Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2004 FBO #0772
SOLICITATION NOTICE

66 -- Digital X-Ray System

Notice Date
1/6/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00174 101 Strauss Avenue, Bldg. 1558 Indian Head, MD
 
ZIP Code
00000
 
Solicitation Number
N0017404R0011
 
Response Due
1/14/2004
 
Archive Date
1/14/2004
 
Point of Contact
Jessica Maddox 301-744-6614 Jessica D. Maddox, 301-744-6614
 
E-Mail Address
Email your questions to maddoxjd@ih.navy.mil
(maddoxjd@ih.navy.mil)
 
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 N00174-04-R-0011 is being issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 18. THIS IS A SMALL BUSINESS SET-ASIDE. The NAICS code is 334517 and the size standard is 500. The offeror shall provide one firm fixed price F.O.B. Destination for this requirement. Due to the urgency of this requirement and its impact on other programs, the offeror shall propose an expeditious and reasonable delivery period to which the contractor can be contract ually bound. The government requires delivery of the system by no later than 15 March 2004 and training to commence no later than 24 March 2004. NSWC Indian Head is conducting an urgent procurement for a digital x-ray system for the evaluation of various five-inch diameter rocket motors. This system includes; cabinetry of a specific size and compliant with 21CFR1020.40, a Varian 4030, high voltage, premium DR plate with workstation and software, and a complete x-ray source (to include tube-head, generators, cooler and controller). The vendor is to obtain assemble and test this system at their location, disassemble the system and ship F.O.B. Destination to NSWC Indian Head. The system will be reassembled by Indian Head personnel and must comply with the above CFR. 21CFR1020.40 guides the design, fabrication and assembly of this system. Cabinetry - This is a component sy stem in which a shuttered tube cabinet (this shuttered cabinet is currently under construction and to be provided to the awardee as Government Furnished Equipment (GFE) within 4 weeks after award of this contract) is placed on top of a center cabinet to which are attached to two end cabinets. Both the center and end cabinets have an internal frame of 2? x 1/4? square tubing. This framework will hold the material handling tracks, etc. Thus, the threshold of the openings in the sides of both the end cabinets and the center cabinet must lie flush with this framework. The contractor shall be responsible for integrating and certifying the entire system to include GFE in compliance with 21CFR1020.40. Each cabinet must be movable via a forklift. The center cabinet does not have to support the tube cabinet. Sketch of the assembled cabinets will be e-mail upon request. The c enter cabinet shall meet the following specifications:  Outside dimensions of cabinet (LWH) which will be approximately 32?x 34?x 48?. The height will vary to achieve the source to detector distance as specified below. The hinged door is on a 32? face.  420 keV (3800 Rad @1m) will enter the cabinet through the top. Thus, the base is a primary barrier and the four sides are each a secondary barrier.  NO leakage through the solid parts of the cabinet shall exceed 0.5mR/hr (21 CFR 1020.40 compliant)  Basically a box, the base of which is the primary barrier (sketch to be provided upon request)  Supported at the corners by 3? square table legs (not being procured under this contract).  Provision to move the box with a fork lift is required  All openings are 18? square. Opening in top may be reduced to accommodate collimator.  Internal frame of 2?x 1/4? sq. tube  NO fasteners through the lead (Pb) of the external wall. Bolts are used to attach the end cabinet to the center cabinet.  One latchable door (with interlocks) on front of cabinet as shown above.  The opening in the top is centered therein, and collimated to produce an 18? square image size on the primary barrier.  The surface of the digital detector is 5? above the surface of the primary barrier. The height of the cabinet MUST be adjusted to produce an 48? source to detector distance. (Source is 6? above the top of this cabinet.)  The height from the inside (from the top of the base to the bottom (threshold) of the three openings in the sides and front) is 2?. Thus the 2? sq. tube frame is flush with the bottom of the openings in the sides and front of the cabinet. T he end cabinets shall meet the following specifications:  The units shall be identical with doors fixtured in mirrored configuration  Each cabinet shall be 96? long by 30? wide by 30? deep  Lead (Pb) thickness shall be 0.75? or that sufficient to comply with 21 CFR 1020.40  The internal frame shall be completed of 2? x 1/4? square tubing  An 18? square opening in the center of the top, covered by a bolt-on door  An 18? square opening in both ends, centered side to side, with its threshold flush with the internal frame  One end of the cabinet will attach to the center cabinet. An automatic track mount door will cover the other end  An automated door assembly including the door, rails, stepper motor, and interlocks must be mounted to this other end of the cabinet. Source - This system will be used in an industrial production application. The system is expected to operate an average of 12 hours a day. This system is expected to examine a very broad range of munitions. Thus, the tube output will be adjusted several times, though not more than five, a shift. The range of these adjustments will be from 100 keV through 420 keV with the mA kept fairly close to the maximum allowable. The contractor shall provide a standard control console which operates in parallel with the PC user interface. The contractor shall supply a Comet MXR-420/25 x-ray tube. The contractor shall also provide a description of the electrical services (e.g., a dedicated 30 AMP 220 Volt circuit) required by the system. Digital Detector - Ease of operation is a priority. The digital detector must meet the following specifications:  Tolerate 3800R/hr for a 12 hour workday (420 keV at max m A)  Detector will be a Varian ?premium grade? High Voltage 4030 DR plate  Provide a PC, monitor, and software (Varian basic software is sufficient) that allows the operator to perform pass/fail decisions in real time The offeror shall provide a one-year ?parts and labor? guarantee. The government assumes the responsibility to provide the appropriate preventative maintenance. The contractor shall provide one person to NSWC Indian Head for initial start-up and training. This will not be for more than 3 days during which performance is demonstrated and assistance is offered in technique development. The government will provide test media to be utilized during training. During training, the trainer shall review the preventative maintenance requirements of the system. The system is to be delivered to NSWC Indian Head F.O.B. Destination with all of the OEM documentation and software, including preventative maintenance requirements. The government requires delivery of the system by no later than 15 March 2004 and training to commence no later than 24 March 2004. The following provisions apply: 52.212-1, Instructions to Offerors ?Commercial 52.212-4, Contract Terms and Conditions ? Commercial Items 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Addenda 52.219-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-36, 52.225-13, and 52.232-33) 52.212-2, Evaluation ? Commercial Items ? the evaluation factors are as follows listed in descending order of importance, unless otherwise stated: Factor 1: Proposed Delivery Schedule ? Contractor makes affirmative statement that they can meet the government?s delivery requirement. Pass or Fail Factor 2: Technical Proposal ? Contractor makes affirmative statement that they can meet the requirements of the solicitation. Pass or Fail Factor 3: Past Performance ? The government will utilize existing information on offeror?s past performance. Factor 4: Price Factors 1(Delivery Schedule) and 2 (Technical Proposal) are of equal importance. When combined Factors 1, 2 and 3 (Past Performance) are significantly more important than price. The government will make a best value determination based on these factors. All offeror must provide with their proposal a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (June 2003). All responses must be received no later than 2 p.m. Eastern Standard Time on 14 January 2004. Electronic response via fax (301-744-6670) or e-mail (maddoxjd@ih.navy.mil) are encouraged. Due to the urgency of this requirem ent requests for extensions will not be considered unless the Contracting Officer makes a determination that the extension would be in the government?s best interest. Provide responses to Jessica Maddox, Code 1143I, building 1558, NSWC Indian Head, MD 20640-5035. The government point of contact for this acquisition is Jessica Maddox at (301)744-6614 or maddoxjd@ih.navy.mil.
 
Record
SN00499280-W 20040108/040106212101 (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.