Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2006 FBO #1516
SOLICITATION NOTICE

65 -- Radiology Film Digitizing Scanner and Software

Notice Date
1/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107
 
ZIP Code
68113-2107
 
Solicitation Number
FM460052737000
 
Response Due
1/30/2006
 
Archive Date
2/14/2006
 
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 Regulations document (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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05. All applicable provision and clauses are included in the actual solicitation. This procurement is set for a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 339112, and the small business size standard is 500 employees. The Government intends to issue a firm fixed price contract. STATEMENT OF WORK: Salient Characteristics for Radiology Film Digitizing scanner/software System that allows the scanning of films and documents into the system Ability to extract individual frames from multi-image film so they can be displayed in a ?stack? Ability to prepare patient header information for the next study while completing the current case Ability to flip, rotate, or window/level digitized images while new films are being digitized Ability to support DICOM Worklist management system that ensures accurate match-up of prior documents and films to current patient studies Support DICOM Digital DX mammography standard that provides mammography viewing stations the necessary information to hang images correctly Provide flexible image manipulation tools Supports multiple-sheet, multiple-size cases Fast, trouble free document scanning must include two sided and multi page scanning Patient information must be protected by having a user name and password for each individual user Ability to duplicate a film directly to a DICOM print device Pentium Workstation to support digital film scanning program All necessary software to operate digital film scanning program 1 year of support for complete system All necessary cords and operators manuals to operate system Document scanner to function with the digital film scanning system: Cannon DR-2050C or equal Monitor: Minimum 18? Flat panel TFT LCD, 1024x1280 native resolution, > 170 degree viewing angle Pentium Workstation: Operating System: Windows XP Computer/Processor: Pentium IV or Greater Memory: Minimum 512 MB RAM Hard Disk: 20 MB of Free Disk Space Network Interface: Standard network connection to DICOM devices and RIS system (if available) Scanner: Standard TWAIN compliant scanning device Digital Video Card to support monitor Digital film scanner with the following minimum specifications: Nominal Resolution Pixels (14?x17? film) Spot Size (um) DPI Line pairs per mm Digitizing Speed 2K x 2.5K 2002 x 2431 170 150 3 12 Seconds 4K x 5K 3990 x 4845 85 300 6 24 Seconds Mammography film: 18 cm x 24 cm 4K x 5K 4104 x 5472 44 570 11 20 Seconds Clinical Optical Density Range .05 to 4.0 Bit Depth 32-bit mapped to 12-bit (4096) and 8-bit (256) grayscale output Film Sizes Width: 8? to 14? (20 cm to 35.6 cm) Length: 8? to 51? (20 cm to 129.5 cm in single film mode only) Thickness: 0.006? to 0.008 Auto Film Feeder Standard 25-film capacity (mixed sized with no presorting necessary) ?Light Box? loading: head-up, normal reading, left justified Film sizes up to 14? x 17? (35.6 cm x 43.2 cm) Translation Tables Linear OD Geometric Accuracy Better than 1% or 2 pixels, whichever is greater, in both axes Scan Rate 200 lines/second Hardware Interface Conforms to the SCSI-2, SCSI Ultra Wide 160, or USB 2.0 specifications SCSI termination and ID selection switches are accessible at the back of the unit Software Windows? scanning modules and software development tools available Power Requirements Voltage: 85~264 Vac Frequency: 47~63 Hz Operating Environment 50? to 95? F (10? to 35? C), 20% to 85% relative humidity, non-condensing Storage Environment 0? to 140? F (-18? to 60? C), 20% to 85% relative humidity, non-condensing Illuminator Instant-On Hot Light Technology; >100,000 scans Detector Solid-state, next-generation High Definition CCD Certifications FDA 510(k) The following provisions apply to this acquisitions FAR 52.212-1 Instructions to Offerors- Commercial Items, FAR 52.212-2 Evaluation- Commercial Items, FAR 52.212-3 (Offerors must include a completed copy of FAR 52.212-3, Offeror Representation and Certifications Commercial Items with offer which can be found at http://farsite.hill.af.mil/vffara.htm); FAR 52.212-4 Contract Terms and Conditions- Commercial Items, FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes Apr 2001 or Executive Orders- Commercial Items (Deviation), FAR 52.219-6 Notice Of Total Small Business Set-Aside, FAR 52.223-11 OZONE-DEPLETING SUBSTANCES, FAR 52.232-18 Availability of Funds, FAR 52.233-3 Protest After Award, FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, FAR 52.237-3 Continuity of Services, FAR 52.242-15 Stop-Work Order, FAR 52.246-1 Contractor Inspection Requirements, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-5 Authorized Deviations in Provisions, FAR 52.252-6 Authorized Deviations in Clauses. The following are also applicable to this acquisition, DFAR 252.204-7003 Control Of Government Personnel Work Product, DFAR 252.204-7004 Alt A Required Central Contracting Registration Alternate A, DFAR 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials, DFAR 252.232-7003 Electronic Submission of Payment Requests, AFFARS 5352.233-9001 Health and Safety on Government Installations, AFFARS 5352.242-9000 Contractor Access to Air Force Installations is applicable to this acquisition as well. All quotations must be received by the 55 Contracting Squadron, 101 Washington Square, Offutt AFB 68113-2107 by 30 Jan 2006 at 1:00 pm (CST). All questions must be submitted by 24 Jan 06. Quotes must be valid until 28 Feb 2006. Facsimile copies may be submitted to (402) 294-7280. NO PARTIAL AWARDS WILL BE MADE. Please acknowledge all requirements on quotations, to include shipping and handling. Direct all questions to Capt Danielle Woods via email (danielle.woods@offutt.af.mil) or phone (402-294-3738). COLLECT CALLS CANNOT BE ACCEPTED. All potential offerors are reminded, in accordance with DFARS 252.204-7004 Alt A, Required Central Contract Registration Alternate A, that lack of active registration in the CCR database will make a bidder ineligible for award. NOTE: CONTRACTORS MUST BE CCR & ORCA REGISTERED PRIOR TO AWARD. TO REGISTER, GO TO THE FOLLOWING WEBSITES: http://www.ccr.dlsc.dla.mil and/or http://orca.bpn.gov.
 
Place of Performance
Address: 2501 Capehart Rd, Offutt AFB, NE
Zip Code: 68113
Country: United States
 
Record
SN00968099-W 20060120/060118211925 (fbodaily.com)
 
Source
FedBizOpps 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.