Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2008 FBO #2329
SOLICITATION NOTICE

66 -- Digital X-Ray System

Notice Date
4/10/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F4AB008098A001
 
Point of Contact
Leslie Richardson,, Phone: 850-283-8630, Melissa J Mullinax,, Phone: 850-283-8644
 
E-Mail Address
leslie.richardson@tyndall.af.mil, melissa.mullinax@tyndall.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The 325th Contracting Squadron at Tyndall AFB, FL intends to award a purchase order under Simplified Acquisition Procedures (SAP) for MG 450 Digital X-Ray system with Newport manipulation. This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in FAR Subparts 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals/quotes are being requested and a written solicitation will not be issued. This requirement is set-aside 100% for Small Business. NAICS: 334517 SMALL BUSINESS SIZE STANDARD: 500 Employees The purchase requirements for the One(1) MG 450 Digital X-Ray System with New Port Manipulation (XRF) Analyzer are as follows: 1. System requirements - 450kV/Constant Potential X-ray System, 40 kHz technique for operation from 230 Volts A.C. 2. X-Ray cabinet requirements a. Approximately 4' by 7' roll-around X-ray Cabinet b. Hinged Doors c. Equipped with shielding/interlocks/lights/etc for safe operation d. Horizontal Beam Orientation e. Manual Head movement vertical Yoke/Cradle w/pitch and yaw markers f. COMET MXR 321/11 0.4 /1.0 mm spot size X-Ray System w/ Laser Pointer g. 6' source to detector distance - Source attached by Top center rail- Full Length h. Access from all sides i. Capability for long duration exposures 3. Dell Computer - The Micro-CT system is controlled by desktop computer. Computer must have these features: a. Dual 20" DELL 1600 X 1200 UltraSharp Flat Panel monitors (or equivalent) b. DELL Optiplex 745 (or equivalent) c. Intel® Core TM 2 Duo Processor E6700 (2.66GHz, 4M, 1066MHz FSB) d. XP Professional e. 4.0GB DDR2 Non-ECC SDRAM, 667MHz, (2DIMM) >160 GB f. Two 500 GB portable hard drives 4. THALES Flashscan 33 Amorphous Silicon Panel w/Lanex Fine 5. Newport Items: a. NEWPORT Table without air isolation 4" minimum thickness in bottom of cabinet for object-detector fixturing b. NEWPORT XPS Motion Controller populated with 5 axes - steppers 2 DC Servo c. NEWPORT IMSCC 600 translation stage d. NEWPORT IMSCC 600 translation stage e. NEWPORT RV160 PP Rotation stage f. NEWPORT MTM PP 100 mm translation stage g. NEWPORT MTM PP 100 mm translation stage h. Installation will be according to drawings provided by government. 6. Installation and Training - Installation and training for X-ray system must include travel time and travel expenses. 7. Warranty & Manuals - Offerors must provide warranty information specific to all equipment as well as provide all materials, labor, and transportation necessary to provide this supply. Offerors must provide brochures/literature of the items being offered (if applicable) along with their quote. The technical literature submitted needs to clearly communicate that the offeror understands the minimum requirements and compliance issues as set forth in the RFQ. Discussions may or may not be held with offeror; therefore, the initial proposal of each offeror should be complete and accurate. FOB destination is required by the Government. FOB point is Tyndall AFB, FL. The following provisions and clauses can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil. Award will be made to the offeror whose proposal represents the best value to the Government. Alternative proposals may be considered and accepted. 52.212-1 Instructions to Offerors -- Commercial Items (Sep 2006); 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2007)-The preferred method is for the offeror to complete this requirement on the ORCA link at the Business Partners Network website, http://bpn.gov.; 52.212-3 Alt 1 Offeror Representations and Certifications - Commercial Items (Nov 2007); 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007); 52.212-5(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2007); 52.219-1 Alt 1 Small Business Program Representations (Apr 2002); 52.252-1 Solicitation Provisions Incorporated By Reference (Feb 1998); 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003); 52.219-28 Post-Award Small Business Program Representation (Jun 2007); 52.222-3 Convict Labor (Jun 2003); 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I (Oct 1995); 52.219-8 Utilization of Small Business Concerns (May 2004); 52.219-14 Limitations on Subcontracting (Dec 1996); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.247-34 F.O.B. Destination (Nov 1991); 52.233-3 Protest After Award (Aug 1996); 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004); 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005); 252.212-7001(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (Jun 2005); 252.232-7003 Electronic Submission of Payment Requests (Mar 2007); 252.204-7004 Require Central Contractor Registration (Sep 2007); 252.247-7023(ALT III) Transportation of Supplies by Sea (May 2002); 5352.201-9101 Ombudsman (Aug 2005). If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://www.bpn.gov/. Confirmation of CCR registration must be obtained before award can be made. Quotes should reference RFQ No. F4AB008098A001. The POC for this acquisition is Ms. Leslie Richardson (850) 283-8630; Fax (850) 283-8491, E-Mail: leslie.richardson@tyndall.af.mil. Quotes may be mailed to 325th Contracting Squadron/ LGCB, Attn: Leslie Richardson, 501 Illinois Ave, Bldg 647, Tyndall AFB, FL 32403. Oral Quotes will not be accepted. Responses to this RFQ must be received via e-mail, or fax by 17 April 2008, 5:00pm Central Standard Time.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4352a9be2bb0e2452995bd95a37386b3&tab=core&_cview=1)
 
Place of Performance
Address: Tyndall AFB, FL, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN01551537-W 20080412/080410220224-4352a9be2bb0e2452995bd95a37386b3 (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.