Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2003 FBO #0552
MODIFICATION

66 -- Instruments & Laboratory equipment

Notice Date
6/2/2003
 
Notice Type
Modification
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Property Procurement and Management Section, 935 Pennsylvania Avenue, N.W., Washington, DC, 20535
 
ZIP Code
20535
 
Solicitation Number
RFQ0034518
 
Response Due
6/10/2003
 
Archive Date
6/25/2003
 
Point of Contact
Earlene Lewis, Contracting Officer, Phone 202-324-9011, Fax 202-324-0570,
 
E-Mail Address
clcu@fbi.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals/bids are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ) #0034518. The provisions and clauses incorporated are those in effect through Federal Acquisition Circular 01-13. This solicitation is under the Simplified Acquisition Procedures (SAP) and is a Small Business set-aside. The NAIC is 421490 and the business size standard is 500 employees. This contract action will result in a Firm Fixed Price - one time buy contract. Requirement: (1). FlashDR Digital Radiography System. (2) 320 kV X-ray System,-YXLON MG325. (3) 320 kV X-ray DR Cabinet and Precision part Manipulator. (4) FlashCT Computed Tomography System upgrade. Technical Requirements: X-ray Digital Radiography Cabinet-(1). The X-ray cabinet will be capable of safe and legal operation at 320kV. This will be achieved through the use of lead shielding integral to the cabinet. Compliance with all federal, state, and local regulations will be achieved by the vendor and demonstrated though a radiation survey during operation at full power. (2). The cabinet will be equipped with a manipulator capable of scanning parts up to 2 feet in diameter by 3 feet tall and weighing up to 100lbs (see also Computer Tomograpgy Software/Hardware below). (3). Have a precision motion system to permit the X-ray tube and detector to maintain a constant standoff distance of less than 80" from the objects being analyzed. (4). During scanning it will be possible to move the part left/right, up/down, and rotationally to allow complete radiographic coverage of the entire object. (5). Manual positioning of the object must also be possible. (6). The exterior cabinet dimensions will not exceed 8 feet in length, 6 feet in width or 8 feet in height. (7). The voltage supply will use a 230 volt, 60 ampere (maximum), 50/60Hz power source. 320 KV X-ray System : (1). A YXLON brand MG325 X-ray tube an equivalent X-ray source will be supplied with the system. (2). All operating software and hardware for the X-ray source will be included. (3). The cooling unit will be a closed loop system. Digital Radiography system: (1). The X-ray detector will be shielded to 1MeV or better. (2). The X-ray detector will have an amorphous silicon detector. (3). The X-ray detector scintillator will be comprised of cesium iodide or other material suitable for the intended application. (4). The X-ray detector will have 127 micron or smaller pixel size and a field of view of not less than 7"X9" and have a line resolution of >/=3.9 lines per millimeter. (5). The number of defective pixels will be such that the detector is suitable for the application. Under no circumstances may it exceed 1% of the total pixel array. (6). It will include a digital frame grabber and all other required items to interface to the systems computer. (7). Data acquisition software will be supplied by the vendor. Computer Tomography Software/Hardware: (1). System will include dual Pentium Xeon 2.8GHz processors (or faster). (2). At least, 4GB of RAM. (3). 128MB, 8X AGP graphics adaptor (or better). (4). CD-RW/DVD-RW drive. (5). The computer tomography system shall convert raw image data to true 3D form with fan, parallel and cone beam reconstruction algorithms, and shall include: Test fixtures/manipulators capable of handling a variety of sizes of test articles: diameters of 1 to 24 inches; lengths of 1 to 36 inches; weights up to 100 pounds. (6). Software and computer will be suitable for the imaging the entire volume of test articles up to 24" diameter by 36" tall; reconstruction of pixels (multiprocessor); delivery of reconstructed image to viewer; reconstruction time <12 hrs (for object of maximum size using cone beam reconstruction model); slice animation and interrogation coupled with advanced volume rendering to produce visual access to interior view of test asset; manipulation of image: 3D volumetric; flat (2D); X, Y, Z axis spatial view. (7). Computer tomographic imaging and quality shall be evaluated by comparing image of known defect standards obtained with conventional film radiographic techniques with the images obtained using the CT system. The system should be capable of detecting radial cracks as small as 0.005 inches, spherical diameters as small as 0.075 inches, and density differences of -10%. Scatter will need to be controlled such that bondline "kissing" effects can be detected. (8). Operating system will be Windows2000. Other requirements: Because of the unique nature of the radiography requirements of the Laboratory, all prospective vendors must provide pre-award access to a demonstration computer tomography, digital radiography unit similar to the one they propose to supply in order to be considered for this contract. The purpose of this is to verify the suitability of the proposed chamber for all of its intended uses. A standard commercial warranty is required. FOB-Destination-Quantico, VA 22135. The following clauses and provisions are incorporated by reference and apply to this acquisition. A full text of clauses and provisions can be obtained at http:/www.arnet.gov/far. FAR provision 52.212-1 Instructions to Offerors-Commercial Items (Oct. 2002), FAR clause 52.212-4 Contract Terms and Conditions-Commerce Items (Feb. 2002), FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (April 2003). Each offeror shall include a completed copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commerce Items (July 2002), Offerors or encouraged to fax quotes to (202) 304-0570. FAR provision 52.215-5 Facsimile Proposals (Oct 1997), The Government will award to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. Offeror responding to this solicitation must provide their DUNS and Tax identification numbers. The Point of Contact for all information regarding this acquisition is Earlene H. Lewis, Contract Specialist, at the address and phone number listed above. Closing date extended to June 20, 2003.
 
Record
SN00337673-W 20030604/030602213219 (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.