The RFP Database
New business relationships start here

Radioactive Waste Monitor System


California, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Request for Information (RFI)
Supplies/Services
Radioactive Waste Monitor System at Naval Medical Center San Diego (NMCSD)


DISCLAIMER
THIS NOTICE IS FOR PLANNING PURPOSES ONLY. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI.

This RFI is issued solely for information and planning purposes and does not constitute a Solicitation, an Invitation for Bids, a Request for Proposal (RFP), a Request for Quotation (RFQ), or an indication the Government will contract for the items contained in this announcement. This RFI is a request for interested parties to describe their product, technical capabilities, and delivery as well as demonstrated tools and processes. All information received in response to this RFI marked "Proprietary" will be handled accordingly. Responses to the RFI will not be returned and Respondents will not be notified of the result of the review. Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for NMCSD. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.

PURPOSE
The purpose of this RFI is to conduct market research to determine if responsible sources exist and to assist NMCSD in determining if a future contract effort can be competitively awarded and/or awarded on a total Small Business Set-Aside basis. The applicable North American Industrial Classification System (NAICS) code assigned to this effort is 334519 (Other Measuring and Controlling Device Manufacturing) with the Small Business Size Standard of 500 employees. If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the Federal Business Opportunities website. The Government will use this information solely to determine the appropriate acquisition strategy for this procurement. The Government is interested in all small business concerns.

INTRODUCTION
The NMCSD Material Management Department is tasked with conducting market research for radioactive waste monitor system, and any accompanying software capable of detecting contaminated wastes and linens resulting from patient care or procedures that involve radioactive materials from the wards and operating rooms. Using Government provided space, selected potential vendors determined to be technically capable may be invited to provide product demonstrations including question and answer sessions with hospital staff members.

BACKGROUND
Respondents should identify their product capabilities that would help fulfill the current specified requirements. The information gathered, if deemed successful, will be used to formulate final requirements, which may subsequently be posted as a solicitation for competitive bids. The description below outlines the minimum requirements for radioactive waste monitor system to be installed at NMCSD.

REQUIREMENTS
NOTE: This RFI is only soliciting information on radioactive waste monitor system that are able to meet the requirements below.

The Government requests radioactive waste monitor system with the following minimum specifications:
1. All systems must be digital, wall mounted, with large scintillation detectors that can be installed in close proximity or above.
2. Display units can be adjusted to display in mR/hr, R/hr, microR/hr, cpm, cps, and others.
3. Ability to adjust alarm parameters, set alarm parameters, and capable of providing visual and audible alarms when alarm threshold has been exceeded.
4. Can be connected to the hospital's network system, so when the alarm is triggered, the system will send electronic notification to the duty Radiation Health Technician and Radiation Safety Officer for immediate response.
5. Has a battery back-up (24 hrs) to keep the system operational in the event power is lost.
6. Has the option to install protective rails in environments where carts, supplies, equipment, and other traffic might strike and damage the detectors.

DESCRIPTION OF INFORMATION REQUESTED
All vendors with qualifying products are invited to submit a Capability Statement and contact information. The Capability Statement should discuss the product's capabilities as they relate to the potential requirements. Vendors with a GSA schedule shall provide the contract number of that schedule and the expiration date as well as product NAICS codes. All items should be clearly identified if they are scheduled items or open market items.

All questions regarding this RFI shall be submitted ONLY by email to the Contract Specialist at robert.m.salomon2.civ@mail.mil Questions must be received by 9:00am PST by 03/22/2019.

HOW TO RESPOND: Firms that wish to respond to this RFI shall provide the following information:
1) A brief summary of the responder's product and its characteristics in relation to the above-indicated requirements and additional preference characteristics;
2) A statement indicating an interest and the capability to provide the requested equipment in response to this RFI including acceptance of trade-in equipment;
3) Brochures, technical layout and specifications, user guides, product compatibility, test results, agency approvals and certifications as it relates to the equipment requested in this RFI;
4) Company representative availability for product demonstration and question and answer session in relation to this RFI; and
5) Respondents must indicate whether their responses contain proprietary information if the respondents wish for the responses to be handled as such. The government shall not be held liable for any damages incurred if proprietary information is not properly identified.
Responses shall be limited to no more than 10 pages with 12 point font, not including cover letter, cover page, and table of contents. Responses shall also include company name, size, socio-economic class(es), technical and administrative points of contacts, telephone numbers, and email addresses with your inquiry.

PLEASE SUBMIT RESPONSES via email only in Microsoft Office format by 9:00AM (PST) April 15, 2019. No mailing responses or telephone inquiries will be accepted.

All Questions must be submitted via email prior to 9:00am PST March 22, 2019. Answers will be posted as a separate attachment within 5 business days.
Finally, please indicate if the Vendor is a small business under the subject NAICS.


NOTE: Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in any subsequent solicitation, and NMCSD may contact one or more respondents for clarifications to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses.


Contracting Office Address:
34800 Bob Wilson Drive
San Diego, CA 92134
United States
Primary Point of Contact:
Robert M. Salomon
robert.m.salomon2.civ@mail.mil


Robert M. Salomon, Contract Specialist, Phone 6195328108, Email robert.m.salomon2.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP