Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2004 FBO #0871
SOLICITATION NOTICE

67 -- COMPUTED RADIOGRAPHY SYSTEM

Notice Date
4/13/2004
 
Notice Type
Solicitation Notice
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
US Army Robert Morris Acquisition Center, Adelphi Contracting Division, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-04-R-0017
 
Response Due
4/30/2004
 
Archive Date
6/29/2004
 
Point of Contact
Debra Morrow, 410-278-8675
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center, Adelphi Contracting Division
(dmorrow@arl.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
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. The solicitation number is W911QX-04-R-0017. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-18. This acquisition is set-aside for HubZone businesses. The associated NAICS code is 334517. The small business size standard is 500. The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): 01 Computed radiography system, RADView CR100, Brand Name or Equal. Consists of 1 phosphor scanner to read 14 inch x 17 inch screens with an integrated phosphor screen eraser and workstation with all necessary software to operate system, DVD RW burner, an d SVGA monitor. 1 each 02 Standard, reusable IPC phosphor screens, 14 inch x 17 inch. 20 each 03 Software for image viewing and analysis. 8 each 04 On-site installation and training (3 days) 05 Shipping to Aberdeen Proving Ground, Maryland Description of Requirements: The computed radiography system must record flash x-rays from 150 kv to 1000 kv flash x-ray pulsers and convert the image to digital form without using film or expendable chemicals. Since screens will occasionally be destroyed, the system must employ photo stimulable phosphor technology. The computed radiography system must include reader, screens, analysis software, screen eraser, computer and any peripheral equipment required to operate the system. A turn-key delivery is required. The system must provide an effective pixel size of 100 microns or less with 14 inch wide screens A viewing capability is required so that images can be viewed on site immediately after they are read. The viewer should include an SGVA monitor with at least a 2 mega pixel capability. The computer should have a clock speed of at least 2.4 GHz and a hard drive storage capacity of at least 70 Gb. The operating system must be Windows 2000 and the command control and analysis software must have the following functions: Window leveling (optimize the image in a specified area). Generation of histograms along a specified line. Identification of edges in a region of interest by specifying a cutoff density Ability to rotate and invert images. Ability to make distance measurements between points on the image. Image zoom Ability to save images in BMP, Tiff, and JPEG format. Ability to annotate images with text. Preservation of original image information. The capability to transfer images to a zip disk, CD, and DVD disk is required. It must be possible to transfer 24 bit color data to Image Pro Plus. The system weight for the reader should be less than 120 pounds. Time to read a 14 inch by 17 inch screen must be no more than 60 seconds. Delivery is required by June 30, 2004. Delivery shall be made to Aberdeen Proving Ground, Maryland. Acceptance shall be performed at Aberdeen Proving Ground, Maryland. The FOB point is Origin. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Proposals will be evaluated based on the technical specifi cations of the proposed brand name or equal product offering and must meet (or exceed) the Government??????s stated requirements. A review of past performance will also be conducted as part of the best value evaluation. Offerors are to provide past perfor m ance information with their proposals, to include a point of contact, telephone number, contract or order number, and date of the effort/performance. Past Performance information will consist of at least 3 references from other customers for similar servi ces within the past 3 years. The contracting officer will make a best value award decision weighing the technical and past performance information with the overall price. Technical and past performance when combined are more important than price, and the contracting officer may make award to other than the lowest priced submittal. The contracting officer reserves the right to award without discussions. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None The clause at 52.219-3, Notice of Total HUBZone Set-Aside, applies. The clauses 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply to this acquisition. The following additional FAR/DFARS clauses cited in these clauses are applicable: 52.219-8 Utilization of SB Concerns; 52.219-14, L imitations on Subcontracting; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietn am Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.223-9, Estimate of Percentage of Reco vered Material Content for EPA-Designated Products; 52.232-33, Payment by Electronic Funds Transfer ?????? CCR; 52.239-1, Privacy or Security Safeguards; 252.225-7001, Buy America Act and Balance of Payments Program; 252.227-7015, Technical Data-Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.204-7004, Required CCR Registration. This contract is made pursuant to FAR 13.5 and FAR 19.13. The following additional contract requirement(s) or terms and conditions apply: None This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. The following notes apply to this announcement: N/A Offers are due on 30 April 2004, by 12:00 A.M., via e-mail to RMAC-Adelphi@arl.army.mil or via mail to U.S. Army Research Laboratories, Aberdeen Branch, Bldg. 434, Suite 200, AMSRD-ACC-AA, Aberdeen Proving Ground, MD 21005. Offerors must cite the solicita tion number in the subject line. Proposals received after this date and time will be considered non-responsive. For information regarding this solicitation, please contact Debbie Morrow, 410-278-8675, dmorrow@arl.army.mil or Greg Davies, 410-278-6514, gdavies@arl.army.mil
 
Place of Performance
Address: US Army Robert Morris Acquisition Center, Adelphi Contracting Division Aberdeen Branch - Bldg. 434 Aberdeen MD
Zip Code: 21005
Country: US
 
Record
SN00564766-W 20040415/040413212238 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.