Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 26, 2020 SAM #6845
SOLICITATION NOTICE

66 -- Digital X-ray Detector

Notice Date
8/24/2020 7:51:13 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
 
ZIP Code
61604
 
Solicitation Number
12505B20S1005114-1
 
Response Due
9/4/2020 1:00:00 PM
 
Archive Date
09/19/2020
 
Point of Contact
Kristen Turner
 
E-Mail Address
kristen.turner@usda.gov
(kristen.turner@usda.gov)
 
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 included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation No. 12505B20S1005114-1 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08. The NAICS code applicable to this acquisition is 334516 Analytical Laboratory Instrument Manufacturing. This requirement is unrestricted. The USDA, ARS, lab in Ames, IA has a requirement for a digital X-ray detector. The Government intends to award a fixed price contract for the following item as identified in the Contract Line Item Number (CLIN): Digital X-ray detector paclage, per required specifications Required specifications include all of the following: Package must include Digital X-Ray detector, 2 batteries, and charger. WIn 10 Laptop with USB Wireless Access Point (WAP) connector and associated software for image processing, such that the laptop can be operated up to 25 feet away from the detector. The laptop should also be capable of wireless transfer through a Wi-Fi connection and/or copying images onto disks or external hard drives in a format viewable and printable on free software programs in a manner that retains image quality and resolution. A system that saves Images in a DICOM format is preferred. Digital X-ray detector must have a Gadolimium Oxysulfide or Cesium Iodine scintillator.� The system should sample the scintillator output from the incident (irradiated side) thereby decreasing the distance between where the X-ray photons are converted to light and the photodiode array that receives the light in an effort to reduce scatter and increase intensity as compared to conventional side sampling methods.��Other approaches (besides sampling from the irradiated side) that reduce scatter, increase intensity, optimize scintillator thickness, and improve X-ray absorption will be considered but must be described in detail as to their impact on optimizing image capture and ability to lower radiation dosage when compared to irradiated side sampling.� System should be compatible with taking radiographs ranging from whole body radiographs of laboratory animals to limbs of large animals. Digital detector should have a bit depth of at least 16 bits. The Detector must have an IPX3 rating or better (rating for liquid protection) such that the detector can be used in field conditions and/or disinfected when removed from containment facilities. Software should be adjustable for sensitivity, latitude, density, and contrast and should include auto trimming for off center images.� Software should also include the ability for use of multi-frequency processes to optimize images in tissues of different densities, and the ability to suppress image noise without loss of diagnostic sharpness or contrast. Software should be capable of recovering diagnostic images under suboptimum conditions such that the need to retake radiographic images due to over or under exposure is decreased. Images must be able to be automatically stored in raw format on the computer hard drive to allow reprocessing using separate algorithms thereby allowing stored images to be completely manipulated including modification of the H/D curve. Software should be capable of image magnification, have editing tools, and have image analytics that reject images that fail to meet designated specifications.� Software capabilities should be described in detail in the quote. Digital X-ray detector and laptop must be portable and capable of being used within animal pens or other facilities.� For this reason, weight of the digital X-ray machine and laptop should not exceed 15 lbs. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall provide 1) technical specifications; 2) price and 3) Company's DUNS number. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Quote); FAR 52.204-7, System for Awards Management (ALL OFFERORS MUST BE REGISTERED AND ACTIVE IN THE SYSTEM FOR AWARDS MANAGEMENT DATABASE IN ORDER TO RECEIVE AN AWARD) The website address for registration is: http://www.sam.gov; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.211-6, Brand Name or Equal, FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.223-4, Recovered Material Certification; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items; 52.225-2, Buy American Act Certificate ; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html. The basis for award is Lowest Price Technically Acceptable (LPTA). ""LPTA"" means the expected outcome of the acquisition that results from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Net Price and must also have satisfactory Past Performance. Questions relating to this requirement shall be sent via email to Kristen Turner, Contracting Officer at Kristen.turner@usda.gov� and received no later than 3:00 PM (Central), Friday, August 28, 2020. Answers to all questions will be provided in the form of a modification to this solicitation. No phone calls will be accepted. Furnish quotes no later than 3:00 PM (Central), Friday, September 4, 2020 to Kristen Turner, Contracting Officer at Kristen.turner@usda.gov .� Quotes will only be accepted via email, no phone calls will be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/20c8e47234da4defaabf8897f7df61c8/view)
 
Place of Performance
Address: Ames, IA 50010, USA
Zip Code: 50010
Country: USA
 
Record
SN05771473-F 20200826/200824230154 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.