Tritium Monitors
ID: W911KF24Q0053Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC ANADANNISTON, AL, 36201-4199, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

HAZARD-DETECTING INSTRUMENTS AND APPARATUS (6665)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Anniston Army Depot, is soliciting proposals for the procurement of eight Tritium Monitors to enhance safety measures in a relocated radioactive workroom. The requirement includes six Tritium Hood Monitors for fume hoods and two Tritium Room Monitors for atmospheric monitoring, with specific technical specifications such as alarm settings not exceeding 2x10^-5 microcuries/ml and the ability to operate without an internet connection. This procurement is crucial for ensuring continuous monitoring of tritium gas, thereby supporting compliance with safety regulations in environments handling radioactive materials. Interested small businesses must submit their proposals electronically by 10:00 AM CST on September 13, 2024, and can direct inquiries to Heather P. Robinson at heather.p.robinson.civ@army.mil or Heather N. Glover at heather.n.glover2.civ@mail.mil.

    Files
    Title
    Posted
    The document outlines an amendment to a government solicitation for the procurement of monitors at the Anniston Army Depot. The primary change involves clarifying the specifications of monitors needed: six Tritium Hood Monitors for fume hoods and two Tritium Room Monitors for atmospheric monitoring in a storage room. The amendment modifies the associated contractual line item (CLIN), changing the quantity for the Tritium Hood Monitors from eight to six, and introduces a new CLIN for the Tritium Room Monitors. Additionally, the submission deadline has been extended to September 13, 2024, at 10:00 AM CST. Overall, these amendments aim to refine project requirements and ensure successful procurement aligned with operational needs while maintaining all previously established terms and conditions.
    The government seeks to acquire eight tritium monitors for continuous gas monitoring in a relocated radioactive work room at Anniston Army Depot (ANAD). The monitors must have an alarm set no higher than 2x10^-5 microcuries/ml and function without an internet connection. It is crucial that the contractor only makes changes to the scope of work as specified in writing by the Contracting Officer. Each monitor shall come with a standard one-year manufacturer's warranty. This initiative is part of the federal government's commitment to ensuring safety and compliance in environments handling radioactive materials.
    The government requires continuous monitoring of tritium gas at the Anniston Army Depot (ANAD) following the relocation of a radioactive work room. The project necessitates the installation of eight tritium monitors: six for the fume hood and two for the workroom. Key specifications include a monitoring capability that can set alarms no higher than 2x10^-5 microcuries/ml, a continuous monitoring function, and the ability to operate without an internet connection. Contractors must refrain from altering the scope of work unless directed in writing by the Contracting Officer. Additionally, all monitors must come with a standard one-year manufacturer's warranty. This initiative underscores the government’s commitment to safety and compliance in handling radioactive materials by ensuring real-time monitoring in critical areas.
    The document outlines the requirements for establishing the authority of individuals to submit offers on behalf of a corporation or partnership in relation to federal and state/local RFPs (Request for Proposals). It emphasizes the necessity of providing formal evidence of this authority, except for sole proprietorships where the owner is automatically authorized. For corporations, a "Certificate of Corporate Official/Agent’s Authority" must be completed, certifying that a designated individual is empowered to represent and bind the corporation contractually, while noting any limitations. For partnerships or unincorporated firms, a similar "Certificate of Authority to Bind Partnership" is required, involving signatures from all members of the entity. The document is heavily structured to ensure compliance and clarity regarding the signatory powers within different types of business entities submitting offers, pivotal for the integrity of the contracting process in government solicitations.
    This government document serves as a Request for Technical Literature concerning the procurement of tritium monitors. It outlines specific requirements for bidders, who must submit descriptive literature detailing how their products meet the technical specifications outlined in the Statement of Work (SOW). Key aspects to be addressed in the literature include alarm settings, capabilities, connectivity, and warranty terms. Any failure to adequately present these features or to provide clear identification within product catalogs may result in bid rejection, as the government requires firm and compliant proposals. Additionally, literature that includes disclaimers regarding specifications or pricing changes will not be considered for an award. The document emphasizes the necessity for clear communication of the proposed items, including highlighting model references in the bid submission. This RFP process is vital in ensuring thorough evaluation and selection of compliant offerings in government procurement activities.
    The document is a solicitation for the procurement of Tritium Hood and Room Monitors by the Anniston Army Depot under solicitation number W911KF24Q0053. The offer due date is set for 10:00 AM on September 13, 2024. Key points include requirements for electronic submission of responses, adherence to specific government clauses and provisions, and the importance of vendors ensuring their registrations in the System for Award Management (SAM). The contractor must accept payment via Government Smart Pay Credit Card or Defense Finance Accounting Service (DFAS). The solicitation includes a statement of work, points of contact, and outlines that technical literature must accompany proposals for product evaluation. Conducting transactions strictly through authorized channels is emphasized, alongside guidelines for work hours, delivery scheduling, and compliance with safety and operational protocols. Understanding compliance with various federal regulations, including prohibitions on equipment from specific entities and telecommunications services, is also essential. The primary aim is to ensure that awarded contracts are executed smoothly while adhering to stipulated guidelines, thereby facilitating effective procurement and contract management.
    The document outlines a federal solicitation (W911KF24Q0053) for providing Tritium Monitors to the Anniston Army Depot. It specifies the due date for offers is September 9, 2024. The solicitation is targeted toward small businesses, including those owned by veterans and women. It emphasizes electronic submissions and outlines the need for technical literature, ensuring all requirements are met for successful contract awards. Key contacts are provided, including Amanda Ford and Heather Robinson, who can assist with any inquiries. The document details payment methods, submission protocols, and specific clauses that contractors must comply with, including regulations regarding telecommunications and security measures. The acquisition process aims to enhance operational safety and regulatory adherence while encouraging participation from various business sectors. Overall, this solicitation highlights the government's structured approach to procurements, focusing on transparency, compliance, and qualification standards for suppliers.
    Lifecycle
    Title
    Type
    Tritium Monitors
    Currently viewing
    Solicitation
    Similar Opportunities
    Zirconium Hydride
    Active
    Dept Of Defense
    The Department of Defense, specifically the Crane Army Ammunition Activity (CAAA), is seeking proposals from qualified small businesses for the procurement of Zirconium Hydride, with a total requirement of 1,826 pounds. The procurement includes an initial delivery of 10 pounds for First Article Testing (FAT) within 45 days of contract award, followed by weekly deliveries of the remaining quantity in increments of 44 pounds until January 2025, after which the delivery rate will increase to 220 pounds per week until completion. This material is critical for military applications, adhering to the stringent MIL-SPECS MIL-Z-21353 standards, ensuring compliance with safety and quality requirements. Interested offerors must submit their proposals by September 23, 2024, at 12:00 p.m. Central Time, and direct any inquiries to the Contract Specialist, Dora Smith, at dora.d.smith5.civ@army.mil or the Contracting Officer, Bryce Willett, at bryce.t.willett.civ@army.mil.
    66--PHOTOTRODE, DP5
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of the Phototrode, DP5, a specialized measuring and controlling device. This procurement aims to acquire a commercial product that meets specific design, material, and dimensional requirements as outlined in the solicitation documents, ensuring compliance with quality assurance standards and technical specifications. The Phototrode is critical for various defense applications, emphasizing the importance of precision and reliability in military operations. Interested vendors must submit their proposals by September 17, 2024, and can direct inquiries to Rebecca Aglow at 717-605-5721 or via email at REBECCA.AGLOW@NAVY.MIL.
    RAID-M100 PGDN Detectors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking potential sources for the procurement of RAID-M100 hand-held PGDN Detectors. The requirement includes the provision of a specified quantity of these detectors, which are essential for detecting chemical vapors, including Propylene Glycol Di-Nitrate (PGDN) and selected toxic industrial chemicals, as well as the necessary consumable materials for their operation. This procurement is critical for ensuring safety and operational readiness in environments where hazardous materials may be present. Interested vendors must submit their responses, including company details and capabilities, by September 20, 2024, to Katy Gates at NSWC IHD, with contact information provided for further inquiries.
    Thermo Scientific NitonXL5 PLUS XRF Analyzer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Thermo Scientific Niton XL5 PLUS XRF Analyzer, which includes a Mining/Minerals Elements Suite with the capability to detect Germanium. This equipment is crucial for the Air Force Radioactive Recycling and Disposal (AFRRAD) program at Wright-Patterson Air Force Base, as it will enhance asset analysis for disposition, recycling, and demilitarization, while also improving the Hazardous Waste Program by accurately assessing waste streams. Proposals must be submitted electronically by 1:00 PM Eastern Daylight Time on September 18, 2024, with inquiries directed to Matthew Bigelow at matthew.bigelow.1@us.af.mil. The procurement is classified as unrestricted, and the contract will be awarded based on the lowest total evaluated price that meets the technical requirements outlined in the Statement of Work.
    Xtek XT H 225 Computed Tomography X-ray System for Benet Labs, Watervliet NY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for maintenance support of the Xtek XT H 225 Computed Tomography X-ray System located at Benet Laboratories in Watervliet, New York. The contract aims to ensure regular maintenance and safety inspections of the system, which is critical for inspecting metal and additively manufactured components, with the contractor expected to provide up to four on-site visits annually, including general maintenance and radiation safety inspections. This sole source procurement emphasizes compliance with safety standards and quality assurance, with a contract period from July 1, 2024, to June 30, 2025. Interested contractors should submit their proposals by September 18, 2024, and can contact Dana Gleeson at dana.m.gleeson.civ@army.mil for further information.
    R-22 Gas Detection System
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is conducting a market survey to identify potential sources for an R-22 gas detection system, as outlined in the draft Technical Requirements Document dated August 29, 2024. The procurement aims to secure a fixed gas detection system capable of monitoring R-22 gas concentrations from 0 to 1,000 ppm, featuring alarm activation for high gas levels and continuous monitoring at multiple locations, including storage tanks and air handler supply ducts. This system is critical for ensuring safety and regulatory compliance within the facility, with a project completion timeframe of 120 days post-award. Interested vendors must submit their responses by 12:00 P.M. (CDT) on September 20, 2024, to Liudmila "Lucia" Stidam at liudmila.stidam@us.af.mil, and should indicate their business size and socio-economic status in their submissions.
    RFI - Toxic Industrial Chemical- Vapor Detector (TIC- VD) for the Dismounted Reconnaissance Sets, Kits, and Outfits (DR SKO)
    Active
    Dept Of Defense
    The U.S. Army is exploring the market for toxic industrial chemical vapor detectors to enhance its Dismounted Reconnaissance Sets, Kits, and Outfits (DR SKO). This request for information seeks cutting-edge technologies to improve chemical detection capabilities for defense forces. The focus is on rapid, handheld, and man-portable detection systems that integrate seamlessly into existing setups. Respondents are invited to share their expertise and solutions pertaining to detecting specific chemical vapors within set response times, with audible and visual alerts, while ensuring compatibility with protective gear. The devices must be durable and resilient, able to withstand extreme conditions and electromagnetic interference. Additionally, the Army is interested in data transfer capabilities, connectivity, and the ease of calibration and maintenance. This is a preliminary step for market research; no solicitation or commitment is implied. Responses are voluntary and will not influence future contracting opportunities. For more details, refer to the attached document, with responses due by the deadline specified therein. Contact Valerie Holden-Stewart or Alex M. Schupp for any clarification, keeping in mind that the government is under no obligation to respond or acknowledge information received. The potential funding amount for this initiative is promising, warranting careful consideration by potential respondents.
    Nation Renewable Energy Lab, RFP-2024-24041, On-site Calibration and Testing for Fixed/Portable Gas Detectors
    Active
    Energy, Department Of
    The Department of Energy's National Renewable Energy Laboratory (NREL) is seeking proposals for on-site calibration and testing of approximately 315 fixed and portable gas detectors at its South Table Mountain Campus in Golden, Colorado. The selected subcontractor will be responsible for performing zero and span calibrations using certified test gases, ensuring compliance with safety and training standards, and providing detailed inspection reports within ten business days post-testing. This procurement is crucial for maintaining the reliability and accuracy of gas detection systems, which are essential for ensuring safety and operational efficiency within the laboratory environment. Proposals are due by October 2, 2024, and interested small businesses must submit a notice of intent by September 13, 2024, with technical questions due by September 20, 2024. For further inquiries, contact Steve Cummock at steve.cummock@nrel.gov or Darcy Montgomery at darcy.montgomery@nrel.gov.
    Q522--Dosimeter Badges and Exposure Reporting Subscription for the James H. Quillen VAMC Radiology Service 37684
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for a five-year contract to provide dosimeter badges and exposure reporting subscriptions for the James H. Quillen VA Medical Center's Radiology Service in Mountain Home, Tennessee. This procurement, categorized under NAICS code 334517 for irradiation apparatus manufacturing, requires vendors to supply brand-name dosimeters that accurately monitor radiation levels and manage exposure reporting for personnel in radiation-sensitive environments. The selected contractor will be responsible for maintaining an online portal for dosimeter profiles, processing badge data, and ensuring compliance with regulatory standards. Interested vendors must submit their proposals by September 19, 2024, and direct any inquiries to Mark Miezin at Mark.Miezin@va.gov or Scott Dickey at scott.dickey@va.gov.
    PURCHASE OF A GAMMA-RAY SPECTROMETER.
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking quotations for the purchase of a handheld gamma-ray spectrometer, which is essential for accurately measuring natural radioactivity during fieldwork. The device will facilitate the correlation of surface observations with subsurface geological data, highlighting its importance in geological studies. Key specifications for the spectrometer include ruggedness for field use, high sensitivity, Bluetooth and USB connectivity, and long battery life. Interested vendors should note that the performance timeline spans from September 20, 2024, to December 27, 2024, with delivery required by September 18, 2024. For further inquiries, potential contractors can contact Cheryl Theeke at ctheeke@usgs.gov or by phone at 303-236-9329.