Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2015 FBO #5035
SOLICITATION NOTICE

58 -- Vidisco FLASH X Pro Package - Brand Name J&A

Notice Date
9/4/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, OCSE - Corporate Support & Enterprise Operations, Attn: OCSE Mail Stop S84-OCSE, 7500 Geoint Drive, Springfield, Virginia, 22150, United States
 
ZIP Code
22150
 
Solicitation Number
HM0476-15-T-0028
 
Archive Date
10/6/2015
 
Point of Contact
Holley Krukowski, Phone: 5715571146
 
E-Mail Address
holley.a.krukowski@nga.mil
(holley.a.krukowski@nga.mil)
 
Small Business Set-Aside
N/A
 
Description
Brand Name J&A for Vidisco FLASH X Pro Package This is a combined synopsis/solicitation for commercial supplies and services prepared in accordance with the format in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR Part 13.5, as supplemented with additional information to include this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is HM0476-15-T-0028 and it is being issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-84 and DFARS Change Notice 20150826. The National Geospatial-Intelligence Agency (NGA) is in need of 1 Vidisco FLASH X Pro Package. The Vidisco FlashX Pro system must minimally include the following features and items: a)XRS-3 X-ray Source, battery operated, (280 kV, 5-pin connector); including 2 batteries and a 110VAC charger. b)WXR kit for Golden X-ray connection to ICU c)Wireless X-Ray Kit for Flat Panel Systems (between X-Ray Source and imager/ICU-X); for use with five-pin XR- sources (no battery used). d)Digital Video Wireless System for flat panels, between CDU/Computer (USB connection) and Imager/ICU-X. Range up to 800 ft. e)FlashX Pro a-Si DDA panel f)16 Bit (65,535 gray levels), 17x13.5" imaging area, 1" thin, and integrated tripod mount. g)ICU-X h)External Camera Kit, Integrated. Captures picture simultaneously with X-ray plus streaming color video. Includes IR camera, tripod & Camera/X-ray cable. i)Ruggedized case on wheels j)Standard laptop controller (English keyboard) k)Interface box for laptop controller l)AC cable, X-ray cable for approved sources m)3m ICU to imager cable n)1" Sphere ball for measurement calibration o)50m cable on removable reel p)Xbit Pro Proprietary software (English) q)Operating system (English) r)Backup and definition CDs The Government intends to award a firm-fixed-price purchase order. The NAICS code is 423830 Quotation content and instructions when submitting a quote shall consist of: 1) Technical Capability: Each vendor shall provide a response addressing each of the requirements listed above. The information should be presented in such a manner as to enable the government to make a thorough and complete evaluation and arrive at a sound determination as to whether or not the products proposed and described will satisfy the requirements of the Government as stated in this RFQ. 2) Price Submission This requirement will be awarded using procedures under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Evaluation and Award Methodology will be Lowest Price Technically Acceptable. Quoters are advised that the Contracting Officer will verify registration in the System for Award Management (SAM) database prior to award of any contract, by entering the potential awardee DUNS number into each database. Failure to complete the registration will result in elimination from consideration for award. Submission of quotations must be done via email. All quotations must be sent in.pdf or.docx format only to the Contract Specialist, Holley Krukowski at Holley.a.krukowski@nga.mil and the Contracting Officer, Dana-Marie Akpan at DanaMarie.M.Akpan@nga.mil. Include the following in your subject line: Quotations submitted in response to HM0476-15-T-0028. Each quote must be good for 30 calendar days after the close of the RFQ. Questions regarding this requirement may be emailed to the Contract Specialist, Holley Krukowski at Holley.a.krukowski@nga.mil and the Contracting Officer, Dana-Marie Akpan at DanaMarie.M.Akpan@nga.mil. Questions will not be addressed via telephone.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ce1d95a999d7f39290c45a7a4dc192f0)
 
Place of Performance
Address: Ship To:, 3838 Vogel Rd, Arnold, MO 63010, United States
Zip Code: 63010
 
Record
SN03874172-W 20150906/150905000640-ce1d95a999d7f39290c45a7a4dc192f0 (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.