Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2003 FBO #0611
SOLICITATION NOTICE

66 -- Purchase Flat Panel Digital X-Ray Imager

Notice Date
7/31/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH, 45433-5309
 
ZIP Code
45433-7218
 
Solicitation Number
F33601-03-T-0190
 
Response Due
8/15/2003
 
Archive Date
9/14/2003
 
Point of Contact
Yvonne C. Thacker Contract Specialist,937 257-5847 X 4198
 
E-Mail Address
yvonne.thacker@wpafb.af.mil
(yvonne.thacker@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, a written solicitation will not be issued. Solicitation No. F33601-03-T-0190 is issued as a Request for Quote (RFQ). This solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular 2001-05. The associated NAIC Code is 334510-500 employees. This is not a Small-Business Set-Aside. This RFQ has one line item. To purchase 1 Each – Flat Panel Digital X-Ray Imager in accordance with specifications listed below: The system shall be a fully compatible installation into the existing shielded radiographic facility located at Bldg. 652, Room 40, AFRL/MLSA, Wright- Patterson AFB, Ohio. The system configuration shall also enable portable field radiography inspection. Basic Requirements: Capability to acquire high quality digital X-ray images of aerospace hardware. Capability to generate X-ray images of structural and electronic test components both in real-time and high resolution still frame mode. Capability to control all imager functions from the remote computer. Capability to capture high-resolution digital still images and archive to a hard drive, storage media and network server. Capability to export common image format for analysis by third party image analysis software. Specific System Requirements: Flat Panel Imager Controller shall have the following features: Useable Detector Area: 25cm X 20cm minimum; Scintillator: cesium iodide or equivalent; Imaging Modes: Selectable: Still or Real-time; Frame Rate at Real-Time Mode: 30 frames/second minimum; Frame Rate: User selectable from 1 to 30 frames per second; Image Resolution: At 30 frames/second: 1.90 line pairs/mm minimum; At 5 frames/second: 3.9 line pairs/mm minimum; Still Image Analog to Digital Conversions: 14 bit minimum ; Dynamic Range +_ 2000:1; Operation up to 320 kV; Pixel/detector correction and calibration algorithm; Interface cable to computer: 100 ft minimum; Contractor shall provide for mechanism to mount detector onto users existing detector frame; Power Requirements: System shall operate via existing 110 VAC, 60 Hz power. Control and Image Processing System: Portable Work Station: The system shall be controlled by a ruggedized workstation having the following features: 2.0 GHz processor minimum; 30 GB Hard Drive minimum; 512 MB RAM minimum; Network compatible; CD-RW drive; 750MB Zip drive; Monitor: 21 inch diagonal B/W Landscape Monitor; Software: Image processing software shall enable viewing of full captured imagery and shall allow for the following image processing functions: User selectable image magnification (zoom in and out); Histogram analysis and display; Image annotation; Rotation and mirroring of images; Image analysis software shall enable lossless exportation of (14 bit minimum) imagery (no loss in spatial or contrast resolution or dynamic range), transportation over standard network and storage of images. The resulting image format shall be a format that is viewable and be fully processable via third party image analysis software (Image Pro Plus). Resulting imagery shall enable quantitative image analysis via third party software. Training: The contractor shall provide on-site training for no longer than 1 day for no more than four (4) operators. Training shall cover equipment operation, software operation and maintenance. The contractor shall provide necessary training documentation to include two (2) complete operation, reference and vendor manuals. Training shall commence no later than one week following system installation, or as agreed to by the contractor and the Project Manager at AFRL/MLSA. Problems will be resolved by mutual agreement of the contractor and the Contracting Officer. Installation/Testing/Acceptance: The contractor shall install the system where stated above. The installation will include detector mounting onto the existing micro-focus X-ray facility detector frame, interface cable routing, command image processor set-up and system operational demonstrations. Calibration and checkout shall be performed, with the user as a witness, to demonstrate compliance to this specification. No later than sixty (60) days prior to delivery, a facility plan that describes in detail the necessary utilities and installation requirements necessary to set-up the equipment to be operational as intended, shall be submitted to the Project Monitor at AFRL/MLSA to allow for customer site preparation prior to installation; Installation and testing shall be accomplished at a time agreeable to both the contractor and customer but not later than thirty (30) days after delivery of the equipment. The site will be ready for installation sixty (60) days after receipt of the facility plan. If it is not, and the installation will not be possible at the time of delivery, the Project Manager will notify the contractor and a mutual agreement will be reached between the parties as to action to be taken. A WRITTEN SOLICITATION WILL NOT BE ISSUED. Desired Delivery date is 60 days after receipt of the purchase order (approximately 20 Oct 2003). FOB POINT IS DESTINATION (Wright-Patterson AFB OH 45433). Quoted prices must be “delivered” (F.O.B. Destination) prices. Item to be delivered to and installed at: AFRL/MLSA, Ken LaCivita, Bldg. 652, Room 40, Area B, Wright-Patterson AFB, Ohio 45433-7718. Net 30 Payment Terms. Government Contract Financing will not be provided for this acquisition. The following clauses and provisions apply: FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3, Offerors Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions— Commercial Items; 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes of Executive Orders—Commercial Items; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; DFARS 252.212- 7001 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items; 52.225-1, Buy American Act and Balance of Payments Program-Supplies; 252.204-7004, Required Central Contractor Registration, 52.247-34, F.OB. Destination. Copies of all provision and clauses, including the Representations and Certifications, are available at http://www.farsite.hill.af.mil. Evaluation will be based on overall best value to the Government. Evaluation factors are technical acceptability and price. All offerors shall return a copy of FAR 52.212-3, Offerors Representations and Certifications—Commercial Items. The Government will make an award from this RFQ to the responsible quoter whose quote will be most advantageous to the Government. The Government reserves the right not to make an award at all. All interested parties are required to submit their quotes by 15 AUG 2003, 5:00 p.m. DST. This synopsitation will be posted on the World Wide Web at http://www.pixs.wpafb.af.mil. See Local Note “H”. STUART M. SHULER Contracting Officer For more information on 03T0190--Purchase Flat Panel Digital X-Ray Imager please refer to http://www.pixs.wpafb.af.mil/pixslibr/03T0190/03T0190.asp
 
Web Link
03T0190-Purchase Flat Panel Digital X-Ray Imager
(http://www.eps.gov/spg/USAF/AFMC/ASC/F33601-03-T-0190/listing.html)
 
Record
SN00389386-F 20030802/030731223814 (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  © 1994-2020, Loren Data Corp.