Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2006 FBO #1654
SOLICITATION NOTICE

66 -- High Energy Digital X-ray Imaging System

Notice Date
6/5/2006
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
US Army Aviation and Missile Command (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
RT3646
 
Response Due
6/14/2006
 
Archive Date
8/13/2006
 
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. The solicitation number is: RT3646, the solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect throug h Federal Acquisition Circular 05-09. The associated NAICS Code is 334519 and small business size standard is 750 employees. The contract line item number(s) and item descriptions, quantities and units of measure are:CLIN 0001 -HIGH ENERGY DIGITAL X-RAY IM AGING SYSTEM In accordance with Specifications as follows: The Climatic Test Branch, Environmental Test Division, Redstone Technical Test Center (RTTC) requires a High Energy Digital X-ray Inspection System to aid in its mission of inspecting and evaluatin g components associated with Army weapon systems. The contractor shall provide to the government a high energy digital x-ray inspection system capable of imaging test items 20 feet in length and weighing up to 16,000 pounds. Components - The high energy di gital x-ray inspection system shall consist of but is not limited to the following components: a) 9 MeV Linear accelerator, b) CMOS High-Resolution Linear scanning array, c) Movement system for Imaging Platform, d) Precision Movement stage for Linear Array , e) Movement System for Linear Accelerator Platform, f) Cabling system, g) Industrial Workstation with card sets and dual displays, h) Imaging Software Package, i) Custom Software for Motion Controls Stages, j) On site system installation and training, k) Automated Stands for Part Support and Handling, and l) Relational Data base software. Component Performance Standards a) The x-ray source shall be a high output linear accelerator capable of providing adequate flux through 54 inches of solid propellant. Beam size shall be optimized to comply with scanning and imaging requirements listed bel ow. The pulse rate shall be designed to synchronize with the digital imaging system. The accelerator shall meet all applicable safety standards. b) The linear scanning array shall use Complementary Metal Oxide Semiconductor (CMOS) technology. The linear array shall be 36 inches in length. It shall be capable of producing images with a spatial resolution of 80 microns. It shall be shielded and colli mated for x-ray energies up to 9 MeV. The image format size shall be unlimited along the scanning axis. c) The imaging platform movement system shall include a drive assembly, gear motor and encoder to provide at least 20 feet of travel. d)The linear Array Precision movement stage shall be manually movable from the vertical to the horizontal position. It shall be capable of scanning 8 inches or up to 18 inches with simultaneous motion of the linear accelerator in the horizontal scanning situation or with pr ecision movement of the test item support stands in the vertical scanning situation. e) The accelerator platform movement system shall include a drive assembly, gear motor and encoder to provide at least 20 feet of travel. f) The cabling system shall inclu de all cables necessary to connect all components of the inspection system, data cables, Ethernet cables, power distribution cables and cable management devices. g) The workstation shall include an industrial rack mountable PC capable of acquiring, display ing, storing and manipulating the digital images at the highest possible resolution and in a timely manner. h) The software package shall include Windows XP Professional, x-ray image acquisition and enhancement programs. The enhancement features shall incl ude contrast optimization, zoom, invert, measure, emboss, histogram, filters, pixel binning, edge enhancement, and pseudo color. Real time image scroll and radiation monitoring shall also be included. Images shall be exportable in a variety of common formats and DICONDE. i) The motion control software shall be integrated with the image acquisition software and image capture synchronized with the accelerator pulse rate and shall includ e a motion control user interface. j) The vendor shall provide and install all components necessary to provide an operational inspection system, shall demonstrate its capability on a test item provided by the government, and shall provide training for gove rnment and government contractor personnel. k) The automated support stand package shall include at least 5 units for support of up to a 20 foot long and 25 inch diameter test item. Each stand shall include an eight inch wide anti-static conveyor belt, and automation components consisting of a gear motor with encoder for rotation, electric lift, and controllers for each axis of motion. Each stand shall automatically lower in sequence for unobstructed imaging. The support stand package shall also include fi ve stands for supporting test items up to 54 inches in diameter. The automation components for the 25 inch stands shall be compatible with and transferable to the 54 inch stands. The working load across any four stands shall be 16,000 pounds. l) The data b ase software shall be customized for image file management and searchable for all data input variables. Inspection and acceptance will be performed at final destination by the Redstone Technical Test Center (RTTC) representative. FOB point is Redstone Arse nal AL 35898. Delivery is through Redstone Arsenal Central Receiving, Building 8022, Central Receiving telephone numbers:256-842-7249/256-876-6322. Destination is buiding 7290. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation--Commercial Items is not applicable. Award will be made on the basis of the lowest evaluated price meeting the system specfi cations-technical GO/NO GO. Quotes received must address all of the specification requirements listed above providing a technical quote and support documentation to be determined technically acceptable. Offerors shall include a completed copy of the provis ion at 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Requir ed To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional FAR clauses cited at paragraph (b) in the clause and applicable to this acquisition are: clause (1) (7) (14) (15) (16) (17) (18) (19) (20) (21) (26) and (31). The DFARS Clause 252.211-7003 applies. The DFARS Clause 252,212-7001 applies. The additional FAR clause cited at paragraph (a) 52.203-3 applies. The additional DFARS clauses cited at paragraph (b) in the clause and applicable to this acquisition are: 252.225-7001, 252-225-7012, 252.225-7014, 252.225-7016, 252.226-7001, 252.232-7003, 252.243-7002 and 252.247-7023. The additional DFARS clauses cited at paragraph (c) in the clause and applicable to this acquisition are: 252.225-7014 and 252.247-7023 . This solicitation replaces the sole-source solicitation W31P4Q-06-R-0176 that closed 23MAY2006, which is canceled, as it appears from other considered quotes that more than one source can meet the requirements. The date, time and place offers are due: Of fers are due via e-mail, fax or mail by, 14 JUN 2006, 4:30 PM, in the contracting office, building 5400, Room B139 Redstone arsenal, AL. The name and telephone number of the individual to contact for information regarding this solicitation is Mr. Andy Eier mann (256)876-3841; fax (256)876-1631; e-mail andy.eiermann@redstone.army.mil.
 
Place of Performance
Address: US Army Aviation and Missile Command (Missile) ATTN: AMSAM-AC-RD-RA, Building 5400, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
Country: US
 
Record
SN01062696-W 20060607/060605221542 (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.