Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2007 FBO #1986
SOLICITATION NOTICE

66 -- MICRO-FOCUS REAL TIME X-RAY SYSTEM

Notice Date
5/3/2007
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK07197346Q
 
Response Due
5/17/2007
 
Archive Date
5/3/2008
 
Small Business Set-Aside
Total Small Business
 
Description
NASA/KSC has a requirement for a micro-focus real time x-ray system. The following salient characteristics are provided. Micro-focus real time x-ray system quantity 1. The system shall be integrated into an existing exposure cell in a manner that complies with the Florida State Administrative Code, 64E-5, requirements for performing industrial radiography. The equipment performance characteristics shall exhibit controlled and repeatable radioscopic and radiographic film characteristics including density, contrast, and sensitivity. The supplier shall provide a 160 kV (Minimum), variable amperage, constant potential micro-focus x-ray consisting of a control system, high voltage generator, x-ray tube, H.V. cables and vacuum system that as a minimum has the following salient characteristics: Control/High Voltage System: * Operates on an input power of Single-Phase 208VAC, 60 Amp service. * 300 Watt (Minimum) output power. * The unit will operate at a 100% duty cycle at the rated output of 160 kV. * Capable of integration into the existing safety interlock system that consist of a Omron Sysmac S6 controller with shut off switch, a High Voltage blade disconnect switch (230 kV) , a low voltage (6V DC) Sentrol 2700 series magnetic switch and a low voltage double pole/double throw micro-switch. * Control cables should be at least 10 Meters in length for connection of the inlet power to the controller and the RS 232 cable to the PC (if so quoted) or control console. * Control cables connecting the controller to the X-Ray tube, H.V. Generator, Tube Cooler and the Vacuum System should be a minimum of 5 Meters in length. * The High Voltage cable should be a minimum 3 Meters in length. Micro-focus Tube: * The tube should be water cooled. * Open type tube with replaceable filament and a tungsten target. * 30 degree directional tube head. * The focal spot may be variable or fixed with a maximum fixed focal spot size of 5?. * The unit will have a maximum beam cone of 40 degrees. Vacuum System: * The vendor will supply an integrated vacuum system consisting of a roughing pump, turbo molecular pump and a controller. * The system will have a 3 Meter flexible vacuum hose connecting the roughing pump to the unit. * All vacuum connections will consist of ?QF? fittings. * The system will have an active sensor for verifying the vacuum system. Operational/Software: * The system should be capable of being operated using a standard existing Windows XP platform or as an option have a self contained control module for complete operation of the X-Ray system. * The system should be rack mountable. * The control program will include controls for performing automatic warm-up, user controls for focusing of the beam, and a timer for performing film radiography. Deliverables: * 2 copies of all manuals, drawings, schematics. * Spare parts list. * The vendor should include a minimum of 6 filament (modules) for spares upon installation of the unit. Acceptance Test: * Kennedy Space Center will perform an acceptance test to verify operability, sensitivity and resolution capabilities of the Micro-focus system. This notice 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 announcement constitutes the only solicitation, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 334519/ 500 employees respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to: NASA/KSC J-BOSC Warehouse Bldg M6-744 Kennedy Space Center, FL 32899-0101 Delivery is required within 30 days ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by May 17, 2007 no later than 3:00 PM ET to: NASA/KSC Attn: Erik Whitehill OP-ES Kennedy Space Center, FL 32899-0101 or may be e-mailed to erik.c.whitehill@nasa.gov and must include, solicitation number, FOB destination to Kennedy Space Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), cage code, DUNS Number, identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.225-1, and 52.232-33. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Erik Whitehill not later than May 10, 2007. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#124624)
 
Record
SN01287279-W 20070505/070503221540 (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 |
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.