Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2008 FBO #2407
SOLICITATION NOTICE

N -- PORTABLE X-RAY COMPUTED TOMOGRAPHY DIGITAL X-RAY SYSTEM

Notice Date
6/27/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC08ZRL035Q
 
Response Due
7/11/2008
 
Archive Date
6/27/2009
 
Point of Contact
Donald F. Hoffman, Contract Specialist, Phone 216-433-2780, Fax 216-433-5489, - Ronald W. Sepesi, Chief - Institutional Services Branch, Phone 216-433-2792, Fax 216-433-5489
 
E-Mail Address
Donald.F.Hoffman@nasa.gov, Ronald.W.Sepesi@nasa.gov
 
Small Business Set-Aside
N/A
 
Description
NASA/GRC has a requirement for PORTABLE X-RAY COMPUTED TOMOGRAPHY DIGITAL X-RAYSYSTEMPRESOLICITATION as NNC08ZRH035Q change to NNC08ZRL035Q. SUPPLEMENTAL INFORMATION - SIMPLIFIED ACQUISITIONS (4/1/2008)A. The following information is provided relative to this order:1. The Government technical contact for this order is: Donald F. HoffmanThe technical contact may be reached at (216) 433-2780.2.This order is a rated order under DPAS (15 CFR 700). The Rating is DO-A7 if therequirement is for electronic and/or communications equipment.The Rating is DO-C9 forall other requirements.3.If the Contractor proposes to change the items and/or process description(s) forthe required items or service, the Contractor must submit a written request to theContracting Officer and receive written approval before proceeding with the change.4.The Government requires all vendors receiving awards to be registered in ORCA. The web site for this registration is: https://orca.bpn.gov/5.Submit invoices to:NASA Shared Services Center (NSSC)Financial Management Division (FMD) Accounts PayableBldg. 1111, C. RoadStennis Space Center, MS 39529Email:NSSC-AccountsPayable@nasa.gov Fax: 866-209-54156.Tax Identification Number (TIN) must be provided with the invoice for payment7.FOR BILLING INFORMATION, CONTACT THE NSSC at 1-877-677-2123B. The following information applies to this order if selected: xC-198 Instructions: Upon satisfactory completion of the required services, theGovernment Representative shall, to ensure prompt payment to the Contractor, issue anddistribute a NASA-C-198 form. The form can be obtained from the Glenn Electronic FormsPage at: http://ltid.grc.nasa.gov/Eforms/InformedWebPages/Home.htmxThe Government Representative responsible for scheduling the required servicesand verifying satisfactory completion is: Don J. RothThis individual may be reached by calling: (216) 433-6017 ADDITIONAL PROVISIONS AND REPRESENTATIONS TERMS AND CONDITIONS OF ORDER 1.52.204-9Personal Identity Verification of Contractor Personnel. (SEP2007)2.52.223-3Hazardous Material Identification and Material Safety Data. (JAN1997)-Alternate I (JUL 1995)3.52.233-4Applicable Law for Breach of Contract Claim 4.52.247-43F.O.B. Destination. (NOV 1991) (End of Clause)ADDENDUM TO 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS 1852.215-84 Ombudsman. (OCT 2003) (a) An ombudsman has been appointed to hear and facilitate the resolution of concernsfrom offerors, potential offerors, and contractors during the preaward and postawardphases of this acquisition. When requested, the ombudsman will maintain strictconfidentiality as to the source of the concern. The existence of the ombudsman is not todiminish the authority of the contracting officer, the Source Evaluation Board, or theselection official. Further, the ombudsman does not participate in the evaluation ofproposals, the source selection process, or the adjudication of formal contractdisputes. Therefore, before consulting with an ombudsman, interested parties must firstaddress their concerns, issues, disagreements, and/or recommendations to the contractingofficer for resolution.(b) If resolution cannot be made by the contracting officer, interested parties maycontact the installation ombudsman, Dr. Sunil DuttaSDB/HBCU Program Manager and Small Business Technical AdvisorPhone:216-433-8844FAX: 216-433-2946Email: Sunil.Dutta-1@nasa.gov.. Concerns, issues, disagreements, and recommendations which cannot be resolved at theinstallation may be referred to the NASA ombudsman, the Director of the ContractManagement Division, at 202-358-0445, facsimile 202-358-3083, e-mailjames.a.balinskas@nasa.gov. Please do not contact the ombudsman to request copies of thesolicitation, verify offer due date, or clarify technical requirements. Such inquiriesshall be directed to the Contracting Officer or as specified elsewhere in this document.(End of clause)1852.225-70 Export Licenses. (FEB 2000) (a) The Contractor shall comply with all U.S. export control laws and regulations,including the International Traffic in Arms Regulations (ITAR), 22 CFR Parts 120 through130, and the Export Administration Regulations (EAR), 15 CFR Parts 730 through 799, inthe performance of this contract. In the absence of available licenseexemptions/exceptions, the Contractor shall be responsible for obtaining the appropriatelicenses or other approvals, if required, for exports of hardware, technical data, andsoftware, or for the provision of technical assistance.(b) The Contractor shall be responsible for obtaining export licenses, if required,before utilizing foreign persons in the performance of this contract, including instanceswhere the work is to be performed on-site at NASA Glenn Research21000 Brookpark RoadCleveland, OH 44135, where the foreign person will have access to export-controlledtechnical data or software.(c) The Contractor shall be responsible for all regulatory record keeping requirementsassociated with the use of licenses and license exemptions/exceptions.(d) The Contractor shall be responsible for ensuring that the provisions of this clauseapply to its subcontractors.(End of clause)Statement of WorkSpecifications for High Precision, Portable, X-ray Computed Tomographic (CT) SystemThe CT System MUST be delivered within 3 weeks of contract award.The CT System must be compatible with and adapted to our existing Varian 2520V panel andFeinfocus FXE 200.20 X ray tube. The CT system will also be capable of 2d digital radiography, and it will be portable onwheels, so it can be moved from vault to vault allowing significant versatility intesting scenarios. The CT new system (on wheels) will be able to fit through a 34 dooropening. The CT System will have a four axis manipulator subsystem to accommodate test articleswith swing diameter up to 16 inches and weight up to 50 lbs. The CT System will have a portable electric lift cart to raise/lower manipulator systemfrom approximately 12 off floor up to 36 off floorThe CT System will have a three axis computerized motion controller completely integratedwith manipulator subsystem and data acquisition software. The CT System will have a quick release mount for the Varian 2520V detector. The CT System will use Parker motors and Gallil motion controllers. The CT System will have a dedicated data acquisition and visualization workstation withthe following characteristics:Data acquisition software:FlashCT-DAQData processing software:FlashCT-DPSData visualization software:FlashCT-VIZThe control workstation for the CT System will have the specs listed below, or better:* GPU (Nvidia 8800 GTX or better), when activated will speed reconstruction by 40X.* CPU (QuadCore 2.83 GHz or better)* 20 Flat Panel Wide screen display* Up to 4 Gigabit ports for various peripheral communication needs* 5000GB Raid 5 StorageThe CT System will have reconstruction times of: < 5 min/GB of 3D volume data The CT system will have repeatable accuracy of at least 50 m.The CT system will support data formats;Bitmap, JPEG, PNG, TIFF, SRF, DICOM, PLY, STL The vendor will fabricate a custom, portable, floor standing X-ray tube mount withup-down adjustability for The CT System. Fabrication of the custom stand is toaccommodate our existing FeinFocus FXE200.20 X ray tube. The custom tube stand will beused with and is to be compatible with the Portable CT System. The CT System will also be compatible with LARC, and MSFCs existing CT systems regardingparts interchangeability and sharing with the other 2 centers to avoid prolongeddowntimes.Training and familiarity of the CT system will be 3 days on site @ NASA Glenn.One year technical support for the CT system will be provided by vendor, via email,phone, or visits to site.One year warranty with maintenance, software upgrades and patches will be included withand for the CT system. SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS1. REQUISITION NUMBERPAGE 1 OFOFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24 & 30420025194922. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER 5. SOLICITATION NUMBER6.SOLICITATION ISSUE DATE [ENTER BRIEF, CONCISE DESCRIPTION OF THE REQUIRED PRODUCT(S) TO BE ACQUIRED INCLUDINGQUANTITIES AND UNITS OF MEASURE AND REFERENCE ANY UPLOADED DOCUMENTS THAT CONTAIN MOREDETAILED SPECIFICATIONS AND/OR A SOW TO THIS SYNOPSIS - i.e The specifications anddrawings are linked above or may be accessed athttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=.]This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation, which is issued as a Request for Quotation (RFQ); quotes are beingrequested and a written solicitation will not be issued. Offerors are required to usethe On-Line RFQ system to submit their quote. The On-line RFQ system is linked above orit may be accessed at http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=. Theinformation required by FAR Subpart 12.6 is included in the on-line RFQ.The Government intends to acquire a commercial item using FAR Part 12 and the SimplifiedAcquisition Procedures set forth in FAR Part 13.Questions regarding this acquisition must be submitted in writing (e-mail is preferred)no later than July 1,2008. (Prospective quoters shall notify this office of their intentto submit a quotation [OPTIONAL]). It is the quoter's responsibility to monitor this sitefor the release of amendments (if any). Potential quoters will be responsible fordownloading their own copy of this notice, the on-line RFQ and amendments (if any).[OMBUDSMAN STATEMENT IS REQUIRED] An ombudsman has been appointed - See NASA SpecificNote "B".Any referenced notes may be viewed at the following URLs link below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8777bb1369b0f8f5586d207379ed3576&tab=core&_cview=1)
 
Record
SN01602677-W 20080629/080627215922-534b98c36ef135967edb885b476b5937 (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.