|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 16,1996 PSA#1533Contracting Officer, Crane Army Ammunition Activity, 300 Highway 361,
SIOCN-CT, Crane IN 47522-5099 65 -- X-RAY FILM PROCESSOR SOL DAAA32-96-T-0075. Due 030796. POC Randy
White (812) 854-1474, Ronald E. Wise, Contracting Officer. This is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; proposals are being requested and a
written solicitation will not be issued. Solicitation DAAA32-96-T-0075
is issued as an Request for Quotations (RFQ). The solicitation document
and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular FAC 90-32. This solicitation is set aside
for Small Business. All responsible sources may reply. SIC is 3861.
Size standard is 500 employees. Quantity = 1 each Film Processor, Kodak
Industrex B-2000 or equal. The Film Processor shall consist of the
following minimum salient characteristics: 1.0 DIMENSIONS: Shall be 31
+/- 1 inches wide by 34 +/- 1 inches deep by 48 +/- 1 inches high. 2.0
WEIGHT: 850 pounds +/- 25 pounds with solution tanks full; 590 +/- 25
pounds empty. 3.0 POWER: shall operate on 208 volt, 3 wire with earth
ground, single phase, 60 Hz, 30 ampere, AC service, UL listed. 4.0
WATER COOLONG: Ambient temperature 60 to 70 degrees F, flow is
controlled within the processor to 1/5 gallons per minute. 5.0 DRAIN:
4 gallons per minute into open drain. Three lines shall allow separate
draining of developer, fixer and wash effluents. This design shall
also increase the efficiency of silver recovery by isolating fixer
effluent for routing to recovery equipment. 6.0 PROCESSING CYCLES:
Shall be able to turn dial to make a choice of three processing cycles
- fast, standard, or slow. When a cycle is selected, solution
temperatures must adjust automatically. Sample Cycle Sets: FAST: A=8
minutes, B=6 minutes, C=7 3/4 minutes; STANDARD: A=10 minutes, B=10
minutes, C=8 minutes; SLOW: A=12 minutes, B=12 minutes, C=8 1/4
minutes. 7.0 QUIETER, HIGH EFFICIENCY DRYER: Shall run quiet and save
energy and money, with a high-efficiency dryer. Shall have superior
design blower nozzles close to the film surface to speed air flow and
promote drying. 8.0 ENHANCED QUALITY CONTROL: Shall maintain consistent
developer temperature for reliable processing quality, using an
efficient automatic thermistor control system coupled with water
cooling. Must also be able to select the flooded replenishment mode to
keep solutions fresh for high quality results even in low volume
processing situations. 9.0 AUTOMATIC STANDBY: Shall be able to select
an automatic standby mode to save power and water. This feature
automatically turns off transport, wash and dryer systems during
periods when no X-ray film is being processed. 10.0 EASY TOO OPERATE:
Shall have electronic control. Designate processing cycle or adjust
heater temperature with dial selection. Push button to activate
replenishment pumps or cancel standby mode. A digital display shall
provide accurate developer temperature at a glance. Clear lighted
symbols provide timely information on cycle, dryer, replenishment and
developer status. Appropriate information is displayed at both feed and
receive ends for enhanced productivity, efficiency and convenience.
LEDs are used for all display and symbol lighting, so there are no
bulbs to burn out or replace. 11.0 CHOICE OF X-RAY FILM SIZES: Shall
process all sheet film and roll film sizes up to 17 inches wide by 50
feet long. 12.0 CHEMICALS: The X-Ray film processor shall utilize
standard, commercially available Kodak chemicals. 13.0 REPLENISHER
TANKS: Two thirty gallon replenisher tanks shall be provided. Warranty:
1. The contractor shall offer the Government at least the same warranty
terms, including offers of extended warranties, offered to the general
public in its customary commercial practice; however, the warranty
shall not be for less than a one year time period. A copy of the
warranty shall be furnished with the film processor. The item shall be
delivered to: Crane Army Ammunition Activity, Bldg 148 (SIOCN-IOQ-M),
Crane, Indiana 47522-5011. Delivery shall be coordinated at least 24
hours prior to planned delivery by calling (812) 854-2339. The
contractor shall schedule deliveries under this contract to ensure
arrival at destination only on Monday through Thursday (excluding
federal holidays) between the hours of 7:00 AM and 2:00 PM EST. All
deliveries made through the United States Postal Service (U.S. Mail)
shall be made to the following address: Commander, Attn: SIOCN-IOQ-M,
Crane Army Ammunition Activity, 300 Highway 361, Crane, Indiana
47522-5099. DELIVERY SCHEDULE: Film processor to be delivered not later
than 29 May 1996. All shipments shall be FOB Destination. The provision
at 52.212-1, Instructions to Offerors - Commercial applies to this
acquisition. Provision 52.212-2, Evaluation - Commercial Items is used
with the following included as part of para (a): The following factors
shall be used to evaluate offers in descending order of importance: (1)
price; (2) technical capability of the item offered to meet the
Government's requirements; (3) past performance. Award will be based on
the lowest priced, technically acceptable offer from a vendor with a
satisfactory past performance record. In order for past performance to
be evaluated the following should be provided with your offer: (a) A
description of your government/commercial contracts received or
performed during the past three years prior to closing of this
solicitation. Government contracts are defined as those with the
Federal Government and agencies of state and local governments.
Include: (1) Name of contracting activity/commercial firm; (2) Contract
Number; (3) Contract type (fixed price or cost reimbursable); (4) Total
contract value; (5) Description of work/NSN, part number, nomenclature;
(6) Contracting officer/contract manager and telephone; (7)
Administrative contracting officer, if different from (6), and
telephone; (8) A brief summary of each contract cited, to include
Standard Industrial Code and Federal Stock Number. (b) The Offeror may
include information on problems encountered on the contracts
identified in (a). Technical capability will be evaluated by comparing
the item offered with the characteristics of the item offered.
Descriptive literature may be attached. The provision at 52.212-3,
Offeror Representations and Certifications-Commercial Items shall be
completed and included in the offer. The provision at 52.212-4,
Contract Terms and Conditions-Commercial Items, applies to this
acquisition. The clause at 52.212-5, Contract Terms and Conditions
Required to Implement Statues or Executive Orders - Commercial Items,
applies to this acquisition and the following additional clauses are
applicable to this acquisition: 52.203-6 Alt I, 52.203-10, 52.219-8,
52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3. Any contract
awarded as a result of this solicitation will be a DO rated order
certified for national defense use under the Defense Priorities and
Allocations Systems (DPAS) (15 CFR 700), and the Contractor will be
required to follow all of the requirements of this regulation. All
offers are due not later than 2:00 PM EST on 07 March 1996. Offers
shall be addressed to: Crane Army Ammunition Activity, ATTN: SIOCN-CT,
300 Highway 361, Crane, IN 47522-5099. Quote number should be placed
under the contractor's return address for routing purposes. Descriptive
literature necessary to determine technical capability should be
submitted with offer. All RFQ's must be in writing and may be faxed to
(812) 854-3433. The government will require a written quotation. All
responsible sources may submit a quotation which, if timely received,
shall be considered by the agency. The anticipated award date will be
21 March 1996. Randy White, Purchasing Agent, may be contacted at (812)
854-1474. (043) Loren Data Corp. http://www.ld.com (SYN# 0411 19960215\65-0001.SOL)
65 - Medical, Dental and Veterinary Equipment and Supplies Index Page
|
|