Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2009 FBO #2870
SOLICITATION NOTICE

63 -- X-ray inspection system

Notice Date
10/1/2009
 
Notice Type
Justification and Approval (J&A)
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Disaster Operations & IT Section, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472
 
ZIP Code
20472
 
Solicitation Number
HSFEHQ09Q0144
 
Archive Date
10/16/2009
 
Point of Contact
Hoa Crews, Phone: 5405422226
 
E-Mail Address
hoa.crews@associates.dhs.gov
(hoa.crews@associates.dhs.gov)
 
Small Business Set-Aside
N/A
 
Award Number
HSFEHQ-09-F-1699
 
Award Date
9/30/2009
 
Description
Part I 1. Agency. The Department of Homeland Security (DHS) / Federal Emergency Management Agency (FEMA), Office of Management - Facilities Management, XXXX, 500 C St SW, Washington, D.C. 20472, Phone: XXXX 2. Nature and/or description of the action being approved. Recommend award to American Science and Engineering (AS&E), 829 Middlesex Turnpike, Billerica, MA 01821, on a sole source basis for two dual-technology x-ray inspection systems. 3. Description of the supplies or services required to meet the agency's need. Two (2) dual metallic detecting/organic detecting X-ray inspection systems including 20" LCD monitors, 4' entrance and exit roller tables, one year parts and labor warranty, installation, and standard operator training at the customer site for up to six operators. 4. Estimated value of the acquisition. $165,200.00. 5. Authority for acquiring the supplies or services on other than a full and open competitive basis. The statutory authority permitting other than full and open competition is 41 U.S.C. 253 (c)(1) implemented by the Federal Acquisition Regulation (FAR) Subpart 6.302-1 entitled "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." Justification: Requirement is for two dual metallic detecting/organic detecting X-ray inspection systems. The system possesses unique capabilities that no other system on the market can duplicate. Specifically, this system is the first and only parcel system which combines multiple technologies, such as AS&E's proprietary Z backscatter x-ray technology and duel-energy transmission. Operators are able to view two images, the Z backscatter image and a duel-energy image, which increases the likelihood of finding hidden illegal materials. The x-ray machine provides enhanced detection of organic materials such as explosives, drugs and plastic weapons which are missed by other X-ray machines. This dual technology provides the most information about contents in a parcel because it allows the scanner to view both metallic and organic images, as opposed to other systems that only enable the scanner to view metallic images. There are currently no other systems similar to the Gemini 100100 on the market. AS&E is the only company capable of providing this requirement. They are the sole manufacturer and provider of this equipment. The technology is patented and is proprietary to AS&E. 6. Additional supporting facts for the acquisition: Technical data packages, statements of work or purchase descriptions suitable to maximize competition to the maximum extent practicable are not available. There are no other known x-ray systems similar to this system. PART II 1. There are a number of various x-ray inspection systems on the market, but only one with dual metallic and organic detection systems. 2. No additional market research was conducted since this was the only X-ray machine of this kind currently on the market and AS&E currently holds the patent for this machinery. 3. I have determined that the anticipated price(s) will be fair and reasonable based on AS&E's current price lists/advertisements in accordance with FAR 13.106-3, examination of vendor's invoices, and comparison with similar items on AS&E's GSA schedule contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/ORPD/HSFEHQ09Q0144/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20472, United States
Zip Code: 20472
 
Record
SN01977852-W 20091003/091001235337-3d47e588208eb4db9f8d3e66e6363898 (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.