Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 26, 2016 FBO #5329
SOLICITATION NOTICE

66 -- X-Ray Film Digitizer (Non-Destructive Testing)

Notice Date
6/24/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
National Aeronautics and Space Administration, Johnson Space Center, Mail Code: BH5, NASA - White Sands Test Facility, P.O. Box 20, Las Cruces, New Mexico, 88004-0020, United States
 
ZIP Code
88004-0020
 
Solicitation Number
NNJ16593657Q
 
Archive Date
7/15/2016
 
Point of Contact
William Barrington, Phone: 5755245463, Jennifer Brown, Phone: 5755245643
 
E-Mail Address
William.L.Barrington@nasa.gov, Jennifer.l.brown@nasa.gov
(William.L.Barrington@nasa.gov, Jennifer.l.brown@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation quotes are being requested and a written solicitation will not be issued. The Offeror must quote on all or none basis. Detailed quotes are required (oral offers will not be accepted). The National Aeronautics and Space Administration (NASA) White Sands Test Facility (WSTF) has identified the need to procure the three requirements below. This notice is being issued as a Request for Quotations (RFQ) A single (1) Industrial Radiography X-Ray Film Digitizer with the capability to digitize metallic component x-ray film, which meets the following requirements: 1. Fully Compliant with Digital Imaging and Communication in Non-Destructive Evaluation (DICONDE) and Digital Imaging and Communications in Medicine (DICOM) standards 2. Helium (HE) Neon (NE) Light Amplification by Stimulated Emission of Radiation (LASER) illumination (632.8nm), Light Emitting Diode (LED) illumination is not acceptable 3. Utilize Photomultiplier tube sensor, charge coupled devices are not acceptable 4. Accommodate variable film sizes including 8”-14” wide and 10”-51” in length 5. Scan greyscale image quality to at least 12 bits or higher 6. Scan resolution/sampling pitch 75 microns (0.0029”) or smaller 7. Provide Digital Video Interface – Digital (DVI-D) video card interface 8. Provide Steel housing 9. Operate on 110 Volts of Alternating Current (VAC)/60 Hertz (Hz) power system 10. Scanner must be upgradable to permit future installation of an automatic film feeding accessory 11. Warranty guaranteeing against defects in materials and workmanship for a period of 1 year from the date of acceptance. A single (1) PC Desktop Work Station capable of optimally operating scanner listed above and shall meet the following requirements: 1. Intel Core i5 processor, equivalent or better 2. Internal storage of 1TeraByte (TB) or larger Hard Disk Drive (HDD) or better 3. Operate Window 7 Professional, 64 bit operating system, no other operating system is acceptable 4. At minimum system must have 8GigaBytes (GB) of Double Data Rate 3 (DDR3) Random Access Memory (RAM) 5. Have installed and accessible DICONDE compliant imaging software for image acquisition, post-processing, indication measurement, and archival purpose. 6. Have installed fully compatible video/graphics hardware 7. 21 inch (minimum.) high resolution Liquid Crystal Display (LCD) flat panel monitor 8. Keyboard and Mouse 9. Operate on 110 VAC/60 Hz power system 10. Warranty guaranteeing against defects in materials and workmanship for a period of 1 year from the date of acceptance. A single instance of on-site operator training (1) of both the scanner and the DICONDE compliant imaging software including scanning, post-processing, labeling, and archiving x-ray films. Training shall also include measurement calibration, indication measurement, and reporting results. The provisions and clauses in the RFQ are those in effect through FAC 2005-88. This procurement is total small business set-aside. The North American Industry Classification System (NAICS) code and size standard for this procurement are 334517 and 500 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA WSTF 12600, NASA Rd. Las Cruces NM, 88012, within 30 days after receipt of order (ARO). Delivery shall be free on board (FOB) Destination. Offerors for the items described above and commercially available literature on your unit that demonstrates that all of the capabilities for each of the three above listed requirements have been met are due by 2:00PM MT on June 30, 2016 to william.l.barrington@nasa.gov and must include solicitation number (in the subject line of Electronic Mail (email)), FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Oferrors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form can be found at Uniform Resource Locator (URL): http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.html Offerors shall provide the information required by FAR 52.212-1 (OCT 15), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled Buy American Act – Supplies, “ the offeror shall so state and shall list the country of origin”. FAR 52.212-4 (MAY 2015), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUN 2016), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-1, 52.225-13, and 52.232-33. In addition, to the above listed FAR clauses, the following provisions and clauses are applicable to this solicitation: FAR 52.204-7, 52.204-16, 52.204-18, 52.204-19, 52.207-4, 52.209-11, 52.212-3, 52.225-13, 52.225-18, 52.232-39, and 52.232-40. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html In addition, the following NASA FAR Supplement (NFS) provisions and clauses are applicable to this solicitation: 1852.203-71, 1852.215-85 and 1852.237-73. The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.html Payment will be made by the NASA Shared Service Center (NSSC); therefore, you must be registered in System for Award Management (SAM) found at https://www.sam.gov. You shall submit commercially available literature on your unit that demonstrates that all of the capabilities for each of the three above listed requirements have been met. All contractual and technical questions must be in writing (e-mail of facsimile (Fax)) to William Barrington at william.l.barrington@nasa.gov or 575-524-5130 (ATTN: William Barrington) not later than 2:00 June 27, 2016. Telephone questions will not be accepted. Selection Process (FAR 15.101-2) Selection and award will be made (on an aggregate basis) to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by review of the information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government’s requirement. Offerors must include completed copies of the provision at 52.212-3 (APR 2016), Offeror Representation and Certifications – Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representation and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at URL: http://prod.nais.nasa.gov/pub/pub_library/omb.html Prospective offerors shall notify this office of their intent to submit an offer. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/38b9ffc72caee7cd145b7f8edc47e24f)
 
Record
SN04161986-W 20160626/160624234937-38b9ffc72caee7cd145b7f8edc47e24f (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.