Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 6,1999 PSA#2489

Naval Medical Logistics Command, Code 05, 521 Fraim Street, Ft. Detrick, MD 21702-5015

66 -- SHIPBOARD GENERAL RADIOGRAPHIC SYSTEMS. THE NAVY SEEKS TO ACQUIRE GENERAL RADIOGRAPHIC SYSTEMS FOR INSTALLATION ABOARD U.S. NAVAL VESSELS AND FOR FLEET HOSPITAL USE. SOL N62645-00-Q-DC01 DUE 010400 POC Dan Clever, Contract Specialist, (301) 619-2464, Susan D.M. Wellen, Contracting Officer, (301) 619-3022. WEB: NMLC Homepage, http://www-nmlc.med.navy.mil. E-MAIL: Click here to contact the contract specialist via, dclever@nml10.med.navy.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 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 for this Request for Quotes is N62645-00-Q-DC01. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14. SIC is 3844. The Government contemplates award of an Indefinite Delivery / Indefinite Quantity contract for the following commercial supplies and services: CLIN 0001 Shipboard X-Ray Unit Unit Price: _________ CLIN 0002 Installation Hourly Rate:_________ (Excluding Travel) CLIN 0003 BMET Training Total Price: __________ CLIN 0004 Service Hourly Rate: _________ CLIN 0005 Reimbursable Travel for CLINs 0002 and 0004:(To be specified on each D.O.) REQUIREMENTS. The Navy seeks a minimum of 3 and a maximum of 48 radiographic systems consisting of an x-ray table with motion front to back and side to side and a reciprocating grid/cassette holder, a floor (or integrated) tube stand, a x-ray tube, a collimator, a high frequency x-ray generator, control panel, vertical wall cassette holder with a reciprocating grid. System must comply with all federal laws as if the units were installed within United States territory. INSTALLATION. Systems shall be installed aboard ships of the U.S. Navy, or in shore based facilities operated by the United States Navy. Upon completion of contractor installation, the units will be inspected by the government prior to acceptance, in accordance with the DoD X-Ray acceptance procedures. The x-ray system shall fit in rooms as small as 10 feet by 11 feet, with obstructions as low as 84 inches from the top of the deck covering, while still providing useable radiographic imaging rooms. The unit shall be bolted to plates welded to the deck or to a plate which can be bolted to plates welded to the deck. The offeror will not penetrate the deck or do any welding. SYSTEM SPECIFICATION. The system shall include all components necessary for operation from the available power: 440 Volts, 60 Hertz, 3 Phase, or 440 Volts, 60 Hertz, Single Phase as defined by MIL-STD-1399 Section 300A. Systems shall be produced consistently, with no variation in the mounting dimensions from unit to unit, nor from installation drawings to actual unit. Systems shall be packaged such that it is not possible to lose any required pieces in transit without visibly violating the packaging. The x-ray generator (and control panel) shall be a high frequency generator rated at a minimum power output of 50KW. Unit shall have KV outputs from 40 KV through 125 KV. Unit shall either have mA settings from 10 through 600 mA and time settings from 5 mS through 5 seconds; or mAS settings from 1 through 600. Control panel shall have presettable settings for anatomical imaging. System shall have automatic exposure control to shut off exposure from both the vertical cassette holder and the table mounted cassette holder. X-ray transformer shall be such that pitch and roll of the ship during operation does not result in damage to the transformer, or erratic operation of the equipment. There shall be reciprocating grid assemblies in both the x-ray table and the vertical cassette holder. Both grids shall have more than 100 lines per inch. The grid mounted in the table shall be focused for a distance that include 40", have an appropriate ratio for table imaging; the grid mounted in the wall cassette holder shall have a focus that include a distance of 72" and have an appropriate ratio for chest imaging. The table shall have a top capable of moving in any direction from the center on one horizontal plane. Table shall have a means to prevent said motion should power be removed from the system. The table shall be capable of supporting a 300 pound patient. Tubestand shall be mounted such that it does not require support from the ceiling. Tubestand shall have detents for standard distances (i.e. 72" chest films, center of table, 40" SID vertical, etc.) Tubestand shall have a means of manually locking the tube height and the horizontal movement to prevent damage from pitch and roll of the ship. Tubestand shall be of sufficient strength that it shall not fail to maintain the tube at a fixed height under one high impact shock. X-Ray tube shall have at least a 150,000 Heat Unit capacity. Tube shall have two focal spots, one 0.6 mm and one 1.0 mm or greater. Unit shall be supplied with a lateral cassette holder. Unit shall be supplied with two copies of a service manual, at least as comprehensive as the information used by the manufacturers service personnel, and compliant with the requirements of National Fire Prevention Association Standard 99. BMET TRAINING. Offeror shall provide repair and maintenance training for electronics trained biomedical equipment technician, familiar with X-ray system operations. Training to occur at contractor's facility. Training shall be as comprehensive as that provided to the manufacturers service personnel, and shall include troubleshooting of the system, information with respect to expectable failure modes, idiosyncrasies of the system, and calibration of the system. Offerors must provide a complete description of the training to be provided as part of their technical proposal. Service. Offeror shall provide service on a time and materials basis, for five years following delivery of the system, when ordered by the government, in the maritime regions of the world. Service to be provided by factory trained personnel, familiar with this equipment. TECHNICAL PROPOSALS shall be submitted separately from the cost proposals (not in the same binder), and shall include information in an indexed, organized fashion, clearly identifying compliance with the specifications. Submit four copies of the technical proposal including a copy of marketing literature, installation and planning guides, and service manual. Technical proposals must include a list of parts which have a MTBF of less than 3 years and information to determine the failure rate, and whether it is necessary to stock these parts aboard a ship for a six month deployment. PRICE PROPOSALS shall be submitted in 2 copies and include established price lists or other documentation identifying prices charged to other customers. Include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items. Include a completed copy of the provision at DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items. To receive award, offeror must be registered in Central Contractor Registration; provide DUNS number, TIN, and CAGE Code with offer. Provisions at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition with the exception of (d) and (h) of the clause, which are reserved. FAR 52.212-2, Evaluation -- Commercial Items, is applicable to this acquisition. EVALUATION FACTORS: (1) Reliability, including: a) Design features which will minimize damage as a result of normal shipboard conditions (pitch, roll, power surges, spikes, variations); b) Availability of manufacturers service representatives in the maritime areas (Service representatives in close proximity to navigable water normally used by deep-draft shipping vessels, excluding inland waterways.); c) Ease of repair, and adequacy of service manuals to enable an electronics technician to repair unit (2) Flexibility: Added features which enhance the functional utility of the unit in a maritime environment: (humanitarian patients, human factors design features; installation requirements) (3) Quality Control/Past Performance including: a) Quality Control Processes, b) Past performance of the offeror with similar systems such as: maritime applications, government applications, global presence for similar applications, delivery processes, receipt of shipped units without damage. Information must include contract number, point of contact, and phone number for both the contracting office and the end user. Provide information on at least 3 and not more than 10 previous contracts; (4) Price, including: a) unit price, b) installation price, c) BMET Training Price, d) Service Price. AWARD BASIS. Government will make award to the responsible offeror submitting a proposal that is determined most advantageous to the Government, price and other factors considered. Evaluation of proposals will be based on evaluation of the Technical Proposal, and the Price Proposal submitted by each offeror. The combined technical evaluation factors are significantly more important than price. However, the closer the merits of the technical proposals are to one another, the greater will be the importance of price in making the award determination. In the event that two or more technical proposals are determined not to have any substantial technical differences (i.e. are technically equivalent), award may be made to the lower priced proposal. Award may be made to other than the lowest priced offer. Award mayalso be made on the basis of initial offers without discussions. Offerors are cautioned that each initial offer should contain the offeror's best terms. FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition. With respect to FAR 52.212-5, the following FAR clauses apply: FAR 52.222-3, Convict Labor; FAR 52.233-3, Protest After Award; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration; FAR 52.247-64, Preference For Privately Owned U.S.-Flag Commercial Vessels; FAR 52.222-41, Service Contract Act of 1965, As Amended. Deliverables shall be ordered by Delivery Orders. Ordering period is from date of award through 30 SEP 2004, or until the Government has issued Delivery Orders totaling the maximum quantity. Deliveries are FOB Destination to locations designated on each Delivery Order. In the event of conflict between a Delivery Order and the contract, the contract shall prevail. Contractor shall furnish items up to and including the quantity designated as the "maximum". Government shall order at least as many items as designated as "minimum". There is no limit on the number of Delivery Orders that may be issued. Government may issue orders for delivery to multiple locations. Delivery Orders shall contain: Order Number, Order Date, Contract Number, Item Number, Description, Quantity, Unit Price, Delivery Date, Place of Delivery, Packing and shipping instructions, Accounting and Appropriation Data, and Payment Office address. All responsible sources may submit proposals. Offers due at NMLC by 3:00 PM local time on 30 December 1999. Direct questions to Dan Clever, via e-mail to dclever@nml10.med.navy.mil or phone (301) 619-2464.***** Posted 12/02/99 (W-SN405059). (0336)

Loren Data Corp. http://www.ld.com (SYN# 0236 19991206\66-0003.SOL)


66 - Instruments and Laboratory Equipment Index Page