Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2003 FBO #0754
SOLICITATION NOTICE

65 -- One(1) each Four(4) Megavolt Linitron

Notice Date
12/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-04-R-0003
 
Response Due
1/5/2004
 
Archive Date
3/5/2004
 
Point of Contact
Michael Derr, (505) 678-2827
 
E-Mail Address
Email your questions to ACA, White Sands Missile Range
(derrmd@wsmr.army.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, proposals are being requested and a written solicitation will not be issued. Solicitation W9124Q-04-R-0003 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 18. The Small Business Set-aside is waived. The NAICS Code is 334517, and small business size standard is 500 employees. The Army Contracting Agency at White Sands Missile Range, New Mexico, has a requirement for one (1) each Four (4) Megavolt Linitron with the following six major components: X-ray head, RF Unit, Control Console, Modulator, Temperature Control Unit, and Remote Safety Box. The Linitron shall have 16 salient characteristics. (1) Linear accelerator waveguide must be S-band for h igh energy and high dose. (2) Linear accelerator waveguide must be a sealed system, i.e. the RF Window, Electron Gun, X-Ray Target and Ion Pump are integral with the accelerator. (3) The X-ray Head must weigh less than 150 pounds. (4) The system control s must be PLC (program logic controller) for enhanced future digital imaging. (5) Custom field cases for all components. (6) Company must be ISO 9001-2000 certified; (7) CE marking: Meets the Electromagnetic Compatibility (EMC) Directive and STD EN 6101 0 of the Low Voltage Directive (LVD). (8) Conforms to UL STD 61010 (was 3101-1) and is certified to CSA 1010.1. (10) Standard peak beam energy shall be 4MeV, 400R/min @ 1m output. (11) Focal spots less than 2mm in diameter. (12) Penetrameter sensitivit y in steel shall be less than 1%. (13) Field size shall be 30 degree cone or a 22.5 degree square. (14) The beam symmetry shall not exceed plus or minus 5% at plus or minus 7.5 degrees off the central axis. (15) The system shall demonstrate at least AST M E 142 1-2T or equivalent sensitivity over a range of 38mm to 380mm of steel, depending on the system energy. (16) Interconnecting cables and hoses shall be at least 300 feet in length. Delivery and acceptance shall be FOB Destination, Building 21564, Wh ite Sands Missile Range, New Mexico, on or before 25 January 2004. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. Offerors shall submit a firm fixed price proposal, plus detailed information establishing comp liance with all salient features required for this item. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. If you are selected, you must be registered in the C entral Contractor Registration (CCR) (http://www.ccr.gov/) in order to receive the award. If you are not in the CCR at the time we are ready to make the award, you will be disqualified. All offers shall be priced FOB Destination White Sands Missile Range, New Mexico, and shall include installation in Building 21564, which is about 5 miles from the Headquarters cantonment. It is an old ammo storage igloo currently used to perform radiography, and there is one X-Ray machine in place. There is no loading do ck. The Government intends to award a contract to the offeror submitting the lowest-priced, technically acceptable offer. A technically acceptable offer proposes an item compliant with all salient features required for this item. Contract payment will b e made by Government Credit Card. FAR 52.212-4 Contract Terms and Conditions Commercial Items applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this a cquisition (in paragraph (b) the following clauses apply: 52.219-8, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, and 52.232-36) . FAR 52.211-16 applies to this acquisition. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition (in paragraph (b) the clau se 252.225-7036 also applies), and DFAR 2 52.243-7002. Additional FAR text at http://farsite.hill.af.mil. Any response to this synopsis must be received by 3:00 PM MST 05 January 04. The preferred method of submission is electronic email to derrmd@wsmr. army.mil. If you are unable to email, the fax number is 505-678-4975 Attention: Michael Derr. His phone number is (505)-678-2827 if you have any questions.
 
Place of Performance
Address: ACA, White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
Country: US
 
Record
SN00493143-W 20031221/031219212520 (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.