|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 15,1998 PSA#2116USDA-ARS-MWA, 608 E. Cherry St., Rm. 102, Columbia, MO 65201-7712 66 -- TABLE TOP X-RAY SYSTEM SOL 64PP-8-01 DUE 070698 POC Karen
Reddick, 573/875-5291/Contracting Officer E-MAIL: click here to contact
the contracting officer via, agroklr@showme.missouri.edu. SUBJECT: 66
-- Faxitron X-ray Corp., Torrex X-Ray System, Model TRX2800 with 1
counter-height table, specifically designed to stabilize and hold the
x-ray cabinet SOL 64PP-8-01 DUE 07/06/98 DESC: This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6 as supplemented with additional
information included in this notice. This notice constitutes the only
solicitation; Quotations (RFQ) are being requested and a written
solicitation will not be issued. This solicitation is being issued as
Request for Quotation number 64PP-8-01. The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular number 97-04. SIC code is 3844 and the size
standard is 500 employees. Contractor to provide the following items:
Item 1) 1 each Faxitron X-Ray Corp., Torrex X-Ray System, Model
TRX2800, with 1 counter-height table, specifically designed to
stabilize and hold the x-ray cabinet. Salient characteristics: Table
top x-ray system with an energy range between 10 -- 130 kVp, a 3.0 mA
fixed tube current, 1.5mm nominal focal spot. The wave form is a self
rectified system (beryllium) for soft x-rays. The x-ray tube is a
stationary anode, glass tube with beryllium window (0.030" thick), beam
angle has a 40 degree divergence and the duty cycle is 100%. The
internal exposure timer is 3 sec. to 60 min (1 second increments),
external exposure timer is 1 min to 100 hrs. The film to source
distance is 12" minimum to 28" maximum (30.5 cm to 71 cm), maximum beam
coverage of 20" diameter (51 cm) with a 1/40 horse power pump heat
exchanger, in-tank thermostat safety shut off. Power requirements are
110-120 VAC/60 Hz. Shielded cabinet to comply with standards set by
U.S. Food & Drug Adm. External dimensions are 40" H x 24" W x 20" L,
internal dimensions are 17" H x 18" W x 16.5" L. Offerors of products
other than the brand name must submit data to show that their products
are the equal of the brand. Items are to be quoted FOB destination and
delivery shall be made to the USDA ARS Biological Control of Insects
Laboratory, 1503 S. Providence Road, Research Park, Columbia, MO 65203,
within 60 days of award. Acceptance time will be 60 days from bid
opening date. The following FAR provisions and clauses apply to this
solicitation: 52.212-1 Instructions to Offerors-Commercial, 52.212-3
Representations and Certifications-Commercial Items, 52.214-4 Contract
Terms and Conditions-Commercial Items, and 52.212-5 Contract Terms and
Conditions including clauses incorporated by reference under Section
(b)(6): 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative
Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212),
52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793),
52.222-37 Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era (38 U.S.C. 4212), 52.225-3 Buy American Act-Supplies
(41 U.S.C. 10). Contractors shall submit a price for each item on
company letterhead and include a completed copy of 52.212-3 to the
Contracting Officer at the address indicated above by July 6, 1998 at
5:00pm local time. Faxed quotes will be accepted at 573/449-6148. All
responsible sources will be considered. (0162) Loren Data Corp. http://www.ld.com (SYN# 0353 19980615\66-0014.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|