Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2010 FBO #3274
SOLICITATION NOTICE

66 -- CT Scanner/X-Ray System

Notice Date
11/9/2010
 
Notice Type
Presolicitation
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-11-T-0005
 
Point of Contact
Rebecca J. Graham, Phone: 719-333-3200, Diana South, Phone: 719-333-8650
 
E-Mail Address
Rebecca.Graham@usafa.af.mil, Diana.Myles-South@usafa.af.mil
(Rebecca.Graham@usafa.af.mil, Diana.Myles-South@usafa.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a pre-solicitation notice for a SkyScan 1173 CT-Scanner/X-Ray System for the Dean of Faculty at the United States Air Force Academy. This is a brand name or equal requirement. • CT Scan Shall utilize an X-Ray source with the capability of 130kV. • CT Scan's X-Ray source shall have a beam size of 5-microns, with the ability to resolve features smaller than 10-microns in size. • Must have a spatial resolution of 7-microns. • CT Scan shall accept an object of 140 mm in diameter and 200 mm in length. • CT Scan shall have less than 1µSv/h across the entire instrument surface, for radiation safety. • Must have a fully automated computerized system that can analyze the X-Ray data to regenerate CT 3D view of the part, highlighting defects and discontinuities. • CT-Scan's X-Ray detector shall be at least 12-bit. • CT-Scan shall use an X-Ray detector with 2240x2240 pixels. • CT-Scan (not including computer monitors) shall require a footprint of 1070mmx720mm in depth, due to size available in laboratory. • System shall include computer(s), monitor(s), all necessary equipment to operate the computer(s) (i.e.: Mouse, Keyboard, etc), and cables to attach the computer to the CT Scanner. Computer shall come with all necessary software to operate the CT Scanner. • CT-Scan shall be less than 625mm in height. • Total weight of CT-Scan shall be 270kg, so that it can be placed on counter-top or table. • Installation and ½ day training are required with this acquisition. The salient characteristics will be included in the solicitation. It is the government's intent to issue a Request for Quotation, FA7000-11-T-0005 in support of awarding a Firm-Fixed Price purchase order. Delivery is no later than 01 March 2011 but is desired as soon as possible. This requirement will be unrestricted but HUBZone, 8(a), Service Disabled Veteran Owned and all small businesses are encouraged to participate. The North American Industry Classification System Code (NAICS) is 334517 and the small business size standard is 500 employees. It is anticipated the solicitation will be issued electronically on or about 10 November 2011 on the Federal Business Opportunities (FBO) web page at http://www/fbo.gov. Due date for receipt of quotation will be indicated in the solicitation document when it is released. Once the solicitation is posted on FBO, it is incumbent upon the interested parties to review this site frequently for any updates or amendments. It should be noted that paper copies of documents will not be provided. Offerors must be registered with Central Contractor Registration (CCR) or may be not be considered for award. Registration can be accomplished at http://www.ccr.gov. As of 1 Jan 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitation as part of the proposal submission process. Representation and Certification are to be accomplished in the database at httpps://orca.bpn.gov/. Registration requires applicants to have a DUNS number from Dun and Bradstreet and can be obtained at www.dnb.com. The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose offer conforming to the solicitation will be most advantageous to the government. The following factors shall be used to evaluate proposals: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made on the basis of determining the technically acceptable offer (Pass/Fail) with the lowest evaluated price which meets or exceeds the salient characteristics of this requirement as listed below: • CT Scan Shall utilize an X-Ray source with the capability of 130kV. • CT Scan's X-Ray source shall have a beam size of 5-microns, with the ability to resolve features smaller than 10-microns in size. • Must have a spatial resolution of 7-microns. • CT Scan shall accept an object of 140 mm in diameter and 200 mm in length. • CT Scan shall have less than 1µSv/h across the entire instrument surface, for radiation safety. • Must have a fully automated computerized system that can analyze the X-Ray data to regenerate CT 3D view of the part, highlighting defects and discontinuities. • CT-Scan's X-Ray detector shall be at least 12-bit. • CT-Scan shall use an X-Ray detector with 2240x2240 pixels. • CT-Scan (not including computer monitors) shall require a footprint of 1070mmx720mm in depth, due to size available in laboratory. • System shall include computer(s), monitor(s), all necessary equipment to operate the computer(s) (i.e.: Mouse, Keyboard, etc), and cables to attach the computer to the CT Scanner. Computer shall come with all necessary software to operate the CT Scanner. • CT-Scan shall be less than 625mm in height. • Total weight of CT-Scan shall be 270kg, so that it can be placed on counter-top or table. When applicable, the price evaluation adjustment for HUB Zone small business concerns will be applied in accordance with FAR 52.219-4, Notice of Price Evaluation Preferences for HUB Zone small Business Concerns, to arrive at an evaluated price. 5352.201-9101 OMBUDSMAN (APR 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the USAF Academy Ombudsmen, Kim Diercks 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 Email: Kim.Diercks@usafa.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) The point of contact is Rebecca Graham at (719) 333-3200 or e-mail at rebecca.graham@usafa.af.mil or Diana South (719) 333-8650 diana.myles-south@usafa.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-11-T-0005/listing.html)
 
Place of Performance
Address: United States Air Force Academy, Colorado Springs, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN02324763-W 20101111/101109234056-8dd6704ddc283b3960d892b1dfe3c3b0 (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.