Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2006 FBO #1733
SOLICITATION NOTICE

59 -- Computerized Radiography (CR) Type II Table Top System

Notice Date
8/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, ACC CONS, 130 Douglas Street, Suite 401, Langley AFB, VA, 23665-2791
 
ZIP Code
23665-2791
 
Solicitation Number
Reference-Number-FA4890-06-CRTypeIISystem
 
Response Due
8/30/2006
 
Archive Date
8/31/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation document and incorporated provision and clauses are those in effect through Acquisition Circular 2005-12, dated 4 Aug 2006 and Class Deviation 2005-o0001. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS OLICITATION WILL NOT BE AVAILABLE. The notice will be issued on FedBizOpps and can be found at the following web site: http://www.eps.gov/. Solicitation # FA4890-06-CRTypeIISystem is issued as a Request for Quote using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Part 13.5 and is subject to FAR Clause 52.232-18, Availability of Funds. This acquisition will be full and open. The North American Industry Classification System (NAICS) code is 334517 with a number of 500 employees. ACC Contracting Squadron, Langley Air Force Base, VA has a requirement for 7 each CR Systems Type Table-Top (Portable with Integral Eraser) in accordance with the outlined specifications below. All specifications must be met. SALIENT CHARACTERISTICS: General - The CR system shall be capable of producing radiographic images equal to or exceeding the general radiographic requirements of the American Standards for Testing and Methods specification E 1742, Standard Practice for Radiographic Examination. Hardware - CR shall contain the following sub-components: (a)A reader and digitizer capable of a scanning sensitivity requirement of 10 pixels/mm or 100 microns (It needs to be noted on the image and screen when this requirement is not attained, i.e., 120 microns, 150 microns, etc), and spot size of a 100 microns or less. (b) An integral eraser to erase the flexible imaging plates and deliver it ready for reuse. (c) An image monitor with a minimum resolution of 3 magapixels. (d) A rewritable Compact Disk writer using CD-RW format. (e) A Digital Video Disk writer in DVD+RW format. (f) Seventy-five (75) each flexible 14 x 17 inch IPs, thirteen (13) each flexible 8 x 10 inch IPs, and thirteen (13) each flexible 5 x 7 inch IPs. Type II Classification - The Table -Top system shall consist of the following specific items: The reader and digitizer shall accept flexible IPs directly, without the use of a loading cassette and shall include an integral eraser. The Table ? Top system shall be able to read flexible IPs longer than 17 inches and width of 14 inches or less. The system shall weigh no more than 140 pounds. The system shall include hard-shell carrying cases and be suitable for storing and shipping the unit with accessories. It shall be appropriately padded to ensure potential shipping damage to the complete systems would be reduced to the bare minimum. The hard-shell case shall include rollers and handles. The hard-shell case size and total weight shall be limited to airline checked baggage restrictions. The cases shall be designed to protect the system from a 36 inch drop in the hard cases. Software - The CR system image analysis software shall be capable of leveling the image in no more than two operations. All image manipulations and calculations must be conducted with at least 12-bit grayscale pixel depth. The imaging software must be compliant with other industry standard image file formats and must be available for image output files (.jgp, .gif, etc) that shall be readable in other image monitors of comparable quality and, with minimum loss of image resolution. Users shall be able to transmit images through the network or posting in the web. All software revisions made during the life of the contract shall be included at no additional charge. Operating Conditions - The system shall perform to the specification in this product description throughout temperatures from 55 to 120 degrees Fahrenheit at 95% relative humidity and from 0 to 10,000 ft above sea level. Storage Temperature - The system shall be capable of being stored from 15 to 160 degrees Fahrenheit. Power requirements - The unit shall operate when supplied with either 100-250 Volt Alternating Current ? 50 or 60 Hertz (100-250 VAC ? 50/60 Hz) automatically selected. Documentation - One copy of the commercial operation and maintenance instructions, including calibrations procedures and adjustments, as applicable, shall be shipped with each item. Two paper and two electronic copies of the operation and maintenance instructions (above), diagnostics, and servicing instructions, shall be sent to the Contracting Officer for delivery to the equipment specialist and cognizant Engineer. See DI-TMSS-80527A and DI-MISC-80557. All documentation shall be releasable for third-party repairs. Additional Flexible Imaging Plates - Total of three hundred (300) each flexible 14 x 17 inch Ips delivered in four (4) lots of one hundred fifty (150) each to four (4) specific bases identified in contract line item numbers (CLINs). The requested date of delivery shall be no later than 12 weeks ARO (After Receipt of Order). Responsibility, Inspection and Acceptance: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control. FOB Destination as follows: Eglin AFB, Ellsworth AFB, Holloman AFB, Langley AFB, Mt Home AFB, Nellis AFB, and Seymore Johnson AFB. Pricing is based on a Firm-Fixed Price basis. The following contract line items are applicable to this solicitation: CLIN 0001 ? 7 Each CR System Type II, to include shipping. CLIN 0002 ? 300 each of the flexible 14 x 17 inch Ips which will be shipped in four (4) lots of 75 each to Eglin, Langley, Mt Houme and Seymore Johnson, to include shipping. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instruction to Offerors?Commercial Items. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable offer conforming to this solicitation. The clause at 52.212-2 Evaluation of Commercial Items, the following factors shall be used to evaluate offers: a. technical capability fo the items offered to meet the Government requirement, b. price. Technical capability and price are rated equally. Offerors are reminded to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, and the offeror shall ensure a completed ORCA is available for download. The clause at 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. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.203-11 Certifications and Disclosure Regarding Payments to Influence Certain Federal Transactions, FAR 52.204-4 Printed or Copied Double Sided on Recycled Paper, FAR 52.211-6 Brand Name or Equeal, FAR 52.211-8 Time of Delivery, FAR 52.219-6 Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-22 Previous Contract and Complaince Reports, FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-1 Buy American Act-Balance of Payments Programs ? Supplies, FAR 52.225-3 Buy American Act ? Free Trade Agreements ? Isaeli Trade Act, FAR 52.225-13 Restrictions on Certain Foregin Purchases. The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.232-33, Payment by Electronic Funds-Central Contract Registration. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; 52.219-4 ? Notice of Price Evaluation Preference for HUBZone Small Business Concerns. The above provisions and clauses can be found at http://farsite.hill.af.mil. All offerors must be registered in the Central Contractor Registration database @ www.ccr.gov. This announcement will close and quotes are due by 12:00 PM (EDT) on 30 Aug 2006. Signed and dated offers, to include a complete listing of all items, must be submitted to ACC Contracting Squadron, Attn: Patricia F. Ward, 11817 Canon Blvd, Suite 306, Newport News, VA 23606-4516. All responsible sources may submit a bid, proposal, or quote which shall be considered. Offers may be submitted by email or facsimile, NOTE ? please call POC when submitting an offer by e-mail or facsimile. ACC CONS Contracts Manager POC: Patricia F. Ward, 757-764-9148, fax 757-764-9153, e-mail: patricia.ward@langley.af.mil. ACC CONS Contracting Officer POC: Sharon Potter, 757-764-9371, e-mail: sharon.potter@langley.af.mil. COLLECT CALLS WILL NOT BE ACCEPTED.
 
Place of Performance
Address: Multiple ACC Bases
Zip Code: 23665
Country: UNITED STATES
 
Record
SN01123284-W 20060825/060823220814 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.