Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2010 FBO #3189
SOLICITATION NOTICE

65 -- DESKTOP X-RAY MICRO-COMPUTED TOMOGRAPHY SCANNER SYSTEM

Notice Date
8/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA10351765Q-AKK
 
Response Due
8/31/2010
 
Archive Date
8/16/2011
 
Point of Contact
Karen Klaas, Purchasing Agent, Phone 650-604-6474, Fax 650-604-3020, Email karen.klaas@nasa.gov - Marianne Shelley, Contracting Officer, Phone 650-604-4179, Fax 650-604-3020, Email marianne.shelley@nasa.gov
 
E-Mail Address
Karen Klaas
(karen.klaas@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the only solicitation;offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ) for one Desktop X-RayMicro-Computed Tomography Scanner System.SPECIFICATIONSDesktop X-Ray Micro-CT Scanner System, suitable for imaging of small research samples.The scanner should provide fast scans, multi-user-friendly controls, a small desktopfootprint, and low-maintenance operation for scientific research applications. MINIMUM REQUIREMENTS 1) Hardware specifications for microCT scanner:a) X-ray source: variable power, at least from 25 45kV or better range;b) X-ray detector: at least 1Mp cooled CCD or better;c) Spatial resolution: at least 10 micrometre or better; d) Object size: at least 20mm in diameter, 80mm in length;2) Computer- Must include an acquisition and analysis computer, Mac, PC, or other asappropriate for image acquisition and 3D reconstruction;3) Reconstruction Software- Must include software for volumetric (X-ray cone-beam) 3Dobject reconstruction of at least 1000 sample x-ray image slices; 4) File Format - Must be readable and/or convertible to/by third party software such asAmira, and MatLab;5) Analysis software should be included to build and analyze 3D models from micro-CTscans including 2D and 3D bone morphometric parameters such as:a) Bone volume/total volume (BV, TV, BV/TV);b) Bone surface area (BS, BS/BV); c) Structure model index (SMI); d) Trabecular connectivity density (TCn.D);Trabecular (or object) thickness, mean anddistribution (Tb.Th); e) Trabecular separation (Tb.Sp); f) Trabecular number (density) (Tb.N):6) Installation and User Training at NASA Ames Research Center shall be included.7) Shipment shall be FOB Destination.DESCRIPTION OF USE IN PROJECTThe Desktop X-Ray Micro-CT Scanner System being acquired will be used for research in theBone and Signaling Laboratory at NASA Ames Research Center. PERIOD OF PERFORMANCEThe Desktop X-Ray Micro-CT Scanner System is required at NASA Ames Research Center,Moffett Field, CA 94035-0001 on or before October 29, 2010. DELIVERABLESDeliverables under this procurement include the Micro-CT scanner instrument, acquisitionand analysis computer, and software for 3D reconstruction and bone parameter analysis.The North American Industry Classification System (NAICS) Code and the small businesssize standard for this procurement are 334517 (Irradiation Apparatus Manufacturing) witha small business size of 500 employees, respectively. All responsible sources may submit an offer which shall be considered by the agency. Offers for the items(s) described above are due by Tuesday, August 31, 2010, no laterthan 12:30 PM Pacific Time, to the contract specialist, Karen Klaas, emailKaren.Klaas@nasa.gov, and must include: a firm fixed price for the required items,solicitation number, proposed delivery schedule, discount/payment terms, warrantyduration (if applicable), taxpayer identification number (TIN), identification of anyspecial commercial terms, and be signed by an authorized company representative. The provisions and clauses in the RFQ are those in effect through Federal AcquisitionCircular (FAC) 2005-44. The Federal Acquisition Regulation (FAR) may be obtained via the Internet at URL:http://www.acquisition.gov/far/index.html. The NASA FAR Supplement (NFS) may be obtained via the Internet at URL:http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm.Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. Please note paragraphs(j) and (k) that require all offerors to have a DUNS number and current CCR registration.Offerors shall provide the information required by FAR 52.212-3 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer. If the offerorhas already entered their representations and certifications at the OnlineRepresentations and Certifications Application (ORCA) at https://orca.bpn.gov/, offerorsare only required to complete paragraph (b) of the provision. FAR 52.212-4 (JUL 2010), Contract Terms and Conditions-Commercial Items is applicable.FAR 52.212-5 (JUL 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified FAR clausesare incorporated by reference: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards,52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities andRemedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity,52.222-36 Affirmative Action for Workers with Disabilities, 52.222-50 CombatingTrafficking in Persons, 52.225-1 Buy American Act-Supplies, 52.225-13 Restrictions onCertain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer- CentralContractor Registration, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breachof Contract Claim.The following NFS clauses will also be incorporated into any resultant contract: NFS 1852.223-72 Safety and Health (Short Form), NFS 1852.225-70 Export Licenses, NFS1852.215-84 Ombudsman (Lewis Braxton, NASA Ames Research Center, M/S 200-9, MoffettField, CA 94035-0001), NFS 1852.237-73 Release of Sensitive Information.All contractual and technical questions about this solicitation must be in writing(e-mail only) to: Karen.Klaas@nasa.gov not later than Monday, August 23, 2010. Telephonequestions will not be accepted.Selection and award will be made to the offeror whose offer will be most advantageous tothe Government, with consideration given to the following evaluation factors: (1)Technical merit of the proposed X-Ray Micro-CT Scanner System and the extent that itmeets all of the specifications listed above; (2) Price: An evaluation of thereasonableness of the quoted price for the X-Ray Micro-CT Scanner System; (3) Schedule:An evaluation of the offeror's proposed delivery, installation, and user training datesat NASA Ames Research Center.Other critical requirements: The offerors past performance and warranty for the oneX-Ray Micro-CT Scanner System shall be considered. It is critical that offerors provideadequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)).Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21. Potential offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).Information about major upcoming ARC procurement actions is available athttp://ec.msfc.nasa.gov/cgi-bin/eis/admin/admin.cgi?center=ARC.Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA10351765Q-AKK/listing.html)
 
Record
SN02241666-W 20100818/100816234649-f558da1d7a60cb9e5b2f156142f07169 (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.