and the clauses at 52.212-4, Contract Terms and Conditions -- Commercial Items and 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Deviation 2013-O0019) apply to this acquisition. In addition to the following clauses: The following clauses are incorporated by reference or full text: 52.204-7 System for Award Management, 52.204-13 System for Award Management Maintenance, 52.209-6, 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations, 52.212-4 Contract Terms and Conditions-- Commercial Items, 52.219-6, 52.219-28,52.222-3 Convict Labor 52.222-19 Child Labor -- Cooperation with Authorities and Remedies, 52.222-21 Prohibition Of Segregated Facilities, 52.222-26, 52.222-36, 52.222-50 Combating Trafficking in Persons, 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--System for Award Management, 52.232-39 Unenforceability of Unauthorized Obligations, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, 52.247-34 F.O.B. Destination, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control Of Government Personnel Work Product, 252.204-7004 Alt A System for Award Management Alternate A, 252.204- 7008 Compliance with Safeguarding Covered Defense Department Controls, 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting, 252.225-7000 Buy American--Balance Of Payments Program Certificate--Basic (Nov 2014), 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Dec 2016), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.244-7000 Subcontracts for Commercial Items, 252.247-7023 Transportation of Supplies by Sea, , 252.232-9012 - Invoicing, Receipt, Acceptance, and Property Transfer (iRapt) formally (WAWF) -Receipt and acceptance (RA) Instructions (Oct 2015). Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer, or ensure that they are completed in the System for Award Management.
Delivery terms for CLINs 0001 and 0002 are FOB Destination with acceptance in Albuquerque, NM no later than October 30, 2017. Price shall include shipping. One (1) year warranty on all products plus one (1) year technical assistance.
Price and compliance with the solicitation requirements are the evaluation factors. Only those offers that explicitly demonstrate compliance with the solicitation requirements will be considered for contract award. Award will be made to the offeror submitting the lowest priced offer that meets all solicitation requirements.
Responses to the soicitation are due no later than 13 September 2017 by 4:00pm Mountain Daylight Time (MDT). Submit responses to Tammie Allen: tammie.s.allen2.civ@mail.mil. Please contact Ms. Tammie Allen for information regarding the solicitation.