Skip to main content

An official website of the United States government

You have 2 new alerts

6515--Radiation Survey Meters

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Jul 18, 2024 09:10 am EDT
  • Original Response Date: Jul 26, 2024 11:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 02, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 334519 - Other Measuring and Controlling Device Manufacturing
  • Place of Performance:
    Fredericksburg HCC Fredericksburg , VA 22408
    USA

Description

THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. No formal solicitation document exists at this time. We are seeking information for market research purposes only. The Government will not pay for any information solicited. The VHA Network Contracting Office 6 (NCO 6) is conducting a market survey to find qualified and authorized vendors to supply Radiation Meter Survey Systems for the new Fredericksburg Health Care Clinic (HCC). The proposed NAICS 334519 is applicable to this acquisition; with a size standard of 600 Employees. Salient Characteristics: The Fredericksburg HCC will consider any items that meet the following Salient Characteristics. Interested vendors proposing similar items are required to submit an itemized description of their products to demonstrate they meet or exceed these requirements: ITEM 1: Meter, Survey Total Quantity: 6 each Basis of Design: Ludlum Model 14C Survey Meter, Item# 48-1611 Salient Characteristics: General Purpose handheld analog ratemeter with multiple separate radiation detectors. System must allow user to select between the internally mounted GM detector or an external GM or Scintillator detector. Dimensions: 6 ½ x 3 ½ x 8 ½ Weight: 3 ½ lbs Voltage: 900V Power: (2) D Cell Batteries Application: Alpha, Beta, and Gamma surveying Internal Detector Energy compensated GM (used with ×1000 scale only) Range: 0 to 20 mSv/hr (0 to 2000 mR/hr) Sensitivity: 200 cpm per mR/hr Must be compatible with any GM or Scintillation type operating on 900 VDC Detector Channels: External Detector: ×0.1 through ×100 range settings Internal GM Detector: ×1000 setting Energy Response Within 15% of true value between 60 keV to 3 MeV (internal detector only) Linearity Reading within 10% of true value with detector connected Meter Dial: 0 - 2 mR/hr, 0 - 5 kcpm, BAT TEST Meter: 6.4 cm (2.5 in.) arc, 1 mA analog type Controls Rotary Selector Switch: Switches between: Off; Ranges: ×0.1, ×1, ×10, ×100, ×1000 Reset Push Button: Zeroes meter Battery Push Button: Checks battery status Audio Switch: Audio on/off, built-in unimorph speaker, greater than 60 dB at 0.6 m (2 ft) High Voltage 900 Vdc Threshold -40 mV to 10 mV ITEM 2: Meter, Survey, Ion Chamber Total Quantity: 4 each Basis of Design: Ludlum Model 9DP Pressurized Ion Chamber, Item# 48-3742 Salient Characteristics: Digital Hand-held pressurized ion chamber that provides highly sensitive exposure measurements of gamma and x-ray radiation at energies above 25 keV and beta radiation at energies above 1 MeV. Range: Background to 50 mSv/h (5 R/hr) Shows Exposure Rate & Either Integrated Exposure or Peak Exposure Rate Sunlight Readable Color Display Auto-Zeroing & -Ranging Rechargeable Batteries Audio & Visual Alarms Dimensions: 8 ½ x 4 ½ x 9 ½ Weight: 3 ½ lbs Power: (8) Rechargeable AA NiMH Batteries Radiation Detected Gamma & X-rays above 25 keV Beta above 1 MeV Energy Response ± 25% from 60 keV to 1.25 MeV (see Graph) Display Ranges Sv/h units *: 0 - 5 Sv/h, 0 - 50 Sv/h, 0 - 500 Sv/h, 0 - 5 mSv/h, 0 - 50 mSv/h R/hr units: 0 - 500 R/hr, 0 - 5 mR/hr, 0 - 50 mR/hr, 0 - 500 mR/hr, 0 - 5 R/hr Gy/h units: 0 - 5 Gy/h, 0 - 50 Gy/h, 0 - 500 Gy/h, 0 - 5 mGy/h, 0 - 50 mGy/h rem/h units: 0 - 500 rem/hr, 0 - 5 mrem/hr, 0 - 50 mrem/hr, 0 - 500 mrem/hr, 0 - 5 rem/hr Submission Instructions: The CO will consider responses received for this Sources Sought Notice, along with any other market research that is conducted, when determining the appropriate acquisition strategy. Pursuant to 38 U.S.C. 8127(d), CO s must set aside all acquisitions for SDVOSBs or VOSBs whenever there is a reasonable expectation of receiving two or more offers/quotes from eligible, capable and verified firms, and that an award can be made at a fair and reasonable price that offers best value to the Government. However, if responses from qualified firms prove inadequate, an alternate set-aside or full and open competition may be considered. In order to be considered eligible for an SDVOSB or VOSB Set-Aside, interested firms must confirm in their response to this Sources Sought Notice that they will be able to comply with all the following criteria: VA Acquisition Regulation (VAAR) 819.7003 - Eligibility VAAR Clause 852.219-73 SDVOSB Set-Aside or 852.219-74 VOSB Set-Aside VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products. Interested Vendors shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for their proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The capability statements received from this market research are for planning purposes only and will assist the Government in determining an appropriate acquisition strategy. This is strictly market research, and the Government will not assume any costs incurred by interested vendors in the preparation of responses. All interested parties should respond, in writing via email to danieli.dove@va.gov. No telephone inquiries will be accepted. Your response is required by 11:00 AM ET on Friday, July 26, 2024. In your response, please include the following: Company name Address Point of contact with email and phone number SAM Unique Entry ID number and evidence of current SAM registration (see https://www.sam.gov for more information) Company Socio-Economic Status (Example: Large, Small, SDVOSB, VOSB, WOSB etc.) Federal Supply Schedule (FSS) or GSA Contract number, if applicable Proposed NAICS code (if different from above) Capabilities statement, to include the Salient Characteristics of your proposed item(s) and how they compare to those listed above Anticipated delivery terms if awarded a contract Any additional information that helps describe your interest and capabilities Proof of status as the OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system A brief statement on how you will comply with the Nonmanufacturer Rule and/or Limitations on Subcontracting, if applicable

Contact Information

Contracting Office Address

  • 100 EMANCIPATION DR
  • HAMPTON , VA 23667
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Nov 02, 2024 11:55 pm EDTSources Sought (Original)