Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2009 FBO #2797
SOLICITATION NOTICE

65 -- Radiographic imaging system and components

Notice Date
7/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Great Plains Regional Contracting Ofc, Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81K00-09-T-0304
 
Response Due
8/3/2009
 
Archive Date
10/2/2009
 
Point of Contact
jroeck, 210-221-4648<br />
 
E-Mail Address
Great Plains Regional Contracting Ofc
(john.roeck@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation W81K00-09-T-0304 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. This acquisition is solicited as restricted to small business set-aside, NAICS 334517, size standard 500 employees. All responsible sources may submit a quotation which shall be considered by the agency. The requirements of this solicitation are for an Radiographic imaging system and components, 2 each for Darnall Army Hospital, Fort Hood, TX. Required delivery with FOB Destination. Line item 0001: VERTX-V-MIL, Computed Radiographic (CR) imaging system, or equal, 2 each. Salient characteristics of: Line item 0001: True Flat Scan Path VERTX floor stand ICRco VERTX Scanner with: oArtifact-free imaging oAbility to process 72-90 images per hour oDICOM 3.0 compliant to transport images oAbility to manipulate digital data by allowing enhancement of low contrast, overall image contrast adjustment, and manipulation of high/low frequency components oImages should not exhibit any distortion and should be uniform without any blurring oScanner must be able to be used as a free-standing scanner as well as mount on portable x-ray unit and stand that folds like two wheel cart providing ease of movement oGrayscale resolution at 16 bits/pixel source file & with 65536 shades of gray oUltra high and standard resolution selectable scanning parameters oScan capability of 83 plates per hour for mixed cassette sizes oScan capability of 70 plates per hour 14 x 17 cassettes o10x12 grid o14x17 grid o35 seconds access time o52 seconds cycle Recommend 1 internal moving scanner part to yield less complicated service and repair issues PC must have: oCore 2 Duo Class Device o250GHD, 1 GB RAM oWindows XP oModem oNIC Card oCDR-W oUSB 1 high speed interface time QPC Vet Software to include oDICOM send, receive, store, auto routing, and Print oPatient information database oAnnotations and measurements oR & L markers o16 bit compression oCR processing including vet algorithms and anatomy presets oFull viewing functions oQA tools oCD/DVD creator software Erasing must include: oInclude Solid state integrated LED and automatic erasing oVariable erase time selectable options, scanning and erasing in one step, ultra high throughput Erasing must not: oProduce ghost images or show visible artifacts Cassettes must have: oAutomatic cassette handling oGlass cassette system oInclude 10x12 inch cassettes oInclude 14-17 inch cassettes Heat dissipation cannot exceed at 230W during standby; maximum 1610W Must be FDA Approved CE Approved Medical CE Compliant Certified Field Service Engineer on site to teach technique chart validation, user orientation to software, and procedures for removed support Line item 0002: Installation and application training Line item 0003: Technical and service manuals The following FAR and DFARS provisions and clauses apply to this solicitation: 52.212-1 [Instructions to Offerors]; Addendum 52.212-1; Federal Acquisition Regulation (FAR) provision 52.211-6 Brand Name or Equal applies to this acquisition. Vendors shall comply with FAR provision 52.211-6 if submitting other than the brand name products. Award will be all or none. FAR provisions and clauses can be viewed at Internet address: http://farsite.hill.af.mil/vffar1.htm. Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses can be viewed at Internet address: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html All vendors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed at Internet address: www.ccr.gov/. Confirmation of CCR registration will be validated prior issuance of an order. Vendors shall include completed copies of FAR 52.212-3 [Offeror Representations and Certifications-Commercial Items] and DFARS 252.212-7000 [Offeror Representations and Certifications-Commercial Items] with their quote. The closing date and time of this solicitation is 3 August 2009, 10:00 a.m. CST. Submit quotations on company letterhead signed by an authorized company representative by the closing date and time. Quotes may be submitted via mail, fax, or e-mail. (mail: Great Plains Regional Contracting Office, Attn: John Roeck, 3851 Roger Brooke Drive, bldg 1103, Fort Sam Houston TX 78234-6200; fax: (210) 221-5359). Paper copies of this solicitation will not be issued and telephone, fax, or email requests for the solicitation will not be accepted. Point of contact: John Roeck, 210-221-4648; e-mail: john.roeck@us.army.mil. The following is incorporated full text for FAR 52.212-2 [Evaluation-Commercial Items]: a. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes: Technical acceptability and price. 1. Technical acceptability: If providing an equal item(s), comply with FAR Clause 52.211-6, Brand Name or Equal. Explain how your company will meet the salient characteristics of the items as specified in the solicitation. Prospective contractors shall demonstrate that the system offered complies with the technical requirements described in the salient characteristics by submission of a written capability statement with their offer. 2. Price. 3. Evaluation Process: All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable quote on an all or none basis. End Addendum 52.212-1; 52.212-4 [Contract Terms and Conditions Commercial Items]; Addendum 52.212-4; 52.211-6 [Brand Name or Equal]; 52.212-2 [Evaluation-Commercial Items]; 52.212-3 [Offeror Representations and Certifications-Commercial Items]; 52.219-1 [Small Business Program Representations]; 52.237-2 [Protection of Government Buildings; Equipment, and Vegetation]; 252.209-7001 [Disclosure of Ownership or Control by the Government of a Terrorist Country]; 252.212-7000 [Offeror Representations and Certifications-Commercial Items] 252.225-7031 [Secondary Arab Boycott of Israel]; 252.232-7010 [Levies on Contract Payments]; 252.243-7001 [Pricing of Contract Modifications]; End Addendum 52.212-4; 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items] with sub clauses: 52.219-6 [Notice of Total Small Business Set-Aside]; 52.219-8 [Utilization of Small Business Concerns] 52.219-28 [Post Award Small Business Program Representation] 52.222-3 [Convict Labor], 52.222-19 [Child Labor-Cooperation with Authorities and Remedies], 52.222-21 [Prohibition of Segregated Facilities], 52.222-26 [Equal Opportunity], 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans], 52.222-36 [Affirmative Action for Workers with Disabilities], 52.222-37 [Employment Reports on Special Disabled Veterans of the Vietnam Era and Other Eligible Veterans], 52.222-50 [Combating Trafficking in Persons], 52.225-3 [Buy American Act-Free Trade Agreements-Israeli Trade Act], 52.225-18 [Place of Manufacture] 52.225-13 [Restrictions of Certain Foreign Purchases] 252.232-7003 [Electronic payments] 252.211-7003 [Item identification] 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] with sub clauses 252.225-7001 [Buy American Act and Balance of Payments Program], 252.247-7023 [Transportation of Supplies by Sea Alternate III] (end)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-09-T-0304/listing.html)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX<br />
Zip Code: 78234-6200<br />
 
Record
SN01883564-W 20090724/090722235405-ea533ce1ac36fa4486d32f3de219caf4 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.