SOLICITATION NOTICE
36 -- Procurement of Robotic Fuel Storage Tank Inspection System for ANGRC/CETSC in Minot, ND 58703
- Notice Date
- 3/1/2005
- Notice Type
- Solicitation Notice
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- Contracting Office
- 119 FW, 1400 28 Avenue North, Fargo, ND 58102-1051
- ZIP Code
- 58102-1051
- Solicitation Number
- F7BGC45048A200
- Response Due
- 3/15/2005
- Archive Date
- 5/14/2005
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Offer (RFO) for the acquisition of a ROBOTIC FUEL STORAGE TANK INSPECTION SYSTEM ; which must meet the following performance requirements: Ultrasonic wall thickness steel tank inspection system; Consisting of the following items: CRAWLER UNIT with SCANNER: Must be capable of climbing vertical steel walls approximately 50 to 60 feet hig h or scanning horizontal plates or panels, Four wheel drive, steer able scanner with surface conforming independent suspension with joystick speed and direction controller, large diameter rare earth magnetic wheels, water shielded, high-torque, rare earth electric motors, sealed wiring, high torque drive belt system, position encoder w/ cable line driver, double-gimbaled bubbler assembly. UTRASONIC INSTRUMENT: Square Wave Pulser, TCG, DAC, AGC, E-E Gating, etc., Color LCD Display with clear, field replaceable, LCD Screen Overlays, Lithium Ion on-board rechargeable battery pack with charger, Lightweight Instrument with hard foam packed case, Operating Manual, Certificate of Calibration - good for one year. DATA ACQUISITION, ANALYSIS AND REPORTING SOFTWARE: Real time Windows based data acquisition, analysis and reporting software package. Allows view of gated B-scan data while you are scanning; allows change of parameters on the fly; allows operator to back- up and rescan areas when needed and monitor scan position and thickness and allows pause in data logging to reposition scanner. User defined minimum thickness values; maximum, minimum and average readings, charting, original data storage for comparison. Provides multiple data reporting formats, data reports for each scan plan, reports include vessel diagram, layout, equipment specs, B and C-scan capability line thickness graphs with location and thickness axis for each scan, capable of overlaying line gra phs with thickness value flagging, also includes built in data base for storing customer info, job locations and specifications on equipment; easy access for retrieval and set-up; complete with interface plugs into a PCMCIA port of notebook PC, includes en coder decoder for location tracking. 4 WHEEL HAND SCANNERS: Sealed optical encoder - standard or line driver quadrature, Uni/Bi directional scanning, complete interface to analyst software, high quality bulkhead quick connects, out-of-the-way cabling with a 100 ft sheathed cable assembly of c oax, encoder cable and couplant line. ACCESSORIES: Sheathed cable assembly of coax, encoder cable and couplant line, 100 ft. (30 m), Sheathed cable assembly, 100 ft. (30 m), spare, Water pump enclosure w/ flow control & fluid filled gage, 14 gal reservoir, 5 MHz. transducer, Scanner carrying c ase, Driver case, Cable case, Spare parts kit, Tool kit, Extra transducer TRAINING: Vender included system training at vender facility at no extra charge. WARRANTY: The most comprehensive commercial warranty available from date of delivery on all major parts, components and software. Availability of Extended Warranty on all major parts, components and software. SERVICE AGREEMENT: Comprehensive Service Agreement to include maintenance, repair and annual calibration. The provisions and clauses in the solicitation are those in effect through FAC 2001-27. The NAICS code and the small business size standard for this procurement are 423830 with a size standard of 500 employees respectively. SEE NUMBERED NOTE #1. The offeror shall state in their offer their size status for this procurement. All qualified responsible sources may submit an offer which shall be considered by the agency. D elivery to ANGRC/CETSC is required within eight weeks (8) weeks after contract award. Delivery shall be FOB Destination to Minot, ND 58703. Offers for the items described above shall be e-mailed or faxed to the contracting office by the date/time specified above and include the information required by FAR 52.212-1-Instructions to Offerors-Commercial Items (Apr 1998), solicitation number, proposed delivery date, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), CAGE Code, Dunn & Bradstreet (DUNS) number, identification of any special commercial terms, and be signed by an authorized company representative. The following Clauses are applicable to this combined synopsis/solicitation and are incorporated by reference ; FAR 52.212-1 Instruction to Offeror, FAR 52.212-2 Evaluation -Commercial Items, FAR 52.212-4 Contract Terms and Conditions - Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Feb 1999); 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Apr 1998); 52.222-36 Affirmative Action for Workers with Disabilities (J un 1998). Offers are due by close of business March 15, 2005, 4:00 p.m. central time to the identified contracting office, marked with this solicitation number. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE F AR 52.212-1(b)). A Firm-Fixed Price Award will be made based on Best Value to the Government; to the lowest priced offeror, best demonstrating the ability to satisfy the requirements specified. Offerors of any equal must provide descriptive literature to t his office for evaluation prior to closing date stated above. Effective Jan 1, 2005 contractors must be registered at the Online Representations and Certifications Application (ORCA) website, http://orca.bpn.gov/. Before logging on to ORCA you must have a n active Central Contractors Registration (CCR) record and a Marketing Partner Identification Number (MPIN) identified in that CCR record. CCR registration can be completed through the Internet at http://www.ccr.gov/ or by calling (888) 352-9333. Contract ors failure to submit their Offerors Representations and Certifications will be considered non-responsive and will not be considered for this award. Contractors will also be required to register in Wide Area Work Flow (WAWF) for the electronic submissio n of invoices and may be completed after award. WAWF can be found at https://wawf.eb.mil. Training for WAWF use can be found at http://www.wawftraining.com/ Point of Contacts for this requirement is: SMSGT Brit D. Stevens at Fax (701) 451-2334, e-mail: br it.stevens@ndfarg.ang.af.mil.
- Place of Performance
- Address: ANGRC/CETSC 3430 2nd St. NE Minot ND
- Zip Code: 58703
- Country: US
- Zip Code: 58703
- Record
- SN00760319-W 20050303/050301212126 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |