ML20010J525

From kanterella
Jump to navigation Jump to search
Contract: Portable Intrinsic Germanium Detector Sys, Awarded to Princeton Gamma Tech,Inc
ML20010J525
Person / Time
Issue date: 09/28/1981
From: Lebo C, Robert Williams
NRC OFFICE OF ADMINISTRATION (ADM), PRINCETON GAMMA-TECH, INC.
To:
Shared Package
ML20010J524 List:
References
CON-NRC-05-81-267, CON-NRC-5-81-267 NUDOCS 8110050274
Download: ML20010J525 (22)


Text

-

s FART I 3OUCTTATION, OFFER AND AWARD *~.o**'~~

i *'

, w.r..ci,,,-

1

. =,...u o

o IFB-RS-01E-81-267

-,c

- m.o 3

r on L,,.am. rio,wi 8/21/81 RFPA N0. OIE-81-267

.e..

<=. i

..oc

. o......-. -..

U. S. 'Juclear Regulatory Comission Civision of Centracts Vasnington. 0.C.

20555 Same as Block No. 7

- -,- -, ~

~

~ ~

SOLICITA T108.

e s..,' m.a o n'e

,st

,r

,t..a..

&,,,,.oriatna1 c y

- c, 2 f' 23' <,a..a.D'O. c.- - -c a.'hia. ew '..a t=,*.a ei m. a.== =.a '.o.a y/ 8 f..e a

4 Montgomery ve 2:00 o.m.

9/l*==

ca,,,

,, c

v. w..

..e....

...,em Be th.e sda, MD 20014 u oors

.c

. a.. in.

to = s Caurios - t4 rt ourn3e 5 me.s. /,w #./ 3.v. citer,.a sa.rroev.as aw C.ae.new.

( eIegraphic resPCnses 3re not am ceim.,.

,,.e,....., :

autherized)

. ri.3 so.....

...,oc.

.a. coaa..

. ss 22 4 Janvaev 1973 3 r,,, a....,,.,,,,.,,,,.,.,,.,,.,..

.. o.....ca w.<.ac er

..e a w,.e c.ac..

z rn. c-e...

.a.. n n.

?!30/80

4. s.,cn.., e,....,== =.a i..a.. c m.v ce a...aa io.citus.ons

.,,,,,,.,.,,,.,,,,e..a,,,...,,,,.

.. i x.....ac.,

=,..., y c..

fe,,,,,,,,,,,,,.,,,, y a.,,,

.i sca mre.w4 riou ceu ru,4,, - a i m.,.une,,,,,, Ronald Coleman, Contract Spec.(301) 492-4800 3CHEDULE toyol fj,

. 6vput t. 54.vic t s is ou atite

.* w it

  • ca is eat The address shown in Block #7 is for mailing of bids only.

Handcarried bids should be addressed as indicated in Block #7, delivered to:

Room 2223, 4550 Montgomery Ave., '

, Bethesda,fiD 20014. No telegraphic bids acceoted.

s.-~.,..

CFFEn scapes 2 ano 3 ra st arso be tuny co,ao.,r.c kr orterorj u

...... c.

... in..

.ta.o,.s m.,a

..ein.....

,. c.

r.a_

c..~., e.,,,9 u..,,,,,,a,m,,,,,,,-r

,,- e, ea,.ir ~e e,-.a. e.. e.,, =..... ee m cir..a.e

.n.-.

. a.cas..c

.c....

.. m c c......

..a.. m..-. i.-,<. w....

..u.

.. u..ccv

,.c...c

,........,,, u u.,

1 s e c.6 o.. e. s

% a c.a -o.. o. :

Net

  • Joc. 8 c e..s s

c ie~o a e. s it. capt::om ceceI i

'.cor' cect I

. r.* -o m i s c' ** * $o-e-c Ni o c x-c""

R.

J. Williams

, gu,,

Princeton Gamma-Tech, Inc.

1200 State Road Product Marketing Manager a*=a _ Prince ton,

N.J.

08540 Somerset Count ~

[

- ~> [

d' "

..t2 cces.-o ru o-e c >

ge

(.609) 924-8980 See below 9/10/81

...,.--se..~.

A >.rARD f 70 O. co,*C.e#9C Dy OOr.fam.aff

to.c:gs,tg.3to.,gus es,.g.gg 73 oi,=,

3.ccoy-i o o.".cM'.e.c-C.,.

B&R No.:

32-31

$21,950.00 Acoropriation Symbol:

31X0200.301

.. u.. - o.c n......

rs ecc mo i4u8: :=~o

.e.em.:

e...s ee.

27

p. i e m..o

...o... m....

coe, t n.... ear ~.* - eee' ecc< i U.S. N lear Regulatory Commission Off o the Controller Di ision f Accounti g Wash., DC 20555 c.

c. :o i..cv o c...co. r. ~,

ts. uiviTso ATas ce guenicA 8110050274 810928 t

\\

22.-..o ca re l

PDR CONTR NRC-05-81-267 PDC 5 e"

<* o' v'"

he h'c*'s

'l

( Y']

l

,s.

.nn, e

o l23 33, s ee.re.

n m.,i.sv >rn

  • PRINCIPAL PLACE OF PERFORMANCE:

e Af PRE $1N TATIONS CI ATIRCAilCNS AND ACKN3LEDGMENT3 RE M ESENTATIONS @eo a coepiote att wobcao<e cases or oraces l' ine of%. rec <eseats as cart of nes orfer sna 1

SMALL BU$tNECS o$ce uar 14 cn SF 22 A i

~

l ae Z's ~ sact a :tnait honess concern if off e'or.s a smah businen scoce+n ano.: not tre man f ac:urer of tne twoim ef fe u

  • e also repressats trat

, a s cohes to ce furniseec nerev cer ! el. ~ will not. De manuf acturereo or neocwere ey a smau tuseneissancern L

n a tne Unitec State..s :cssess ons or Puerto Rico.

\\

\\

'r N, I' 2.

MINCRsTY BU$1 NESS ENTERPRISE

\\v e

  • e !.s. Z 's not. a m.nority cusiness enterorise. A minority ousiness entero <.ie s cefinee as a " bus. ness. at least $0 percent of un.c

.s o*eec or.n.noriev ;rouc members or..n ene of nuenety ow ec bus.nesses, at least $1 percent of the sinct of amen s ownee evmencrity n

grown erem eets' 8 cr tne pu pose of tnis cefinition, minority grovo tempers are Negreet. Spanesa spessung American oeA sons ~

r American Cr.entais Amel.can inc.ans, A,ner.can Enimos, anc AmericarwAleuts.

g gy 5

3.

R E GUL AR DE A LE R - M ANUF ACTUR E R lAcco cacie crity to ssuoty contracts eneroseg $10.000 :

me.s a. reguar ses.er en 3 manufacturer of. tne suc%es of fe'rt '

4 CONTINGENT F EE iSee i,;ar 15 on SF 22 A r.

~. nas DC nas not. emo ovec or reta,nec any cornoans or retsons torner man a ti,at riene ona file emutove* '.vureing s ore *y for sar =e rne offem-o soi.c t or ser.ure tnis contract. anc 'bl ne ! nas, % nas not ca4 or ag eed to cay any ecmcany or persen 'crner nan. fo rt.

time cv v f.ca - r:ciuvre weresng soietr for tne ot/e or/ any f ee. comimss.on, percentagt or cron eiase 'ee cent.ngent ccm. 'esuit.ng from tre aware cf ths contract anc agrees to f urnism information relating to tal anc ibi above as renwes:ec oy :ne Contracting Of ficer lIn'erare-tation or une recresretatioor ancieng the term " bons har rep.over.see Cace of Froeno Arguistoons. Mtte 41. Succart f I S i

' ~

~5.

TvPE OF BUSINEST. C AG ANIZATION me cot'.ates as - an.nc.vicual. O a cartnersn'o. O a nonoroht organizaticn, Z a coronration,.ncorocratec u cer tne iaws :t tne State New JerSeV e

o, 6.

AF FILI ATICN ANO ID ENTIFYING D ATA t.tnol.cacie en/r to anve'tised solicitariocs s Eace ot erer snais comciere ia) and ses if acosicacie. anc ser neiovv.'

iar e e.

.s. Z.s not, owneo or controsiec ev a carent comoany. ISee car 16 on SF JJ 1 <

see if tne offeror.s ownee or ;cntroded my a carent corecany, ne nau enter n tne beocus beiow :ne name anc ma n office accress of tne ;arent comcany:

.s.s.~...e c.c....

ao

n c: :e tt.

n.

  • ne..

c, e..u;- p 3 u r u..%..o a e...

o. s a..

e..r.o. s a. vo v..e

a....sa w

\\

22-176-9620 l

7.

EQU AL CPPORTUNITY Me % nas. C nas not, particicated en a previous contract or sue. contract suoiect etaer to tre Ecuas Ocoortunity (4

-tause neron or tne c;ause er.ginasiv containe1.n section 301 of Executive Orcer No 10925. or rne clause conta.nec.a Section 201 et Esecutive Or*, No.

tl11al, that ne C nas. C nas not, friec ad reCuired cor*iodeance reoc'ts: anc taat representations ar'd.cating kD* mss 4on of recuarec c0raoreence rioorts. signed DV 3rcooSec suCContraC:or*a, *dl be Cotained DriCr to suDcontract awarcs. (Int soove recresentat#on r*eed not De suCmittee in connect:en *ian contracts or succontracts wmen are enemot ' rom tne ecual evoortunits clanse i ital ine ciotter for offeror) represents that 01 ne s nas cevescoed and nas on f.ie. C as not devetooe<t and coes not nave on rue. at esen estaciisnment attiemative acteon programs as recuirec ev :ne r. ~a an1 rersations of tre Secretary of t,aeor :41 CFR 601 ana 50 21 or II) ae C nr.s not oraviously Bac contracts suopct to tne written a'armateve action orograms recuirement of tre rules sec regulatices of the Secretarv o* Lacer r The acove representation snait ca. comoterre av raen cicer* for of ferorr anose coe soffr*r os $50.000 er more ano avno nas

0 or more emotorres i CER TtF1CA:sCNS Ceca or comorere oor accticacor : cars er mccess 1.

BUY AMERICAN CERTIFICATE Ine offe'or certif.es as part of nes of fer. that: each vac croouct. except the end creducts testec Deicw..s a comestic eno orccuct ias cefenec

'n the c!Juse entitled "Suv American Act"). and tnat components of u unown origin have teen cons.certo to nave been minec precucec, or n

manufactured oursice tre United States.

Isc wet: t*c **cCvc's c,m e' o8 G.G.se None N/A sm.e...,e.., :: n e : ia a v 2.ni e

9 c

CLE5h A1R AND WAitR rAcolocoote et the ora or offer escrecs $100 000.or the contracrong ott>Cer na 3

uncer Jr. ncelonote cuantity contract n any year wr/l esceed $100 000 or a faCanty to Ce usec has Cern the sucrect of a connetootr uncer rne Clran Air Act 442 V$.C 18$7c.8(c)GHor the feCeral Water Pollution Control Act (22 V: C ffl9 fell anc << trstec by EM

r s ?at etterwose esemat o 7se 3.ccer Jr cHeror Certif'es as fodows.

aev '4Cahty f 3 De wtsisted.n the Oerformance of this DroDosed Contract C has.

.at has not, been hsted on the Environmental C*c t 4 CtiC rt A1enCv List of 'eveatmg P'aC:htiet P,.

P e d

8detti Acts.itees. Env.ronraent.orotection Agentw.ndicatmg that.ny f aCahty which hesrail promptly not stocoles to use for the Derf 0rmance of the

3naract es oncer Conssceratich to be b$ted on the EPA list of Wotating r"acihties.

Ne wdl ECluCe substantialb/ this Certification, enc *udeng this paragr4DM (C), en every nonenempt suCContract, (C) 3.

CE RTIFICATION OF INDEPENDENT PRICE DETERMINATION /Sce car.18 on 5/ J2.Al 3/ fgtn spon of this offer, tne offeror Cert #fies, and in the Case of a losett offer, each ;; arty trefeto certifies as to its own tat orUn(!st'on, that m Connection with tnes procurer.ient; The Orices in :nis offer have been arrived at encepenCently, without Consultation _ Communication, or agreernent, for the (1)

,h rLou Qi *estr Ctrng Competition. as to any matter relateng to such prices with any other offeror or with any Competitor.

l3) Unsess otmerwise reovered oy taw, the prices *h*Ch hJve been Quoted in th$ the erson en the offe'or's organs 24teon resDonsicae withen that organe24tscn for the cec:Saon as to the Drites tvin Ct'stec merem ano that he Rat not partsCiDa fd, af d *dl not participate, en any AClion Contrary to f aH16 througn laH31, aoove, or e

Q) p) He it nCt !ne person m tne offeror's organe24teon responsable evithin that orgarb2atfori for !"e cec 3.on as to the Drices ng S.!tf eo hereen cut thJ1 he *'as been authoriled m writ *ng to act as egent for the persor s resDcesable for such decision in Cer Oto juC" Mf sins hare Foi *ea.ittiCated and ws!! not partiCIDate, en any action Contrary to (4H1) thrCugh fal(3) above, anC as Inett age 91 Coes

iireoy $C $7 ftf y. ar 6 thl'he mes.iot partsCiCated, and well not participate, in any action Contrary to f alll) thrCugn (al(3) aoove.

s CE.RTIF; CAT)CN CF NC% SEGREGATED FAC;UTTES uconcacoe to it) contracts.121 succontracts. anc 121 agreements witn JCUrAant$ ano Nre (Mem5elwes perfofminf leCe*4llY a$$dsted CoffstfuC*lon Contf4Cfs, esCeeCing $10 000 which are not esemt:t from the urnvasoonJ of tne EQualCcoortunory clause.)

Sv 'he s., emission of th.s d.c. the biccer, offeror, apohCant, or sueContractor certifies that he coes not mavatain or provice for his enio;Cs ees any segregated f4C.fottes at ariy of M.s estaDisshments, and that he does not permit has ernDloyees to Derform. heir serv Ces at any

o*a tson nce' nes Control. *P.v'e 'fi!tgated f acil't'es are maintameC, He Cef tsfies further that he will MCf maintain of prouCe 'er nas emplov.

o ens e v segregated f aCahties at any of his estabbshrnents. ec tnat he wdl not permit Ns emoneyees to perform their services at any ICcation, n

. cr Cr his Centros, weere.gregated f acihtees are r94 ntained. The Diocer, offeror, appi. Cant, os su Contractor agf ees that a breach of stus Cer.

Sficatesn is a v.olation of the E ual C:ocrtunity C!ause m this contract. As used m thes :ertif> Cation, the term "segregatec faCH.t.es" means any aait.ng rooms. wert areas rest 'coms and wash rooms, restaurants and ott er eating areas, time C'ocas, ioCher rooms anc other storage or i

Oressmg areas, carbng fots, crme ng 'ountains, recreat.on or entertaenment l

areas, traesportaten, and housieg faCdities crev.ced for emowye+s wneCM are segregated by emphCit directive of are m fact segregated on the casas of race. color. rehgion or national orig #e. because of habt. toCat Custom, or otherwise He 'urther ag'ees that lentest

  • Mere he has ottamed identsCal Certifications ficm procesed subcontractors PQr sDeCifsC time DerioCs) he well cotaifi ede'itical Certifications from Droocsed suoContraC ors prior to the award of woContracts e:Ceedmq 510,000 wn.CM are not enemot from the crovisions of the E:ual C=oortunity Clause; that me win retam such Certeh ations in his r.ses, and that he *.H forwaro the following notsCe to such proposeJ suoContractors (e:Ceot where the preocseo C

suoCentraC ort vee s:.somittec ident, Cal CertifsCations for sceCific time Denoos);

Notice to urospective sueContractori of requirement for CertifiC,tions of nonsegregated faCWties.

A Cetification of Nonsegregated FaC hties r9ust De submitted prior to the awarc of a succoe. tract exceedmq S10.000 aniCh :s not uerMt trom the proves.ons of the Ecua Opportunity Clause. The CertihCarson may be suomittec eitner for each si cContract or for 4H sucnntr Cts curmg a period (i.e., cuarterly, semiannually, or annuaHy). NOTE. The penalty /or maring /a/se o/tc<s,s stesctded m 13 s

U: C.1007 Continued on Page 4

==aaowe=r=C l

.rs

(

..c =Cus= r o

{

3rs s

ACXNOWLECCMENT OF AMENDMENTS 4e orferer mCanCmeogen roCoot of armen*

j l

i monts O aie Sommason for offers and reisted N/A I

Onc6stema riurncored ane caled as fostows; i

10 2"E Orte*: must urr torre r or ac: urate ano commere ontormation.us reeverec' or t.'us Soncitstron conctucmy attacn ents: The cenasty u

L r enema tatse statements m ot!ers s ore:cribec.n Id u S C.1001 a

sianwa se.= as am a at,,,4 f, Y

7 4,

i PART I

- Representations, Certifications, and Acknowledgments - Continued SF-33 (Page 3)

5.

WCMAN-0WNED BUSINESS Concern is C is not /J a woman-owned busines.

The business is publicly owned, a joinLsteck association, or a business trust /_/ yes g' no.

The business is E_/ certified G not certified.

A woman-owned business is a business wnich is, at least, 51 percent owned, controlled, and operated by a woman or women.

Controlled is cefined as exercising the power to make pclica decisions.

Ocerated is defined as actively involved in the day-to-cay management.

For the purposes of this definition, businesses which are publicly owned, joint stock associations, and business trusts are exempted.

Exemoted businesses may voluntarily represent that they are, or are not, woman-owned if this infomation is available.

6.

PERCENT OF FOREIGN CONTENT 4

The.cfferor/ contractor will represent (as an estimate), immediately after the award of a contract, the percent of the foreign content of the item or service being procured expressed as a percent of the contract award price (accuracy within plus or minus 5 percent is acceptable).

7.

NON-DISCRIMINAT!ON BECAUSE OF AGE CERTIFICATION (1-12.1001)

The offeror hereby certifies as follows:

/YT (a)

In the performance of Federal contracts, he and his subcontractors shall not in connection with the empicyt.,ent, advancement. or discharge of employees or in con.1ection with the tems, conditions, or privileges of their empl oyment, discriminate against persons because of their age except upon the basis of a bona fice occupa-tional retirement plan, or statutory requirement, and

' x7 (b) Th t contractors and subcontractors, or persons acting on their

/

behalf, shall not specify, in solicitaMons er advertisements for employees to work on Government contracts, a maximum age limit for such employment unless the specified maximum age limit is based on a bona fide occupational qualification, retirement plan, or statutory requirement.

8.

CERTIFICATION OF RECOVERED MATERIALS (1-1.2504(b))

The offeror / contractor certifies that recovered materials will be used as required by specifications referenced in the solicitation / contract.

9.

CONTRACTOR ORGANIZATIONAL CONFLICTS OF INTEREST I represent to tne best of my knowledge and belief that:

The award to Princeton Gamma-Tech, Inc.

of a con _1.ract er the modification of an ex1 sting contract coes / / cr coes not /X/ involve situations or relationships of the type set forth in 41 CFR paragrapn 20-1.5403(b)(1).

If the represertation as ccmpleted indicates that situations or relation-ships of the type set forth in 41 CFR 20-1.5403(b)(1) are involved or the Contracting Officer otherwise determines that potential crgani:ational conn 1 cts exist, tne orferor snail provice a statement in writing wnicn describes in a concise manner all relevant factors bearing on nis represen-tation to the Centracting Officer.

If the Centracting Officer tetermines that organizaticnal conflicts exist, the folicwing actions may te taken:

(a) impose appropriate conditions which avoid sucn conflicts, (b) disqualify the offeror, or (c) determine that it is otherwise in the best interest of the United

~ ' ' '

States to seek award of the centract under the waiver provisions of 8 20-1.5411.

The refusal to provide the representation required by 120-1.3aCa(t) or upon request of the Centracting Officer the facts required by 120-1.5404(c),

shall result in disqualificatier, of the offeror for award.

The nendisclo-sure or misrepresentation of any relevant interest may also result in the disqualification of the offeror for awards; or if such nondisclosure or misrepresentation is discovered after award, the resulting contract may be terminated. The offeror may also be disqualified from subsequent related NRC contracts and be subject to such other remedial actions pro-vided by law or the resulting contra:t.

The efferor may, because of actual or potential organi:ational conflicts of interest, propose to exclude specific kinds or work from the statements of work cor.tained in an RFP unless the RFP specifically prohibits sucn exclusion. Any such proposed exclusion by an offeror will be considered by the NRC in the evaluation of proposals.

If the NRC considers the pro-posed excluded work to be an eesential or integrai part of the required work and its exclusion would work to the detriment of the competitive posture of the other of#erors, the proposal must be rejected as unacceptable.

The offeror's failure to execute the representation required herein with respect to invitation for bids will be considered to be a minor informality, and the offeror will be permitted to correct the omission.

Any contract resulting from a solicitaticr. requirement shall include general clauses (41 CFR 20-1.5404-1) prohibiting contractors f-ce engaging in relationships which may give rise to an actual or apparent conflict of interest. Note: NRC Contractor Organi:ational Conflicts ;f Interest (41 CFR Part 20) is included in Part IV as Attachrent No.1.

e PART II SOUCITATION INSTRUCTIONS AND CONDmONS

1. DUIN4TIONS.
7. LATE BIOS, MOOlHCATIONS CF 5105. OR WITHORAWAL OF As used herein.

EI08', bid wer d a' the othe r 1 +e ut fal The term "solicitanon" means invitenon for Bids (IFD) where (a) a6 n

. d in the wlicitauon sher the ococurement is advertued and Arquest for Proposal (RFP) where the esset time speri6ed for treemt..it wi be cemsierred imh u it u the arocurernent io nesouated.

th The erm "oder" means bid where the procurement is acver.

(!! 1: was sent bv reosu mi

n..ert 6ed inail mot !atrr than the r ceived before award o rs<t* ed. o he r -

used, and propoesl where the prorurement is negottated.

6fth calendar das prwr m the dair sp e ihm! for te.e rueiot of bsda (c) For purposes of this sohcitation and Block 2 of Standard Form (e g, a bid subminee in resa.w m a +mtauon recuir ne receipt of 33, the term "aevertised" includes Small Business Resencted Adver.

bide by the 2 nth of tac month muu har inn snaded by the 13th or

t. sang and other types of restricted advertiaing.

cartier i : or

2. PREP ARATION OF OFFERS.

(2)

't was sent bs mad,. r t. 'reram if author:zrd) and it is (a) 06erors are czpected to esamine the drawings, spec 6cataons.

determined bv the Governrxtic that thr fair receipt waa due solely to rmshand!!ng bv the Gos ern ment afo r terript.i t the Government Schedule. and all matructions. Failure to do no will be at o6eror's instalia non.

nok.

(b) Any mood. ration or wohdrawal of a hwi is suhicet to the same (b) Each e6eror shall furnish the informaUon required by the conditions as a. 41, abovt A tud may alen be withdrawn in person sohcatanen. The oReror shall sign the sohcitat on and pnnt or type by a bidder or ha authortred crpresentaine p evided his ident.tv is his name on the Scheoule and each Conunuar on Sheet thereof on made known and he siens a reempt for the aid. hut ontv sf the with-wtuch he makes an entry. Erasures or other char.gra ma.st be initialed drawal is m tde pnor to the mrt ame set for rcerpt of bics.

bv the person signing the oder. 06ers signed by an agent are to be (c) The oniv accrpiable evidener tn estabbsh.

Accotopanied by evidence of Lia authoney unless such evidence has (1) The cate of masting of a late bid, modi 6 cat.nn. or witherawal bexn previovely furna.ed to the iuveng c5ce.

sent either bv registered or certded mad is the U.$ Postal Service (c) Unit pnce for each unit oRered shall be shown and such pnce shii! include packing unles otherwue rpecified. A total shall be entered postmark on both the enve: ope or wrapper and on the er:rinal receipt from the U.S. Postal Serwee If riesther postmarii sno= s a lcgsble date, d the Amount coluran of the Schedule for each item orTered. In c.aae the bid. rnodancation. oc withdrawal tnalt b-ocemed to have been ef discrepancy between a unit price and estended pnce, the unit price will be presurned to be correct, subject, however, to correc6cn to the roaved ! ate. (The term " postmark" means a pnnted. stamped, or other-wise placed impresion (exclusive cf a postase meter machine impres.

arne essent and in the same inanner as any other rmstake.

sion) that ;s readily identdable without further action as having been (d) 06ers for supplies or services other than those spec 26ed will not be considered unless authorized by the solicita6on.

supphed and ar5 sed on rhe date of rr.aih.se bv employees cf the U.S.

Postal Serwee. Therefor, orTerors should request the postal cJerk to (e) 06eror must state a dennite time for delivery of supplies or place a hand cecellauon bull's-eye "pos: mark" on toch the receipt for nerformance of services unlos otherwise spec 6ed in the sohcitation.

and the envelope or wrapper.)

(f) Time, if staird na a number of days, wi!! include Saturdays.

(2) The time of receipt at the Gove nment insta!!ation is the SuMays and holidays.

tirne date starr.p of such installation on the bid wrapper or other

,(g) Code bones are for Government use only.

documentary evidence of receipt maintained by the installadon.

(d) Notwithstanding t a) and (b s of trus provision. a late modi 6-

3. EIM.ANATION TO OFFERORS. Any esplanadon desired by an oderer regarding the meaning or interpreta6on of the solicita >on.

cation c4 an otherwise successful bid which makes iu terms more drawino, spec 6 cations, etc, must be requested in wn6ng and with favorable to the Government wd! be :ensicered at any time it is re-ceived and may be accepted.

su4 cient ume allowed for a reply to reach oderers before the sub-Note : The term "teiegram" includes rnailerams.

maasion'of their oders. Oral espJanations or instructions given before the award ci the contract will not be binding. Any informauon given LATE PROPOSALS, hsOOlFICATIONS OF PROPOSALS, AND ti a prospec6ve oSeror concerning a sohcitation will be furnished to ITHDRAWALS OF PROPOSALS.

all pro pec6ve o6erors as an amendment of the solicitation, if such (a Any proposal received at the or5ce desipated in the so' mformauen is necessary to odercn in submittine oRers on the solicita-s ta, tion a -r the exact tirne speersed for r-ceipt will not be cor,dered uon or if the lack cf such irformation would be prejudicial to un-unless n 's received before award is made, and:

infirmed oMerors.

(1) was sent by resistered or ceru6ed mail not fata than the

4. ACKNOWLEDGWENT OF AMENDMENTS TO SOLICITATIONS.

oFNr sub ttebn to [Ile at on re Nr r recei c2 Recaipt of an amendment to a solicitation by an oderer must be oders by the L 5 of the month must have been maile ey the 15th or o

acknowledged (e) by signing and returning the at:iendment, (b) on earlier) ;

page three c4 Standard Form 33, or (c) by letter of telegnm. Such (2) It was s t by mail for telerram if au -orized) and it is ecanowledgment caust be received prior to the hour and date spec 5ed determined by the nment that the late r empt was due solely for rneipt of cders.

to mishandling by th Gc-m asent af ter rece t at the Government

5. SUBWi&5 ION OF OFFERS.

ins tallauon ; or

(.1) It is the only p posal recewed.

(a) Ofers and modi 6 cations thereof shall be enclosed in sealed (b) Any modi 6cauen o proposa). er pt a modi 6 cation resul6ng envdopes and addressed to the oEce speci6ed in the solicitat on. The from the Contracung 05cer request te 'best and Ecal" oder, is sub-oderor shall snow the hour and date spect6cd in tne solicitadon for ject to the same conditions as, (a)(' and (a)(2) of this provision.

recein, the solicitanon r. umber, and the name and address of the (c) A modi 6 cation resul6ng. *m..e Contractine C5cer's r-quest a6;r-r on the face o(' the envelope.

for "best and haal" oder receivec ter the time and date speci6ed in (b) Telegraphic oJers will not ' e considered unless authorised b, the request will not be conside nless received before award and o

the solicitaucm; however, oders may be modined oc withdrawn by the late recespi is due soiely to.siah cling by the Governrnent after writte i or teiegraphic notice, provided such notice is received pnor to receipt at the Government ir.allauen.

the bour and date speci6ed for receipt. (However, see paragraphs 7 (d) The only acceptabic vidence to tablish:

aa j S.)

(1) The date of ma" ng of a late ;

i or modi 6carion sent (c) Samples ci riems, when required, must be submitted within the either by rettstered or rti6ed mad is the .S. Postal Service post.

time specahed, and sniess otherwise specined by the Government, at mark on both the envel or wrapper and on e original receipt from n3 expense co the Goverviment. If not destroyed by testing. samples the U.S. Postal Serv. If neither postmark sh a legible date, the will be returned at cderor's request and expense, unless otherwise proposal or mod >6 uon shall be deemed to ha been mailed late.

specified by the oficitauon.

(The term "posi rk" racans a priated, stamped.

otherwise, placed impression (exc.sive of a postage meter machine u.

resa.on) that is

6. FAILURE TO SUSWIT OFTER. If no oder.is in be subrm.tred. de, readily iden:J ie without further action as havine be supplied and not r5 turn the sobc;tauon untess otherwise spec 6ed. A letter or post.

a6xed on th data of maalieg by employees of the U.S.

. taJ Service, card shall be sent to the issuing o$ce advising whe:her future, sobe.

Therefort. Kerers should request the postaJ clerk to p ce a hand statens for the, lure of the recipienttype of supphes or services covered by this solicuauon e.n-ils :

are rics red. ias to cKer, nr in notify the assuir's n bu!!'s eye "pcstmark" on both the reccipt and t..

envelope oc wrs

r. )

o#,ce tha' future soiicitauons are desired, rnay result in remm al nf The time of receiet as the Government instmJladon s the th7 name of such recipient from the mailing list for the type of supplies r

tim cr servsces cevered by the solscitauon.

case starnp of such installauort on the proposal wrapper or et d

amentary evidence of receipt maantained by the installauon.

33 syanouo roaru sua m 1 m Freerrited by C3A.171 (48 C7R 3 tot..let d

%t wid.siin t u.g tal. ib). aid R' i shis provimen.

% 4 p. the Contr.ct Nrn H..urs S armaras Art :40 U S C 4.' - H0 s,

mod dc a n~

- an othe rwise succrisfeil procc il whach m

... terms a nd t ht* Semce C..ntract Act of I Ws < 11 U S C. M I F27 ! m.sv l e more favorsNe.

- Gwernrnent will be warada-t any time it ;s

. haained in.m the Depe r' ment of I..h..r.

W asneristma. ! M ;. d r,' lip...r rec eived.nd

....s bc...

ad-Irr en any regior. )..Ka e..f inat ar *nry. Requrere f..t int..rmatines m..al.1 (f) Proppeals me. he wit -

. written or triegraphic nouce include :he n..in it.iu.n r.umcer, the name anct addre** "I t he.seuu.e received as any v.mc pne

..or

" ~ sais may be withdrawn in

  1. 4ency, and a Jewr$ tie.n nf the sucolics. r serviu*-

person bv a n or'*

sr ins authorsted meative, provided his idenuty.s

.n..=n and he siens a recespi lo aresmal prior

13. SELLER's INVCICES. Invoices shall be prepared and submitted to is. quaorvplicate tone copv s' all be ma.raed "engsna.") ur.less other-n Note : The terrn telegrant" incluces rcailgra.ms.

wise specised. Invoices shall conta'n the followmg information: Con Note : The alternate late proposals modi 6catacas of prvposals and tract and ord:r nureber lif any), item numoers. descr ptiori of suoolles withdrawals of proposals provi.norn prescribed by 41 CTR I-3 802 2(b) or semees. siees, quantities, umt pnces, a.nd extended to'a'.s. Bill of attail be used in heu of provision 8. il spec 26ed by the contract.

lading number and weisht of shipinent will be shown for snipmenu gg made on Government bills of ladmg.

(a) Notwithstancing the iact that a blans is pre,.ided for a ten (10)

14. SMALL BUSIMESS CONCIRN. A small bi siness concern for the day discount. prorupt pa unen t discour.as odered for payment within purpose of Government procurement is a concern iricluding ita a5li-iese than twenty :20) calendar dave will not be considered in evalu-atu, which is independensiv owned and operated, is.sor dc<ninant in sting wrTers for awarti. uniesa otherwise speci6ed in the solicitation.

the held of operauon in which it is submitting oders on Governrnent H:wenr. escred Jascounn of 1,n than 20 cais will be taken if pay.

contracts. and can furtner c. alify under the criteria concernmg r. irn-ment is rnaue withm the disumnt penod, even though not considered ber of criployees. averace ' annual secetpts or other entena, as pre-in the evaluation <,I o#fers senbed t" the Smalf Business Adrainistration. (See Code of Federal (b) In unn t men mth er discount odered. tirpe will be computed Regulauons. Title 13. Part 121, aa uner.ed. -Ld. cc.c.Wre deta.kd from date of deliverv of the supphes to carrier when deltvery and Mdustry ddinit.ons and related procedures.)

tereptance are at point uf or gi,r, or from date of delivery at desti-niuon or pvrt of embarianon when dehvery and acceptance are at

15. CONTINGENT FEE. If the eneror, bv checking the apprepnate tither of those po;nts or from the data orr ct invoice or voucher is bez provided thertfor. has represented that he has empioved or retained recened in the or5cc apeedied by the Govmment, if the latter date a corepany or person (other *han a full time bona fice employee wors-is later than ::aie of demerv. Payment is deemed to be made for the ing wiy for the oderor) to Wica er secun this cceitract. or that he p
  • pose of earning the descount or, the date of maalang of the Govern-har paic or agned to pay any fee, commusion. per:ent. age, or broheare en:nt checa.

fee to a.r.y cocnpany or person contingent upon or resultme from the

10. AWARD CF CONTRACT.

awstd of this contract, he shall furnish. in dupt cate, a complete Stand-ard Forrs 119, Contractor's Statement of Conungent er Other Fees If (a) The cor tract will be awarded to that remonsibir oReror =ho.-

oderor hu previously furnished a completed Standard F. rrs !!9 io the oder conformine to the solicitation will be most ads antageous to the orfice issuing this suhestation. he may accempany his "Ter with a signed

".overnment, prire and naher f actors consadsred.

statement fa) indicating when such compicted form was previously (b) The Government re.crves the rignt to reject any or all oKers furnished, (b) identifying by number the previous solicitation or con-and to wuve informahtws and ininor irregularities in orTers received.

tract, if any. in connec' ion with which such form wu submitted, and

. (c) The Government mat accept any tem or group of items of any (c) representing that the stairment in such for n is aopticable to this OrTir, unless the o6eror quahhes his offer by svrine limitations. UN-t,rTer.

LESS OTHERWISE PROVIDED IN THE 5CHEDULE, OFFERS MY BE SUBMITTED FOR ANY QUANTITIES LESS THAN

16. PARENT COMPANY. A parent cornpany for the purpose of this THOSE SPECIFIED; AND THF. GOVER.NMENT RESERVES THE RIGHT TO MAKE AN AW ARD ON ANY ITEM FOR A oder is a company which either owr > or controls the activities and bane business policies of the oneror. To own another company :r. cans the QUA,NTITY LESS THAN THE QUANTITY OFFER!D AT THE L NI a PRICES OFFERED UNLESS THE OFTEROh SPECIFIES p.,,,, co:3 p,,, m,,, o,, 3: g,,,t a mayenty (more than 50 percent)

OTHERWISE IN HIS OFTER.

of the votmg nghu in that company To control another comt>any, such ownership is not required; if another company is able to for sulate, (d) A. wntien award f or Accewnee.,( ORer) mailed for other, deierroine, or veto banc busmess pokey dec.sions of the oderor, such wise furnished) to the successful oderor within the time for acceptance specahed in the oder shall be dermed to result in a bmding caintract other company a considered the parent company of the orTeror. ""his control may be exercised through the use of dominant rn.inority voting graph h veh (h) apply only to regotiated rights. use of proxy voting, contractual arrangements. or otherwise.

e fo lowing a

(e) e Government may accept within the time specined therein.

17. EWPl.0YER'S 10ENTlnCATION NUWB'ER. ( Applicable only to any orTer tor part thereof, as provided in (r!.bave). whether or not advertised solicitaueis.) The orTerer shall insert in the applicable space there are negoustions subsequent to its receipt. unlan the oder is with, on the orTer forrn, tf he has no parent company. his ewei Employer's cir:wn by wntien notice recen ed by the Governtnent prior to award.

Idenn6 cation Number (E..s. Nel IFeders! Social Secunty Number If subsequent negotiatioes are conducted, ihey shall not constitute a used on Emo cmcr s Quarterly Feders] : am Return. U.S. a reasury rejectson or counter orTer on the part of the Govemment.

Department Form 941), or,if he haa a parent compaav, the Employer's (f) The right is reserved to accept other than the lowest oRer and Ident 6 cation Number of his parent company.

to reject a.ny or all osers.

(g) The Government may award a contract, based on initial eMers

18. CENTinCAT5CN OF INDEPENDENT PRICE DETERWINATION.

received, without diseum;on of such o# cts. Accortfinely, each initial f a) This ceruncation on the o6cr form is not applicable to a foreign odtr should oe subenitted on the most favorabie terms from a price odcrer submittine an orTer for a contract which requi-es pe formance and technical candpomt wMcb the o#erer can rubmit to the Govern.

or deliverv outsicie the United States, in peuessions. and Puerto Rico.

ment.

(b) An oder will not be comidered for award where (a)(1), (a)(3),

th) Any Snancial data submitted with arn orTer hereunder or anY or (b) of the ceruscacco has been deleted or modi 6ed. Where (a)(2) representation concerning facilities or Snancing will not form a part of the cert:6 cation has been deleted or modined. 'he oder will not be of any roulting contract, provided. however, that if the r**ulting con-consider-d for award unless the orTeror furnishes with the e6er a signed trat cc: tains a clause providing for price reducuon for defective cost staternent which sets forth m detail the careurnstances of the diadoeure or ;neig data, the contract pnce will be subject to reduction if cost and the head of the agency, or his designet, determines that such cas.

oc re* :sg data furnished hereunder is u comph - inaccurate, or not closure waa not rnade for the purpree of restncting cornpeution.

c!rrent.

11. COVERNMENT FURNISHED PMCPERTY. '.. material, labor, or 19, CRDER OF P"tECEDENCE. In the event of an inconsistency be-facilities wiil be furnished by the Govrmmens unless otherwise pro, ten provisions of this solicitation, the inconsistency shall be resolved nded for in the solicitation.

by giving pr-cedence in the folicwing order: fa) the Schedule: (5) j Solicitation Instructions and Conditions; (c) Geneen! Provisons; (d)

J

12. USOR INFORMATION, General infonnation regarding the re-other provisons of the contract, whether incorporated by reference or quarements of the Walsh-Heajey Puolic Contracts Act (41 U.S.C.

otherwise; and (e) the speesscationt sTuscaro rostu u 4 sua tm v. 2-7m

. v s o.-

e.-

. - m s-eo.u s,.

e

)

i 1

1 j

l J

I A

pc.- r.r.

(c..a.

.E.,

u

  1. m t. r...

0 : 4. t..:.:..t._

n 20.

notics of Recu'r-. ant :: Ca -i fv.':c secr-ca:ed. tcilities Sidders are cau icned as f:11ces: Ey signing :his effer, :. e bidder have :.igned and agreed :c ce ;r:visiens of :ne will be dee=ed :

c 2inec en : age 5 Car-ifica ica of.'icnsegrega:ac.:acilities',e :.n:

,". s.

a. s., t..,.;.,. a. e n. r.,1. u.m.
s. 4. c.i..

se.

.. e., r.a.,

- s t...

4. a..

...n...

n. e,..,,. g..,...,..

<.,e.:5.:,, n.,

,,~..n.

a

e. t.

, n.a. n :

... s.,,..c n..... a..< e.

s....

B W

..s. e.

c..

,..ee. :.r.an,.cn..e e..... s,<.,

u.e c:trk ed wi t. the,. :l............

w

.. rec.t.,.

icwic? 6eganc:

d,.se:csure s.as:

n.se c<,.a.,

. rt.,., a.a..,.,

s,

,...z,,.....e

~

. a.1.,

.Ce.at.

?.,1... 4. _

res.

4......C,,n...

4. 5...a..,.e.

... y y

  • is

....'.e- 'r.r

=.r..'

.'. a. i.n '. -..=.'.

.',1c....' '. n. e. '.. = - =. '. 1

1. t..,ed w.y..... r. 4.3,c...,.

..,4...

s all

. s.e

.4 -

... art

..,...a. n g :.... : n..,,a. :.....n.,.e..,......... r.c..

e....

2],

Eid IdentiYic1*iCn

ailing enveic:es shall ':e carr.ec wi a== !?! nu.:er as s:eci#iec

~.. *.*T

..".. e.- s... u i c

. a,., X. 73. c#.... i s s.' l #.* d. _'.d.

s

,.n r, e. g

3..

. c c.,= '. v c u.-

o al e..

'-. ~. '. =. -..... -. ..a.,veu.

-.v=- 1 e...=..'.d -. =. =.

bid.

22. C:st cf 3f d ? 2: art:icn 1 s a e j e... 4. c n d..a s nc.... i.

.e.-^ v =....=....-.' y.' n,v

.. s.a-

+

e.

incur ec for =e ;rt: ara:icn of bics er f:r any s= dies :r anaiyses

.n

... =ay

s. e

.n d.w.

s. n......,, a r,.
4. n.. e.,. e..,
c. 4.s...

...a.,..

wv e..en...:m..ac.. r:.

e r....,

. r.s..

.e

.c

. 1s. p.c..,.e..n.

t.. <s,.1, a.

s a.-It c,.,

e.w.. e.s.ed....,r t t.......

e.

. e..,. a...n.d. c n..a.

C..1..-'. c.d.. v.- ". 6..-$. a '.s

.e

w. ret...

3...

only incivic al anc can legally :=i: =e 2cver :ent :: :.e

...n $.~..

u'I'.c

'.".n

'.n

.n.ec.'... wi t..=,. ~.. ~. e e'

r
cu. ~ 10.

~

23. C:ner Cen mc tal C:.. ni n.nts The bidcar shall lis: any c=i=ent: > ::n c:ner assncies, geve.-eenni er ;@ra a., pd indica.2 whe.tna,r re.se c::.1i-.an:s will er wiil no:,n:ar ere w1.a =e c ::ie:.cn c wert anc sar-vices c:nta::ia:2d.mcar -;is scitet:a-icn.'

e

1

- i.

24.

-ar! 7 o-1"ez.icn, All bic:ars will te no i' fed c#.tair 'ical selectica cr-ncnsaiectien.

a s s c as,c., a. u.l a :..l c.a; n.

...... i,..a. n :-... -:.

s e

.-e.

r.1 s.

m o

c.- = n 1 n c..= n ^ s u..c.=. ". =.n. '..= ~ ' '. '. *. a

=..x u-..'..~..=.'.. n c.' 'i

.c >n."

.nc"c. ~,'.

o s.

n r-.a 1..

a. s. a...a..n o:..... a i e e.. a..n..

....., s. u,. - a. y.... x r

u.. s u e.,..,3... ) w i s,,... wi ) ;. -,.

. ; i.wi..e

w....-,....= w a..

~-..

e.

....a.s..1 si.

e 25.

.s...

.e.

. n..

.e

-e.,

r.v.s'. ns

. ].

...., C. 11 )

4

.?. j,.

C-..,-

1..s.

....,. a <. >.

.s.

e r.,.

~ ~.v '..'.. '. ~ n

'..s

.= > c r..=#..

'..n.>w-'..'...

~.~.

..= c =..'. a i, r.v '. c. '.... s o '. -.. c.

a.

.r

-.... - ' ',. v '..e #.... s

..- 2 '. c,...,v

.-*. < ". *l..s n. c.... > C. s.. =. "1 6 '..a.c i. L.=... =

=c

.. :.=.q '..- s..#. c.,

n-..-

.-.j ee wicwe*'.e

..lic.'.*i..-... e.ai.a.

sd.

a.es. C s.. s

1. a... s. e s... :s :. s e.. 1.... e.. s s.a s..

=.,

...-se....

.s.s a r..se..

ey

...........-,.c..s.

.....y

4.... t. o. s. '. y.. J z.-...

.. ur...... n

,.e.

...i,.......

.a

.a 26.

4

  • . s z...... a../.

..,...,a..s,.a.....

1.<.

.s...

e. a.-..,5 6 :

s..

.s.

4

.........,..,.<..,. ;.;.;6.. n.... e. e.. -
4. 3

..s..,-...i 3 n. -

e....

e.,

va e...i.

...,;........a...

..,e,.

v..,g; 27.

. e n. a..... es. a...s

.e Se:1.-a:a enar;es, in any #:rm, are nc: solici:ec. Sfes centaining any

... e,

e. - r.. <.-.,.'...c a....*,..=...'. n.=. d. e n. r '. a d. '1 u - a.

..- =.~. = -. d. e a.= n,v

.'*..~3

&ra....

  • .li.'. =". 8.9c wil'

'2 F*..**.'...Sd..

e 1

e 28.

use-: - f c: r e.w.a - 0:aniees t:::

' : 2. * : ;.0 Bieda.-s an: Offarers shculd nota ea: =is seli i:a:ica inc!--=<

4

- visi:n recu: ring.na i ts:in:; of ec:icycen: c:enings i n =e 1 :ai o Fica.:f = a Fecarai-5:1:a em:ioycen: servica sys:a -nere a ::ctrae: awar: i s f:r 52,5C0 ce : re.

29.

C: :ni=ent of Pu i f e runds Tr. C:n racting Officar is ce nly individual who can legairy c:=i: 2e Gcver=ent to ce ex:enci;;re of pudlic funes in =nnecti:n witt: =is ;r:-

curt:ent. Any cuer c=::i=an:, eiOer ax::lici cr i : lied, is invalic.

30.

M*ni=:n 5fd 'c:2::2n=3 :e 'ed Sics effering fewer ein ninaty(90) cays f:r a::2:::nes ty = e 3cve. en:

f :: ce da a sa-f:r ::ening will be refe ::: as enres:ensive.

31.

Ei::er cualife:2-' ens ace :ss: n:erience The bic:a.- snail lis: bei:w'a: 1ees: f:ur ( ) ;revi:us :r : r en ::n:rae:s /

agreements for the same or substantially similar services.

.(1) Cen se: le.:

DE-AC17-80EV 90024 Name an: aed ess :-

Gcter.ren: Agency er C:=ercial Enti:y:

U.S.D.O.E.

376 Hudson Street

NYC, N.Y.

P in: cf C:n 1c: an Tele:nene Nur:ar: _

Kevin Miller 212-620 634 o

(2) :C:=': sc-N:.:

0-16470 Name an a :ress c..-

Gcver..an: Agency or C:=ar:ial Enti:y:

Consolidated Edison of N.Y.

Indian Point Nuclear STA.

Buchanan, N.Y.

Fein cf C:n act anc Tele::nene Nu::er:

Steve Profeta 914-694-6000 X 204 (3)' Cent 20: N.:

1-Kl9-7041M-1 Na=e and adcress of Gover man: Acency or

~

Los Alamos Nat'l Labs

.. e ~.4. a : n.a..y.

Los Alamos, N.M.

+

  • On the order of a dozen units or more

+

at Los Alamos thru various contracts.

The one cited is typically representati7e.

Total Units in the field: %50.

4

(3) Point of Contact arid Tom Samoson Telephone Number:

505-667-6968 I, : j' u......,. :;e..-

01975 Hata ar.d 'c:r ss c-G ver can.gency er C.-.....-. '. a *s :.. '../ -

Sabcock

& Wilcok Lynchburg Res. Ctr.

Lynchburg, VA F:in: Of C:n n c. an:

Tale:r.:r.e liu.:er:

Dr.

R.

C.

Young 814-384-5111 X 5184 32.

Set ='ssi:n I:r iid Ei d: Cus: at f:r t f.:) I, 't ::u.-::2 ind ::::Iett i.f:rr_I:i:n 1:. ? ui. :d Oy *nis InYi:1 i:n f.- Sid ( i nC l Vii n ? 1 ta ?C tr. : ).

7.! I t.".11 !7 f.-

Oa hi r.; fil!! !".0 1 25 0 i r. hi:3 i: ;rtierihe: *r. 13 7. 5. C.

ICCI.

33.

Subc:n rac :rs If the effe*0r plans to subcon:Ta:: any :f the *anrk :D be perfCTCed, 1 4..c +....-

.ca.s..e g b c... wg t.

.e

k.. ~a*...,v. i c... *..

..

  • V i #..

c

.#. c-. : '. 'I e a y.

'.- =. 5 k.". c w.. r #.

s,. c r #. #. '. - ' vc - k.+ '. =.

.c "... c.....s e..= d.

d

...e.. = : -.

.#....c-

=

cos invcivec.

34.

Labor Sur:lus Area Frecram Recuirements In keeping with the Feceral Labor Surplus Area Fregram, the offerer is recuired :: provide infer.ation en -ha general ec:nc:ic condi: Tens of the area in which subcentractors are iccated, exact 1cca:icn of subc:ntractors (stata, city, county), and the une sicymen ra e for the area, if kn:wn.

35.

Addi:icnal f acilities or Personnel in the even: the offerer contam lates ac:uiring sedi icnal facilities,

personnel cr' property in the performan:e of this work, such facilities, personnel er property shall be separately identified.

36.

Prices Sidders must insert a def#aite crice or indicate "no charce" in the blank space orovided for each item listec in Article I hereof.

Unless express 1.

provided for herein, no additional charce will be allowed for work performed under the contract other than the unit prices stipulated herein for er.ch such iten.

  1. "'#^"--'~

3L A-ard will h =ade *:: that r::::n:ive, res::nsible hidder within the ezning of :ne Federal Fr:curemen Regulatten: 1-1.12 wnese effer is ite 1+.we:: cverall evalua 2d :::al c:ntrac: prics :: :ne Gcver==ent.

taxed up n the requirt:ent: as set f:r.n in the schedule. Ecr the r ::ses cf da:ar=ining the 1: west offar. Oe uni: ;riezs cuc:1d hrtech1:s=

11:.ad in Articiel,5uc,olies/ Services Frices cf this solicita:icn will te cultiplted by :ne nummer ci un1 : shown ther in anc the Sr: ducts thereof adced t:ge:ner : ar-iye at the aggregate of each bid.

r-38.

Brand Name or Eoual

~

(As used in this clause, the term "Srand Name" includes identification of products by made and model.)

(a)

If items called for by this IFB have been identified in the schedule by a " brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory.

Offers offering " equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the offers and are determined by the Government to meet fully the salient characteristics requirements listed in the IFB.

(b) Unless the offeror clearly indicates in his offer that he is offering an " equal" product, his offer shall be considered as offering a brand name product referenced in the IFB.

(c)(1)' If the offeror proposes to furnish an " equal" product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the IFB, or such product shall be otherwise clea rly identified in the offer. The evaluation of offers and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the offeror or identified in his offer, as well as nther information reasonably available to the purchasing activity.

CAUTION TO OFFER 0RS: The purchasing activity is not responsible for locating or securing any information which is not identified in the offer and reasonably availabe to the purchasing activity.

Accordingly, to insure that sufficient information is available, the offeror, must furnish as a part of his offer all descriptive naterial

-(such as cuts, illustrations, drawings, or other information) necessar. for the purchasing activity to (i) determine whether the product offered meets the salient characteristics requirements of the IFB and (ii) establish exactly what the offeror proposes to furnish and what the Government would be binding itself to purchase by making an award.

The information furnished may include specific references to informatien previously furnished or to information otherwise available to the purchasing activity.

(2)

If the offeror proposes to modify a product so as to make it conform to the requirements of the IFB, he shall (i) include in his offer a clear description of such proposed modifications and (ii) clearly mark a y descriptive material to show the proposed modifications.

i sT4someo roa#4 34. mtv 1966 Cwas setv<xs ao-=staano~

CONTINUATION SHEET plc. PeOC. anc. tal C78) 1.t6.108 Hamd Cf Cfittot Ca CCNTRACTOG Princeton Gamma-Tech, Inc.

ITEA4 NO.

suPPttES/StevlCIS CUANT!TY UNtf UNIT Ptic AMOUNT t

Part III - The Contract Schedule Article I - Supplies / Services and Prices s

Portable Intrinsic Germanium Detector System Princeton Gamma Tech Multi Portable Spectrometer (MPS) or Equal The system shall be a portable intrinsic germanium detector for gamma spectral analyses over the energy range from approx-imately 40 key to 3000' kev.

System is to be portable for field use but also capable of being used as a fixed detector that can be oriented in all directions.

Bidding On:

PGT IGG 1520 MPS8 AT, PGT34g PGT 315 LN, LN AUTOFILL 345s EM Name of Manufacturer:

Princeton Gamma-Tech Inc.

Brand PGT No. As Above 1

EA S 21,950. $21,950, e U. A COvrapnagNT pourT!*sG OF7tCE : lets O. See.eet

Article II - Descriotion/Scecifications The felicwing characteristics below are essential to the needs of the Government.

These charactaristics wili.be used by the Government for evaluation purposes to determine whether " equal products" offered in accordance with clause enti-led " Brand Name er Equal" as contained in Part II, Paragraph 38, are equal in all material with respects to the brand name pr0 duct referenced herein.

A.

Portable Intrinsic Germanium Gamma-Ray Detector System A.1 D?tector and. Components '

The detector system shall includ the following components:

a.

Intrinri-Germanium Coaxial Gamma-ray Detectr-b.

Preamplifier-c.

Cryostat and Dewar d.

Detector Bias Supply c.

Spectroscopy Amplifier Module f.

NIM Power sin g.

Leakage Current Monitor with Detector Bias Voltage Disable h.

Power Interrupt to prevent bias from being reapplied to detector i.

L.iquid Nitrogen Dewar with Automatic Refill Device and Liquid Nitrogen Level Monitor A.I.1 Portable Intrinsic Germanium Coaxial Gamma-Ray Detector 1.

Configuration: Cylindrical closed end coaxial; Ratio of Diameter to Langth: 21.0 2.

Performance:

a.

Efficiency:

215% relative to a 3"

x 3"

NaI detector for the 1.332 MeV peak of Co-60 at a source to detector distance of 25 cm.

Efficiency of the NaI is defined as 1.2 x 10 2 counts in the 1.332 MeV peak of Co e0 per source disintegration.

b.

Resolution: s 2.0 kev FWHM 9 1.332 MeV, s 1.0 kev

'FWHM @ 122 kev.

The F4TH/PJHM to be s 2 @ 1332 MeV.

m e

r 1

Q, 2

i c.

Peak to Compton Ratio: 240.0 @ 1332 MeV 3.

Position s 5 mm distance between the closed end surface of the crystal and the upward horizontal surface of the end cap.

A.I.2 Preamplifier cooled FET type or ambient temperature type DC.

coupled, and integrally mounted to cryostat.

1.

Power Requirements - shall be cocpatible with power supplied by amplifier (A.I.4) 2.

Power Cable: Minimum of 10 feet 3.

Housing: Hermetically Sealed A.1.3 Cryostat and Dewar 1.

Capacity:

Must have sufficient capacity for a liquid nitrogen holding time of at least 16 hours1.851852e-4 days <br />0.00444 hours <br />2.645503e-5 weeks <br />6.088e-6 months <br />.

Cool down time shall be less than 2.5 hours5.787037e-5 days <br />0.00139 hours <br />8.267196e-6 weeks <br />1.9025e-6 months <br />.

2.

Crientation - Cryostat arm and cetector shall be hori-zontal to and concentric with the center line of the dewar.

3.

Weight - The weight of the cryostat and dewar shall not exceed 15 pouncs when filled with liquid nitrogen.

4.

Dimensions: Total lencth of detector and dewar shall be less than 22 inches. The height and width shall be less than 11 inches including a handle that shall be attacned to the dewar for ease in use.

5.

End Cap: The end cap shall be 2.75 inches by 8.0 inches long.

6.

Operational Characteristics - The cewar design must permit orientation of the detector in any directio, without liquid nitrogen spillage, including operation with the detector in a fixed position pointing upward.

The dewar shall be designed so that the detector can placed in a stable horizontal or vertical position without use of any special supports.

v

.a.

3 i

A.1.4 Detector Bias Supply l.

Input 24 VDC, 200 MA, :12 VDC, 35 MA derived from a standard type 1, Class A or S NIM Bin Power Source.

2.

Output continuously adjustable with a front panel meter

'for monitoring output voltage.

3.

Polarity - Positive or Negative A.1.5 Spectroscopy Amplifier 1.

Input Power - Deri$ed from standard Type 1, Class A or B NIM Power Source.

2.

Signal Input - shall accept positive or negative linear pulses from detector preamplifier.

3.

Outputs Unipolar provide prompt :5V or :10V full scale linear output; DC and DC restorer coupled; DC adjustable level to :2V.

4.

Front Panel Controls -

a.

Coarse Gain - Switch Selectable from x10 to x300 b.

Fine Gain - Precision potentiometer to select variable gain factor with a resetability of s.03%

s c.

Pole /Zero - adaustable potentiometer to optimize baseline recovery 5.

Connectors Shall provide rear panel connector for appropriate preamplifier power.

6.

Performance a.

Temperature Stability - Gain s.01% per degree centigrade from 0-50 degrees centigrade b.

Integral-Nonlinearity 5 :.05% over total output range.

c.

Noise - s 5 vV referred to inpot at full gain with a 2

ps time constant.

n~-

t' e-4 A.1.6 NIM Power Bin 1.

S.cecifications to meet or exceed ERDA Specification TID-20893 (Rev. 4)

A.I.7 Leakage Current Monitor-1.

Leakage Current. Monitor to provide bias voltage disable to detector when leakage current exceeds detector specifications.

A.I.8 Power Interrupt Power Interrupt shall prevent bias voltage frem being autcmatically reapplied to the detector in the event of loss of 110 VAC pcwer without manual reset. This may be satisfied by incorporation into the detector bias supply or the NIM Pcwer Bin.

A.1.9 Liquid Nitrogen Dewar with Automatic Refill Device and Liquid Nitrogen Level M0nitcr 1.

Description - An additional dewar with an automatic refill device must be supplied so that the detector can be contincusly operated in an upright fixed position. (surf ace of catector pointed upward so the detector can be utilized in a conventional shield).

The capacity must be sufficient to extend the 2.

Capacity detector's holding time to at least 120 hours0.00139 days <br />0.0333 hours <br />1.984127e-4 weeks <br />4.566e-5 months <br />.

3.

Hardware - Any suppcrting hardware such as tubes, pressure tanks, and stands that are necessary for connection to the detector shall be provided.

4.

Liquid Nitrogen Monitor sh:ll provide an audible and visual alarm when liquid nitrogen' level is low. and disables bias voltage to the detector.

5 B.

Miscellaneous Components 1.

The contractor shall provide any components not specifically~

mentioned that are necessary for the operation of the detector system - excluding the multichannel analyzer nece:;sary for the analysis of the output pulses from the detector.

2.

Contractor shall specifically supply all connectors and cables necessary to. connect the system to a multichannel analy:er (at least ten feet from detector output to the multichannel analyzer).

g

>w W

[,

o:

Ar:icle !II - Deliveries / Period of Performance A.

Time cf Oeitverv

^0elivery is Dest:En by the Government witnin. thirty (30) days after the Data of awarc. '

'If the bidder is unable to mee: the abeve delivery schedule, he cay, withcut prejudice to the evaluaticn of his bid, set for-h his Fre:csed Celivery Schecule belew; but such delivery schedule cus: not ex:anc the delivery paried beycnd-the time fer delivery called for in the

- feilewing re:uired delivery schedule.

'Celivery is ?EOUI?E0 by the Gcverr. ment within ninety (90) days after :ne Ca:e of award.

Eids cffering deitvery under sucn terms er c:nditi:ns tha delivery will ne: clairly fall wi:nin :ne a;;1icahle recuirec delivery ;eri:d specified above will be c:nsicered nenres::nsive anc will be r:jected.

If the bicder cces ne: pr :cse a differen: delivery schedule, the Gcvernmen 's desired delivery schedule shall apply.

Eidder's Fre:: sed Ceiiverv Schedule (:: be c:::isted bv bidder)

Celivery will be race within the felic, 'ng number of days af:ar the ca:e cf award.

(

90 days ). (::LT Cays)

S.

Place of Deliverv The items required hereunder shall be delivered all trans;cr:ation charces

aid by the contractor to the following address.

~

U.S. Nuclear Regulatory Commission, Region II Office of Inspection and Enforcement 101 Marietta Street, Suite 3100 Atlanta, GA 30303 Items shall be marked for* Dan Montgomery C. Period of Performance The period of performance shall cover delivery of the system and specified acceptance and warranty periods.

  • To be incorporated into any resultant contract.

1

a.

o-l ARTICLE IV - PAYMEN,T In the absence of a discount, the contractor shall be paid upon the submission A.

of a prop. r and correct invoice or voucher in approximately thirty (30) days after submission ~ or date of delivery, whichever is later, the prices stipu-lated herein for supplies delivered and accepted or services rendered and accepted (ARTICLE I), as herein provided.

If this contract provides for a discount, the contractor shall indicate the B.

contract's discount terms (Block 16 of page 1) on the face page of the invoice or voucher.

C.

The contractor's invoice or public voucher shall identify the contract number and the nature and extent of the supplies / services for which payment is claimed.

ARTICLE V - TOTAL AMOUNT OF CONTRACT The firm fixed price amount of this contract for the delivery and acceptance of the supplies stipulated in ARTICLE I is 521,950.00.

ARTICLE VI - INSPECTION AND REVIEW OF WORK A.

Prior to Delivery The Nuclear Regulatory Commission reserves the right to make periodic on-site inspections in accordance with the General Provision, entitled

" Inspection."

It shall be expressly understood that such inspections shall not constitute acceptance by the Government of any part of the work, but shall be for the purpcse of providing coordination and technical guidance in interpretation of technical requirements.

B.

After Delivery

(

l.

All inspections, acceptance, and rejection decisions shall be made at destination by the Project Officer or his authorized representative.

2.

Upon. receipt of all deliverable items, the Project Officer or his authorized representative shall inspect each item for compliance with the ;pecifications contained herein.

3.

Acceptance or rejection of deliverabit item shall be made in writing by the -Project Officer within 10 calendar days after receipt of said deliverable item: from the contractor.

In the event of rejectio7 of any portion of the work, completion of corrected items shall be received within 10 calender days after receipt of notice of rejection.

Final acceptance shall be made in writing only after the work has been corrected to the extent that it conforms to the specifications contained herein and has been approved by the Project Officer.

The contractor shall be notified of final acceptance within 5

calendar days after receipt of the corrected items.

eTo be incorporatec into any resultant contract.

~,.

1 o

ARTICLE VII - PROJECT OFFICER Dan Montgomery is hereby designated as the Contracting 0.fficer's author-ized representative (hereinafter called Prnject Officer) for technical aspects of this contract.

The Project Officer is not authorized to aporove or recuest any action which results in or could result in an increase in contract cost; or terminate, settle any claim or discute arising under the contract; or issue any unilateral directive whatever.

The Project Officer is responsible for:

(1) monitoring the contractor's technical progress, including surveillance and assessment of performance, and recommending to the Contracting Officer changes in requirements; (2) interpreting the scope of work; (3) performing technical. evaluation as required; (4) performing technical ir.spections and acceptances required by this contract; and (5) assisting the contractor in the resolution of technical problems encountered during performance.

Within tne purview of this authority, the Project Officer is authorized to review all costs recuested for reimbursement by contractors and submit recomendations for approval, disapproval, or suspension for supplies, services required under the contract.

The Contracting Officer is resporoible for directing or negotiating any changes in terms, conditions, or amounts cited in the contract.

For guidance from the Project Officer to the contractor to be valid, it must:

(1) be consistent with the description of work set forth in the contract; (2) not constitute new assignment of work or change to the expressed terms, conditions or specifications incorporated into this contract; (3) not constitute a basis for an extension to the period of performance or contract delivery schedule; and, as stated above, (4) not constitute a basis for any increase in the contract cost.

/.UICLE VIII PP.E5E?.YnIC:!/e*Cr.AG::G/pacCG All ma:erials delivered under this centrac: shall be afforded the degree of packaging (preserva:icn and packing) required :c prevent de:eriora:icn acc/cr damages cue te ha:ards of shipment, handline, and s:crage.

Such packaging shall be ac:cmplished :n such a manner as Oc insure safe delivery at destination.

ARTIC:.5 IX - Price Certification the pdces, rates, or fac:on poted The Cen:rsc:or war ants that

$e',"n are as low or Icwer as the prices, ra:es, or factors c,uote s.

like c; : aid by, zny c her purchaser for like quantities of the o

item (s)" required :o be delivered hereunder.

  • To be incorporated into any resultant contract.

c-

/*

g
7 ARTICLE X - WARRANTY The contractor shall furnish at no cost to the NRC, maintenance (labor and parts) as required to keep the system in good operating condition for a 1 period of one year from the date of ac'ceptance.

In the event of component failure, the NRC will ship the component to the contractor who shall repair the component within 30 days.

In the event that the component cannot be repaired within'30 days, an equivalent new component will be delivered to the NRC within 60 days.

ARTICLE XI - GENERAL PROVISIONS This contract is subject to the Fixed Price Supply Contract General Provisions, cated 7/30/80 which incorporates the Standard Form 32 (Rev. 4/75) General Provisions 96/76), attached hereto and made a par + hereof by this reference.

ARTICLE XII ALTERATIONS IN CONTRACT The following alterations have been made in the General Provisions of this contract.

~;- -

FPR Changes and NRC Additions to Standard Form 32 General Provisions attached hereto and forming a part of this contract, is further modified as follows:

Clause

. Clause Deleted Substituted

  • Ti tl e 12 44 Disputes 22 47*

Utilization of Labor Surplus Area Concerns o

32 Ncne Minority Business Ente; prizes Subcontracting 33 None Preference For U.S. Flag Air Carriers

  • Which are attached or incorporated herein by reference.

t I

!: