Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2010 FBO #3010
SOLICITATION NOTICE

99 -- EIGHT CHANNEL 500 kV X-RAY FLASH SYSTEM

Notice Date
2/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC), Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-10-T-0136
 
Response Due
3/22/2010
 
Archive Date
5/21/2010
 
Point of Contact
Chanel D. Williams, 410-278-0771
 
E-Mail Address
RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC)
(chanel.d.williams@us.army.mil)
 
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 combined synopsis/ solicitation number is W91ZLK-10-T-0136. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-37. The Government contemplates award of a firm-fixed price purchase order for following requirement: Eight Channel 500 kV X-Ray Flash System. System shall be built using standard equipment that has been in production for an extended time. No development is anticipated for this purchase. Suppliers must demonstrate evidence that this equipment exists and is currently available in order to be deemed eligible for award. Evidence shall include descriptive drawings and literature specific to the equipment being purchased. Item 0001: Eight Channel 500 kv flash x-ray system for multi anode tube. Including; control console cabinet (2), flash x-ray channel control unit (8), trigger initiation pendant, power distribution unit with high voltage power supply, crowbar switch, laptop with software for system operations and control, 25m control console to pulser cable assembly, (8) trigger amplifier, (8) pulse generator, (8) resistive load, (8) 25m pulser to x-ray tube high voltage cable and (8) instruction manuals. Item 0002: Multi Anode Tube Description: Purchase: Eight channel, 500 kV Flash X-Ray System System Specifications No. of x-ray sources8, all in a common vacuum housing Source spacing (mm)Anode centers positioned on a circle with 110 mm diameter, 45o Max operating voltage (kV)500 Source size (mm)2.5 Insulating gasSF6 or Freon 12 Pressure range (kPa)0 to 300; pressure to be controllable to give optimum operating characteristics at different pulser voltage Operating temperature (oC)0 to 40 Dimensions- tube and pump (mm)570 by 600 by 1222 or smaller Weight- tube (kg) 85 or less Weight- pump with stand (kg)40 or less Pulsers PG 500 20-stage Marx generator; output should be controllable between 180 and 500 kV. Pulsers shall be mounted on wheels. High voltage coaxial cables 25 meters Control cables, cabinet to pulser25 meters Delay generator 0 to 999.999ms in 1us increments Triggering contact closure or pulse Control to LapTop fiber Ethernet "System shall be built using standard equipment that has been in production for an extended time. Pictures of existing equipment must be provided, along with a customer list where the off-the-shelf equipment specified herein has been delivered. Any differences between equipment that is currently available and this solicitation must be noted, along with explanations why these differences will not impact the maximum allowable delivery time. "Control system shall be installed in two 34HU, 19 cabinets, and shall include: o2 power distribution units o8 channel control units o1 Ethernet switch unit o8 trigger amplifiers o8 control cables oLap top computer with software for local and remote operation of the system and all its functions "Software shall provide for full remote control of all settings of the systems operational parameters. "A set of tools for x-ray tube maintenance and service shall be supplied "Five spare 2.5mm anodes and five spare cathodes shall be included, along with five spare windows and window O-rings. "Factory acceptance will be conducted at the manufacturers facility before shipment- to include operation of each channel at different charging voltages/pressures with dummy loads; pulser output pulse waveform; pulser output pickup waveform; pulser time jitter; x-ray dose; operation of the system with all eight channels "A site acceptance test will be performed at ATC. "The system will be installed at ATC "On-site training will be provided to include daily maintenance and troubleshooting Delivery- must be no more than 20 weeks. Evidence shall be provided listing customers that acquired an identical system in no more than 20 weeks. Warranty: 18 months Justification: Current X-ray imaging systems used in the ballistic range area are single pulsed, one image per film plane systems. There is need for a high speed framing x-ray system to view multiple images from one location. The requirement for this system is to produce multiple x-ray images on a single digital large format screen. For example multiple data points are needed to determine maximum deflection in protective clothing and helmets. If this data were not available, testing and ultimately safety releases on new helmet and body protection materials would be delayed in trying to determine maximum deformation due to threat impacts. This data correlates directly to blunt trauma injuries. Examples in ballistic testing involve threat and counter measure interaction. Qualitative and quantitative analysis of this interaction is required to determine effectiveness of countermeasure techniques. Without x-rays penetration characteristics and multiple data points to view the interaction, multiple testing and longer test schedules would be required to develop and determine effectiveness of these techniques. NOTES to Offerors: Offers shall submit system schematics and capabilities in the quote for evaluation. This procurement will be made for the lowest price technically acceptable quote. Note the delivery dates for items are also required in the quote. Acceptance shall be at destination. Shipping shall be FOB Destination to USA Aberdeen Test Center located at Aberdeen Proving Ground, Maryland 21005. The following provisions and clauses will be incorporated by reference: 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3, Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. 252.212-7000, Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 252-211-7003 Item Identification and Valuation 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) 52.211-6 Brand Name or Equal 52.219-6 Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 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 Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.225-7000 Buy American Act-Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.225-7021 Trade Agreements 252.232-7003 Electronic Submission of Payment Requests. EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Capek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number: (703) 806-8866 or 8875 Packages sent by FedEx, UPS, or other delivery service should be addressed to: HQ Army Materiel Command Office of Command Counsel Room2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations must be signed, dated and received by March 22nd, 2010, 3:00 p.m. eastern standard time via fax at 410-278-2407 or email to chanel.d.williams@us.army.mil at the US Army RDECOM Contracting Center, Aberdeen Installation Contracting Division, and Attention: CCRD-AI-IC, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD, 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact Chanel D. Williams, Contract Specialist, via email at chanel.d.williams@us.army.mil. Please provide any questions no later than March 15th, 2010 at 1:00 PM Eastern Standard Time. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f5f5f657d2123c0f059acf14d493dad7)
 
Place of Performance
Address: RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC) Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02069143-W 20100220/100218235706-f5f5f657d2123c0f059acf14d493dad7 (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.