Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2009 FBO #2777
MODIFICATION

66 -- RECOVERY - High Resolution 3D Microfocus XRay Cabinet

Notice Date
7/2/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 1701 Ft Myer Drive, Rosslyn, VA 22209
 
ZIP Code
22209
 
Solicitation Number
SAQMMA09Q0092_02
 
Response Due
7/8/2009
 
Archive Date
1/4/2010
 
Point of Contact
Name: Cynthia Harper, Title: Contract Specialist, Phone: 703-875-6218, Fax: 703-875-7370
 
E-Mail Address
harperc@state.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is SAQMMA09Q0092_02 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-31. The associated North American Industrial Classification System (NAICS) code for this procurement is 423450 with a small business size standard of 100.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-07-08 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Springfield, VA 22150 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, HIGH RESOLUTION 3D (DR) (CT) MICROFOCUS X-RAY CABINET SYSTEMTechnical Requirements:The dimensions of the cabinet may not exceed 88H x 96W x72D,Scranning area: 36" x 30" x 30" minimum.Steel lead steel shielded cabinet built to supersede 21 CFR 1020.40 Cabinet X-ray Systems standards to meet zero radiation leakage. Maximum part weight to 150 lbs. Microfocus X-Ray Source; 225kV, 320 W, Cone-Beam CT, Less than 5um focal spot, maximum image resolution at 1.5um. Flat panel amorphous silicon detector for Cone-Beam CT,12" x 16" 4030e 127um Tungsten Shielded Electronics, 3 FPS at full restution and 7 FPS at 2x2 pixels binning. 7 axis part manipulator with CNC motion control for all drives; CT image stitching capability. User friendly DR and CT Rendering Software with 3D Visualization. The vendor must be flexible and able to modify software menus options a the customer's request,Automatic center of axis shift correction,multiple window interfaces allowing for simutaneous display of static images, live images and analytical data, Non-proprietary image storage format, Read and store images in TIFF, BMP, JPEG, GIF, TGA< DICONDE and PCX, and Adobe Phtoshop CS4 Software. Acquisition Workstation and two high resolution wide screen flat panel displays,GPU-based (graphics processing unit) 3D CT. Reconstruction Supercomputer Workstation with; 3840 x2400 pixels flat panel display.Image reconstruction time, Number of radiographs: 3600, Resolution of Projection: 2304 3200; Reconstruction Resolution: 3000 x 3000 x 3000, Size: 100.6 GB, 4 GPU Supercomputer reconstruction time = 3 hr 6 minutes 32 seconds. Multi-Core processor workstations with Windows XP 64 Bit operating system. Ability to communicate with other workstations and scanners in DICOM format (data transfer over network). High performance high capacity data storage device. Minimum, 4 disk RAID configurable as RAID 0, 0+1, 5 or 5+ hot spare Hot-swappable drives. Operation and Maintenance Manuals. Installation, 5-days, 5 days initial training, and 6-month and 1 year Maintenance checkups minimum. WARRANTY: One year parts and labor, Three year extended warranty., 1, EA; LI 002, Subject Matter Training - 5 days minimum. Additional expert level training 5 days. Trainer must be a U.S. Citizen., 1, EA; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.ccr.gov. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO remanufactured, refurbished, or gray-market products. (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html.(b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default program files directory and should be able to silently install and uninstall.(c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges.(d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been substantially transformed in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered substantially transformed based solely on its integration into IT or other systems. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. Award may NOT be based solely on pricing factors alone. Consideration may be given to non-price related factors to include delivery, history, urgency of need, as well as price, among others. 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (Mar 2009) (http://www.recovery.gov) 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements (Mar 2009) 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Apr 2009) (Alternate II Mar 2009) 52.214-26 Audit and Records-Sealed Bidding (Mar 2009)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/SAQMMA09Q0092_02/listing.html)
 
Place of Performance
Address: Springfield, VA 22150<br />
Zip Code: 22150<br />
 
Record
SN01864160-W 20090704/090703000023-72724a127befbaa19d1b7fd7346d1801 (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.