MODIFICATION
66 -- Real Time X-Ray Equipment
- Notice Date
- 4/25/2007
- Notice Type
- Modification
- NAICS
- 339111
— Laboratory Apparatus and Furniture Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXD 6038 Aspen Ave (Bldg 1289), Hill AFB, UT, 84056, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FA8204-07-Q-68072
- Response Due
- 5/2/2007
- Archive Date
- 10/30/2007
- Description
- This notice, is to reinstate Amendment 1 posted 13 March 2007. The solicitation--and all amendments--was inadvertently deleted when a Notice of Award incorrectly linked this solicitation number with contract FA8204-07-M-0042. To correct the Notice of Award was deleted from FEDBIZOPs (22 Apr 07); unfortunately it then deleted solicitation FA8204-07-Q-68072 in its entirety. Therefore Amendment 1 posted 13 March 2007 is provided below. All interested parties are cautioned to read each notice (each amendment) carefully as the procurement approach to this requirement changed from full & open competition to a 100% Small Business Set-Aside. AMENDMENT 1 - Posted 13 March 2007 All attachments listed within the original notice are listed below. Please contact jill.berriochoa@hill.af.mil with ay questions you have. ATTACHEMENT 1 1. Description of effort The 526 ICBMSSG/GMGV is seeking a vendor for one time procurement of Commercial Off the Shelf (COTS) real time X-ray support equipment, installation and training. 1.1 Minimum Requirements 1.1.1 The X-ray equipment must be able to fit through the (6?10??H X 45? W ) door without facility modifications. 1.1.2 The X-ray equipment must fit and operate in a 43?? L X 67??W X 74? H area. 1.1.3 The X-ray equipment Power Requirement must be able to operate from a 120 Volt AC, 60 Hz, 20 AMP supply. 1.1.4 The X-ray equipment must comply with leakage CFR1020.40 1.1.5 Must have open X-ray tube design 1.2 Minimum X-ray System Requirements 1.2.1 160kV X-ray source (20W/1?m) 1.2.2 6? image intensifier 1.2.3 75 degree oblique view 1.2.4 2400X geometric magnification 1.2.5 System magnification of 6000X 1.2.6 Digital 12 bit Firewire On-Chip Integrating Camera 1.2.7 16 bit image processing 1.2.8 5-axis sample manipulator capable of manipulating 11 lbs 1.2.9 Precision non-contact inductive joysticks 1.2.10 Inspection cabinet with motorized sliding door & viewing window 1.2.11 Adjustable tri-shelf control console 1.2.12 XP Professional operating system 1.2.13 Image processing & measurement package capable of flicker comparison from a certified image 1.2.14 Image processing & measurement package capable of subtraction from a certified image 1.2.15 Point and click computer controlled manipulator 1.2.16 Script development software using Visual Basic programming language 1.2.17 Resultant data must have the capability to be saved or exported directly to Microsoft compliant software ie (MS Word , Excell, Access and Statistical Process Control (SPC) systems). 1.2.18 Must be capable of interfacing with a wide range of printers through USB, Serial and Parallel ports. 1.2.19 Removable hard drive 1.2.20 DVD Burner 1.2.21 USB port 1.2.22 Dual monitor Display (including all required drivers and mounting hardware) 1.3 Commercial Manuals 1.3.1 All commercial operating & maintenance manuals and all supplemental data required to maintain & operate the X-ray equipment shall provided upon delivery of the X-ray equipment. 1.4 Delivery, Installation, Certification & Training Requirement 1.4.1 Delivery, Installation, Certification & training for the X-ray equipment will be done at Cryptologic Products Support Group (CPSG) the repair depot for Cryptologic devices is located at Lackland AFB, San Antonio, Texas. 1.4.2 Installation, compliance testing, maintenance and operational training shall be done concurrently with the installation of the X-ray equipment. 1.4.3 The X-ray equipment is to be delivered to: HQ CPSG/LGDR Lackland AFB, TX BLDG 2028 230 HALL BLVD STE 158 SAN ANTONIO, TX 78243-7053 MARK FOR: CARLOS D. SAMANIEGO 210-977-2740 1.4.4 The point of contact for the delivery and installation effort is ( CPSG POC Name Address Phone #). CARLOS D. SAMANIEGO 210-977-2740 1.4.5 Delivery, Installation, Certification & Training will be done by United States Citizens and coordinated with CPSG Security office. Visit requests will be provided to the CPSG Security office at least 2 weeks in advance of performing work. CPSG Security Office Point of Contact: CPSG/MSSS 230 Hall Blvd, Ste 121 San Antonio, Texas 78243 210-977-2636 Attention: Frank Flores 1.4.6 Compliance Certification with CFR 1020.40 will be provided to CPSG upon completion of installation and testing of the X-ray equipment and a copy sent to: Jeff Stone, 6030 Gumlane, Building 1217, Hill AFB 84056. 1.4.7 Training will consist of 2 persons for a period of 2 eight hour days. One day of maintenance training and one day of operational training. 1.5 Minimum Warranty Commercial Requirement 1.5.1 X-Ray equipment will have a full 12 months parts and labor warranty 1.5.2 X-ray software & two year software support ATTACHMENT 2 Contract Data Requirements List A001 Authority: DI-TMSS-80527B - Commercial Off-The-Shelf (COTS) Manuals and Associated Supplement Data ATTACHMENT 3 Proposal Submission Information IAW FAR 52.212-1, Instructions to Offerors-Commercial Items, each proposal (including any alternate proposals) must include the following: 1. Provide the following information: a. Company Name, POC, Phone # b. Cage Code c. Indicate unit price and total for each line item 2. Provide product information and explain how you intend to comply (line for line) with all requirements specified in the Modified Commercial Item Description (Attachment 1.) Include information on the delivery schedules applicable to each line item. 3. Include all implied and explicit warranty information. 4. Provide any additional information based upon review of the synopsis/solicitation documentation (i.e. proposed delivery date, commercial payment requirements, etc.) 5. Provide the company names, points of contact, and phone numbers of the companies you mailed/e-mailed the Past Performance Questionnaire to. PAST PERFORMANCE QUESTIONNAIRE IAW FAR 52.212-1(b)(10) past performance information is an evaluation factor on the below solicitation. Therefore supply this questionnaire to at least three companies that you have recent and relevant contracts with for the same or similar items as our requirement. Contacted companies should mail/email their completed questionnaires directly to: 526 ICBMSW/PKA Attn: Jill Berriochoa 6014 Dogwood Ave/Bldg 1258, Rm 25 HAFB, UT 84056-5816 jill.berriochoa@hill.af.mil Solicitation: FA8204-06-Q-68072 Name/Address of Offeror/Cage Questionnaire Recipient: Company Name/pOC/Phone #/Email address Past Performance Evaluation Satisfactory/Pass Unsatisfactory/Fail Any Comments Manufacturing: 1 Overall, rate contractor?s finished end item. 2 Rate contractor?s facility for manufacture. 3 Does contractor meet specification given in drawings etc. 4 Overall, rate contractor?s expertise Technical Ability: 1 Rate contractor?s work force. 2 High/low turnover. 3 Demonstrates ability, expertise. 4 Overall, quality in workmanship. 5 Resolves problems in timely manner. Contractual Issues: 1 Conforms to contract requirements. 2 Overall, meets delivery schedules. 3 Keeps the Company informed and updated. 4 Co-operates with inspectors. 5 Rate professionalism. ATTACHMENT 4 BEST VALUE SELECTION CRITERIA IAW FAR 52.212-2, Evaluation Criteria listed in the solicitation the Government intends to award to the offeror proposing the most advantageous solution. Therefore when it is in the best interest of the Government award will be made to other than the lowest priced offeror or other t6han the highest technically rated offeror. Basis for evaluation and selection will be: Factor 1: Technical Capability ? The offeror: (a) Provides all requested specification information. (b) Provides software capable of having interfaces with commercially available non-proprietary software. (c) Provides sufficient information on operating/maintenance manuals to determine requirements for maintaining equipment. (d) Provides proposed implied and explicit warranty information. TABLE 1 - TECHNICAL CAPABILITY RATINGS Exceptional - Exceeds specified minimum performance or capability requirements in a way beneficial to the Government; proposal must have one or more strengths and no deficiencies to receive a blue. Acceptable - Meets specified minimum performance or capability requirements delineated in the request for proposal; proposal rated green must have no deficiencies but may have one or more strengths. Marginal - Does not clearly meet some specified minimum performance or capability requirements delineated in the request for proposal, but any such uncertainty is correctable. Unacceptable - Fails to meet specified minimum performance or capability requirements; proposal has one or more deficiencies. Proposals with an unacceptable rating are not awardable. Factor 2: PriceThe offeror?s Cost/Price proposal will be evaluated, using one or more of the techniques defined in FAR 15.404 (Proposal Analysis), in order to determine if it is reasonable and realistic. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay in the conduct of competitive business. Normally price reasonableness on a competitive FFP line time is established through price analysis techniques as described in FAR 15.404-1(b). For additional information see FAR 31.201.3. Factor 3: Past Performance Questionnaires received will be evaluated and the contractor assigned a Pass/Fail rating. ATTACHMENT 5 Vendors that do not have CAGE Codes need to complete a NATO Cage Code at http://www.dlis.dla.mil/nato_poc.asp
- Place of Performance
- Address: Refer to Attachment 1.
- Zip Code: 78243
- Country: UNITED STATES
- Zip Code: 78243
- Record
- SN01281022-W 20070427/070425220854 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |