|
COMMERCE BUSINESS DAILY ISSUE OF JULY 26,1996 PSA#1645Contracting Officer, Crane Army Ammunition Activity, 300 Highway 361,
SIOCN-CT, Crane, IN 47522-5099 66 -- X-RAY SYSTEM SOL DAAA32-96-B-0010 DUE 081396. POC Kim
Christenberry, (812) 854-3326, 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 include in this notice. This announcement
constitutes the only solicitation; proposals are being requested and a
written solicitation will not be issued. Solicitation DAAA32-96-B-0010
is issued as an invitation to bid (IFB). The solicitation document and
incorporated provisions and clauses are those in effect through
Federal Acquisition Circular FAC 90-37. This solicitation is 100% small
business set-aside. All responsible small business sources may reply.
SIC is 3844. Size standard is 500 employees. Quantity = 1 each X-ray
System. The following manufacturers model and part numbers meets all
minimum salient characteristics of X-ray System: Philips Electronics
Instruments Company, 450 KV X-ray System, MG 451/MCN 451. Model offered
must meet all minimum salient characteristics to be considered
responsive. Note requirement in specification, all components and
accessories of system must be fully interchangeable with current MG451
system at CAAA, with no additional modification and/or calibration
required. The X-ray System shall consist of the following components
and accessories: 1) a. 1 ea, high stability microprocessor controlled
450KV constant potential X-ray system; b. 1 ea, 19'' control unit,
MGC30-500 with 10m interconnect cable including E-PROM and programmer;
c. 1 ea, housing for control unit; d. 1 ea, electronic power supply
MGP33; e. 1 ea, 225kv minus H.V. generator MGG33; f. 1 ea, 225kv plus
H.V. generator MGG34; g. 2 ea, 225kv H.V. cable 10m; h. 1 ea,
oil-to-air cooler OL4501; I. 1 ea, set of oil hoses 10m; j. 1 ea MCN451
X-ray tube; k. 1 ea, oil-to-water cooler OW4500; 1. 1 ea, set of water
hoses, 5m; m. 1 ea, spare centering pointer; n. 1 ea, centering device
and diaphragms for MCN451; o. 1 ea, mounting clamp MCN451; 1 ea, p.
laser beam finder; q. 1 ea, motor controlled tube shutters for MCN451;
r. 1 ea, control box for MCN451 tube shutters. S. tube must have
emergiant beam angle of 40 degrees; t. tube must be bipolar, metal
ceramic construction with dual spot focal size of 1.0mm (fine) and
4.5mm (standard); u. high voltage generation must be low frequency (40
hz), gas insulated with negligible ripple; v. oil cooler (oil to air)
not to exceed dimensions (WXHXD) of 30.7'' x 19.7'' x 13.4''; w. oil
cooler (oil to water) not to exceed dimensions of (w x h x d) 19'' x
5.25'' x 11.8'', be capable of 100 (one hundred) pre-programmable
techniques via numeric keypad and capable of performing internal and
external fault diagnosis of system; y. all components and accessories
of system must be fully interchangeable with current MG451 system at
CAAA, with no additional modification and/or calibration required; z.
instructions manuals will be furnished with unit to include all
hazards, warnings, cautions, operator instruction and wiring
schematics. 2) Installation of the X-ray system shall be the
responsibility of the contractor and shall include leveling, securing
connection and complete assembly ready for operation. Applicable
documents are National Electrical Code NEC and OSHA 2206 - General
Industry, OSHA Safety and Health Standards (25 CFR 1910); a. The
contractor shall uncrate and assemble the system in Building 104 at
Crane Army Ammunition Activity, Crane, Indiana; b. The contractor shall
connect the system to the utilities necessary for operation. The
Government will provide the necessary utilities within 5 feet of the
system location, and personnel to disconnect and reconnect main
utilities during installation; c. Installation of the system shall be
completed Monday through Thursday between the hours of 7:00 A.M. and
5:00 P.M. Crane Army Ammunition Activity will be notified at least 2
weeks prior to scheduling of installation. d. The contractor shall
provide all connectors, cables fasteners and hardware to assemble and
make operational the complete X-ray system; e. The contractor shall
provide fluids necessary for cooling of the generator and X-ray tube,
unless cooled by water; f. The contractor shall provide the system
utility requirements to the Contracting Officer 60 days prior to
expected delivery; g. Installation shall be completed within 30 days
after delivery of equipment to Crane Army Ammunition Activity. 3.
Formal training shall be provided to Crane Army Ammunition Activity
personnel in operation, safety and general maintenance of the X-ray
system equipment supplied. This training shall provide sufficient
knowledge to allow personnel with general X-ray system experience to
safely and effectively operate the system with no technical supervision
required. a. Number of personnel trained shall be 10 to 20; b. Training
shall be provided with-in 5 workdays after installation of the system
to Crane Army Ammunition Activity; c. The training shall cover the
operation, safety and general maintenance of the system delivered in
the contract requirements; d. Training provided shall be a minimum of
(8) eight hours and a maximum of (16) hours, training shall be provided
during Crane Army Ammunition Activity's normal working hours - Monday
thru Thursday, 7:00 A.M. - 4:00 P.M. 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. A copy of the warranty shall be
furnished with the X-ray system. The contractor shall furnish 2
complete sets of all data pertaining to the system, operation,
maintenance and its major subcomponents including parts list. One copy
shall be placed in a waterproof envelope marked -technical data- and
securely attached to the system. Data shall be sent by certified mail
return receipt requested or by other means which will identify proof of
delivery and receipt. All technical data shall be written in the
English language and identified by manufacture, model number and serial
number. 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 A.M.
and 2:00 P.M. 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. All shipments shall be FOB Destination, Net
30 (unless a discount is offered). 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)
technical capability of the item offered to meet the Government's
requirements; (2) Price; (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 shall 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 requested.
Contractor shall provide the salient characteristics of the item
offered. The X-ray system must meet all of the minimum salient
characteristics to be determined responsive. Descriptive literature
necessary to determine technical capability must be submitted with
offer. The following are provisions and clauses which apply to this
acquisition some are fill-ins and must be included with offer: the
provision at 52.212-3, Offeror Representations and Certifications -
Commercial Items (fill-in), the provision at 52.212-4 Contract Terms
and Conditions - Commercial Items, the clause at 52.212-5, Contract
Terms and Conditions required to Implement Statutes or Executive Orders
- Commercial Items, the provision 252.212-7000 Offeror Representations
and Certifications - Commercial Items (fill-in), the clause at
252.212-7001 Contract Terms and Conditions Required to Implement
Statutes or Executive Orders Applicable to Defense Acquisitions of
Commercial Items, the provision at 52.225-6 Balance of Payments Program
Certificate (fill-in), the provision 252.225-7000 Buy American
Act-Balance of Payments Program Certificate (fill-in), the clause at
252.225-7001 Buy American Act and Balance of Payments Program, the
clause at 252.225-7002 Qualifying Country Sources as Subcontractors,
and the provision at 252.225-7003 Information for Duty-Free Entry
Evaluation (fill-in). The following additional clauses are also
applicable to this acquisition: 52.203-3, 52.225-11, 52.203-6 Alt I,
52.203-10, 52.219-6, 52.219-8, 52.222-26, 52.222-35, 52.222-36,
52.222-37 and 52.232-17. 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 System (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
P.M. EST on 13 August 1996. Required delivery of the X-ray System will
be 90 days after award of contract. Inspection and Acceptance will be
at destination. Offers shall be addressed to: Crane Army Ammunition
Activity, Attn: SIOCN-CT, 300 Highway 361, Crane IN 47522-5099. Bid
number should be placed under the contractor's return address for
routing purposes. A complete offer package consist of Standard Form
1449, 52.212-3 Offeror Representations and Certifications - Commercial
Items, 52.225.6 Balance of Payments Program Certificate, 252.225-7000
Buy American Act - Balance of Payments Program Certificate,
252.225-7003 Information for Duty-Free Entry Evaluation, specifications
(descriptive literature) of model offered, and past performance
history. Request for this package may be faxed to 812-854-3433 Attn:
Kim Christenberry. A complete offer package must be received by the
time and date specified to be considered responsive. Cindy Dant,
Contract Specialist, may be contacted at (812) 854-2793. (201) Loren Data Corp. http://www.ld.com (SYN# 0511 19960725\66-0001.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|