Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 6, 2001 PSA #2824
SOLICITATIONS

66 -- NONDESTRUCTIVE TESTING COMPUTED RADIOGRAPHY SYSTEM

Notice Date
April 4, 2001
Contracting Office
Department of the Air Force, Pacific Air Forces, 3rd Contracting Squadron, 10480 22nd Street, Elmendorf AFB, AK, 99506-2500
ZIP Code
99506-2500
Solicitation Number
F65501-01-T-0026
Response Due
April 23, 2001
Point of Contact
Leslie Krawczyk, Contract Administrator, Phone 907-552-7750, Fax 907-552-7496, Email leslie.krawczyk@elmendorf.af.mil -- Jennifer George, Contract Administrator, Phone 907-552-5452, Fax 907-552-7496, Email
E-Mail Address
Leslie Krawczyk (leslie.krawczyk@elmendorf.af.mil)
Description
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 provided in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number F65501-01-T-0026 is a full and open competition and is issued as a Request for Quotation (RFQ). The North American Industry Classification System (NAICS) Code is 334517 with a Small Business size standard of 500 employees. The incorporated document provisions and clauses are those in effect through Federal Acquisition Circular 97-22. Contractor shall include all parts, labor, tools, equipment, personnel, materials, and transportation necessary to provide the system requirements as stated below. All system requirements, as listed, shall be met. CLIN 0001 UNIT # 1 1 EACH Nondestructive Testing (NDT), Computed Radiography (CR) system capable of fully automated phosphor-luminescent, 14 X 17_ imaging plate handling.Handling must occur within one unit without additional manpower required to place/remove the plate between different processing stations or remove/replace media into/from rigid cassettes. Unit #1 must remove, scan-at maximum resolution, store, save to workstation, erase plate, and replace imaging plate back in cassette for next use within 60 seconds. Unit #1 must obtain a minimum detail sensitivity of 2-2T, through 1_ of aluminum without additional magnification or enhancement. CLIN 0002 UNIT # 2 1 EACH Lumisys ACR-2000I or equal, NDT Computed Radiography (CR) system able to scan-at maximum resolution, store, save to workstation, and erase for next use WITHIN 60 SECONDS a 14 X 17_ phosphor-luminescent imaging plate. Unit #2 must obtain a minimum detail sensitivity of 2-2T, through 1_ of aluminum without additional magnification or enhancement. CLIN 0003 PRINTER/HARD COPY DEVICE 1 EACH Printer must be capable of printing actual/full size 14 X 17_ images of high quality to allow diagnostic examination of the printed image. Printer shall not require hazardous chemicals. Printer shall be capable of printing a minimum of 50 images per hour at maximum resolution/print quality. Printer must be compatible with Unit #1 and Unit #2. CLIN 0004 WORKSTATIONS/MONITOR/SOFTWARE 2 EACH PROVIDE 2 EA complete, identical workstation/software packages meeting the following minimum requirements: 20 inch, high-resolution monitor, 5-megapixels with supporting video drivers/cards Windows NT 4.0 based software; capable of saving and/or easily converting the scanned images to any common file structure, for example: tiff, jpeg, and bmp; and copy/import/export to any common media, for example: CD, floppy, zip, jazz and network. Minimum CPU characteristics: Intel Pentium III; 1 GHz, 256 MB RAM, 40 GB Hard Drive, internal CD-RW, keyboard, mouse Software/workstation shall be fully compatible with both NDT CR systems CLIN 0005 IMAGING MEDIA 125 EA: 14 X 17_ plates with a breakdown as follows: 50 EACH will be compatible with Unit #1, and encased in rigid cassettes; and 75 EACH will be compatible with Unit #2 and be encased in flexible, chemical resistant cassettes. CLIN 0006 WARRANTY/SERVICE 1 year UPGRADED parts and labor warranty to begin upon acceptance of each system; warranty applies to the image reader/erasure system, digital video workstation and hard copy printer to include on-site repair within 24 hours of notification of a problem, all routine and non-routine maintenance. Contractor shall install all equipment/software as appropriate and provide a minimum of 20 hours applications on-site training. THE GOVERNMENT RESERVES THE RIGHT TO AWARD ANY, SOME, OR NONE OF THE LINE ITEMS AS OUTLINED IN THIS SYNOPSIS/SOLICITATION. THE OFFEROR SHALL READ AND SUBMIT ALL INFORMATION REQUESTED IN DFAR CLAUSES 252.225-7006 AND 252.225-7007. All items in CLIN 0001 through CLIN 0006 shall be Y2K compliant. DELIVERY: Delivery terms shall be FOB destination with delivery to 3 EMS/LGMFN 11525 Slammer Avenue (Hanger 2), Elmendorf AFB, AK 99506. Delivery shall be made NLT than 45 calendar days from receipt of order. The following provisions and clauses are incorporated and shall remain in full force in any resultant purchase order: 52.211-6 Brand Name or equal is incorporated by reference. 52.212-1 Instructions to Offerors -- Commercial Items is incorporated by reference with the following: paragraph (b)(8) to include DFAR 252.212-7000 and paragraph (c) to state 120 days. 52.212-2 Evaluation-Commercial Items EVALUATION: The award will be made to the responsible offeror whose quote is responsive and offers the best value to the government. Best value will be determined based on an integrated assessment of each quote in terms of technical capability and price and in accordance with FAR Part 25. Therefore, subjective judgement by the government is implicit in the evaluation process. Technical capability is approximately equal to price and may be traded off to determine the best value for the government. Award will be made to one offeror in order to insure compatibility of all requirements. The government reserves the right to award any, some, or none of the line items as outlined in this synopsis/solicitation. The government reserves the right to make award on the initial quote received without discussions. 52.212-3 Offerors Representations and Certifications -- Commercial Items; 52.212-4 Contract Terms and Conditions -- Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. For paragraph (b) only the following clauses apply: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I, 52.219-8 Utilization of Small Business Concerns, 52.222-21; Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Handicapped Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, and 52.247-64 Preference for Privately Owned U.S. _ Flag Commercial Vessels. Incorporate the following DFARS clauses: 252.204-7004 Required Central Contractor Registration (Contractor_s can register at http://www.ccr2000.com). 252.212-7000 Offerors Representations and Certifications -- Commercial Items 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. For paragraph (a) only the following clauses apply: 252.225-7007 Buy American Act_Trade Agreements_Balance of Payments Program, 252.225-7012 Preference for Certain Domestic commodities, 252.227-7015 Technical Data_Commercial Items, 252.227-7037 Validation of Restrict Markings on Technical Data, 252.243-7002 Requests for Equitable Adjustment, and 252.247-7024 Notification of Transportation of Supplies by Sea. 252.225-7006 Buy American Act -- Trade Agreements -- Balance of Payments Program Certificate Acceptance of the warranty does not waive the government_s right with regard to the other terms and conditions of the contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the items listed in the schedule. EACH OFFEROR SHALL INCLUDE WITH THEIR QUOTE: information as outlined below, in FAR 52.212-1 and a completed copy of the following provisions: 1. Contractor_s e-mail address for electronic distribution of the award document. There will be no paper copies distributed. 2. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items; 3. DFARS 252.212-7000 Offeror Representations and Certifications -- Commercial Items; 4. DFARS 252.225-7006 Buy American Act -- Trade Agreements -- Balance of Payments Program Certificate; and 5. Any other information required by this synopsis/solicitation (see 52.212-1, Instructions to Offerors -- Commercial Items). PROVISIONS AND CLAUSES MAY BE FOUND IN FULL TEXT AT www.farsite.hill.af.mil. A firm-fixed price purchase order will be issued under the Simplified Acquisition Procedures using FAR 13.5, Test Program for Certain Commercial Items and the Clinger-Cohen Act of 1996. Please submit signed and dated offer to 3 CONS/LGCB, 10480 22nd Street, Elmendorf AFB, AK 99506 at/or before 1600 hours Alaska Time, 23 APRIL 2001. Quotations shall be signed, dated and submitted on Company letterhead or quotation forms and in accordance with the requirements outlined in FAR clause 52.212-1. Quotations may be submitted via fax to Leslie A. Krawczyk at (907) 552-7496. (See Numbered Note 12)
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=M&P=F65501-01-T-0026&L=641)
Record
Loren Data Corp. 20010406/66SOL007.HTM (D-094 SN50I3C2)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on April 4, 2001 by Loren Data Corp. -- info@ld.com