Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 5, 2001 PSA #2800
SOLICITATIONS

66 -- PURCHASE AND INSTALLATION OF A COMPUTED RADIOGRAPHY SYSTEM

Notice Date
March 1, 2001
Contracting Office
WR-ALC/PKOC, 215 Byron St, Robins Air Force Base GA 31098-1611
ZIP Code
31098-1611
Solicitation Number
F09650-01-T-0532
Response Due
March 14, 2001
Point of Contact
Dartamien Brown, SrA, USAF (478)926-5126 Fax: (478)926-3569 Email: dartamien.brown@robins.af.mil
E-Mail Address
Interested parties may contact the contract specialist via e-mail at this address; (dartamien.brown@robins.af.mil)
Description
Please, Review the following information in its entirety: COMPUTED RADIOGRAPHY SYSTEM 1. SCOPE: This statement of work covers the purchase, installation, and integration of a computed radiography system into an existing X-ray process. The system shall include a CR plate reader capable of reading and erasing 14" x 17" plates, 2ea copies of CR imaging software, a Windows 98 Workstation, twenty 14" x 17" CR plates with reusable envelopes, all cables and connectors required to hook up and operate the system, and repair/operational manuals and disks for both the hardware and software. The scope and intent of this project is to provide a turnkey system for X-raying F-15 aircraft using our existing Lorad and Golden XR200 X-ray source units. 2. REQUIREMENTS: 2.1 The contractor shall provide all necessary transportation, tools, equipment, labor, and materials required to install the system on site and provide hands on training up to 10 people on the operation of the equipment and use of the software. 2.2 The CR plate reader/ eraser shall be capable of reading 14" x 17" plates with a scan rate of at least 50 seconds per plate and an erase time no greater than 30 seconds per plate. It shall create images with at least 12 bits (4,096 shades of gray) and 4 line pairs/mm resolution. It must be able to scan image plates as small as 1" x 3" and larger irregular plates up to the maximum required size. Image capture, manipulation, and storage software shall be included. The imaging software shall be a product specifically designed and optimized for X-ray image viewing, editing, and storage. It shall be able to import and export images in all the standard formats (JPEG, BMP, TIFF, GIF, & Adobe). It shall have a tool, which assists the operator in determining if and to what degree, an X-ray is either under or over exposed. The software shall include notes to be added to the files, measurement tools, image scaling, picture enhancement tools, optical density tools, and the ability to organize the storage of images on a CD. All cables and interfaces required to connect to the workstation shall be provided. 2.3 The image plates shall be reusable 14" x 17" phosphor imaging plates consisting of a protective coating over the phosphor layer, conductive layer, support layer, and a laminate backing. A reusable envelope shall be provided for each individual plate. 2.4 The workstation shall be a PC based platform running Windows 98 as an operating system. The system shall meet the following minimum requirements; CPU 1000mhz Pentium III or AMD Thunderbird, Motherboard 133mhz, 256MB PC133 CAS-2 Memory, 30GB 7200RPM hard drive, GeForce2MX video card with 32MB, CD-RW with at least 4MB cache (4x, 10x, 32x), 1.44MB Floppy, 100mhz Ethernet card, ergonomic keyboard, mouse, Windows 98 operating system, tower case with 250 watt power supply, digital capture software (to include image capture, enhancement, and storage capabilities). The monitor shall be 21" flat screen non-interlaced capable of operating at 1600x1280 resolution at 80Hz with a dot pitch not larger than .22mm. 2.5 All cables, connectors and cards required to connect and power the system shall be provided by the contractor. 2.6 Remove all packing materials and deposit them in the appropriate disposal bins located on the north side of B-125. 3. DELIVERY All items and components on contract shall be delivered to Rm. 200, 2nd floor, north extension B-125, Robins Air Force Base, Georgia. Each container/box shall be clearly identified and labeled with the following address and the contents of the container/box. WR-ALC/LFPLE Rm. 200 B-125 Attn: Lester N. Tennant Phone: (478) 926-4340 4. INSTALLATION: The installation site is B-144, which is located on the flight line. The contractor shall pre-inspect the installation site to determine the appropriate work conditions necessary to accomplish the project. The contractor assumes full product liability for damage during shipping, storage and installation. The contractor also, assumes responsibility for insuring the correct parts are ordered, received, delivered and stored in good condition. The contractor shall correct any of the afore mentioned problems at no additional charge to the customer. The contractor is responsible for handling all items in accordance with the manufacturer's specifications. Final inspection and acceptance will be accomplished by the using activity in conjunction with the Administration Contracting Officer. 5. SECURITY REQUIREMENTS LOCATION: Flight line Gate #31 5.1 This project is within a controlled area. Hand held radios, pagers, cellular phones and other radio wave transmitting devices are not allowed in this area. All contractor personnel will obtain proper personnel identification badges from the Security Police to be worn at all times within the controlled area. ALL personnel identification badges MUST be returned and accounted for by either the Security Police and/or the Administration Contracting Officer. The project will not be considered complete and payment will be withheld until ALL personnel identification badges are returned and accounted for. Vehicles used for the delivery of equipment, supplies and/or tools which can not be hand-carried will be admitted, if they have a company logo prominently displayed. 6. TECHNICAL REPRESENTATIVE The Contracting Officer will designate the technical representative for the government at the time of contract award. The Administrative Contracting Officer is the only person authorized to make changes to the contract on behalf of the government. See Note 1 -- 100% Small Business Set-Aside Note This is a combined synopsis/solicitation for commercial items prepared IAW the format in FR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. The following clauses are applicable to subject solicitation: FAR 52.212-1 (Instructions to Offerors); 52.212-2 (Evaluation Commercial Items); 52.212-3 (Offeror Representations and Certifications Commercial Items); 52.212-4 (Contract Terms and Conditions Commercial Items) and 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items). Note: All offerors must be registered in the Central Contractor Registration program (CCR) prior to consideration for award of any DOD contract/purchase order. Qty: 1 System P/N: 6635RADIOGRAPHY SIC/NAIC: 3844/334517
Record
Loren Data Corp. 20010305/66SOL002.HTM (W-060 SN50E9V7)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on March 2, 2001 by Loren Data Corp. -- info@ld.com