Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2011 FBO #3471
SOLICITATION NOTICE

66 -- MICROFOCUS X-RAY TUBE SYSTEM

Notice Date
5/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC11390763Q
 
Response Due
6/6/2011
 
Archive Date
5/25/2012
 
Point of Contact
Bernadette J. Kan, Contract Specialist, Phone 216-433-2525, Fax 216-433-2480, Email Bernadette.J.Kan@nasa.gov
 
E-Mail Address
Bernadette J. Kan
(Bernadette.J.Kan@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 onlysolicitation; 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 (1) system 225 KVMicrofocus X-Ray System including tube, controller, and software. The specifications areas follows: Model: X-RAY WorX XWT-225-THE, 225 kV Transmission Microfocus X-ray Unit,Tube Voltage 25 -225 kV, mA Range 0-1 mA, Power 80 W max, Ripple < 0.1%, Minimumfocal spot size<4 micron, Detail Recognition <1 micron, MinimumFocus-Object-Distance < 0.25 mm, 10m High Tension Cable, Oil Free Vacuum System,Mounting bracket design TBD, 25 Watts at Full Power while maintain a small focal spotwith diamond target, diamond target included. X-Ray Control Unit, Windows operatingsystem control software. (Provided from manufacturer) operates on existing x-ray CTworkstation from Northstar, Inc., Automatic tube warm-up High voltage, filament current,RTU (Ready to Use) click in cathode filaments, Automatic focusing, electron beamalignment and target loading control, Spare Parts and Service Kit.Warranty, 12 months. FOB shipping to destination included. Delivery within 8 weeks oforder.Additional optional parts and services to be quoted as separate line items: 1)Optional cooling module for tube head, 2) On-site Installation and training forMICROFOCUS X-RAY TUBE SYSTEM, and 3) Custom built tube stand for tube. The provisions and clauses in the RFQ are those in effect through FAC 2005-50.The NAICS Code and the small business size standard for this procurement are 334517 and500 employees respectively. The offeror shall state in their offer their size status forthis procurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA GRC, 21000 Brookpark Road, Receiving Bldg 21, Cleveland OH 44135 isrequired within 8 weeks ARO. Delivery shall be FOB Destination.Offers for the items(s) described above are due by noon on June 6, 2011 to NASA GRC,21000 Brookpark Road, Attn: Bernadette Kan MS 60-1, Cleveland OH 44135 and must include,solicitation number, FOB destination to this Center, proposed delivery schedule,discount/payment terms, warranty duration (if applicable), taxpayer identification number(TIN), identification of any special commercial terms, and be signed by an authorizedcompany representative. Offerors are encouraged to use the Standard Form 1449,Solicitation/Contract/Order for Commercial Items form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference.If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 52.247-34 F.O.B. Destination. (NOV 1991), 1852.215-84 Ombudsman. (OCT 2003), 1852.223-72 Safety and Health (Short Form). (APR2002),1852.225-70 Export Licenses. (FEB 2000), 1852.237-73 Release of SensitiveInformation. (JUN 2005).FAR 52.212-5 (MAR 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.203-6, Restrictions on Subcontractor Sales to theGovernment (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402), 52.204-10 Reporting Executive Compensation and First-Subcontractor Awards (JUL 2010)(Pub. L. 109-282)(31 U.S.C. 6101 note), 52.209-6 Protecting the Governments Interestwhen Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (DEC2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000). (Not applicable tosubcontracts for the acquisition of commercially available off-the-shelf items), 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JUL2005) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a), 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C.637 (d)(2) and (3)), 52.219-28 Post Award Small Business Program Rerepresentation (APR2009) (15 U.S.C. 632(a)(2)), 52.222-3 Convict Labor (JUN 2003) (E.O. 11755), 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JUL 2010) (E.O.13126), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26EqualOpportunity (MAR 2007)(E.O. 11246), 52.222-35, Equal Opportunity for Veterans (SEP 2010)(38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010)(29 U.S.C. 793), 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212),52.222-40 Notification Of Employee Rights Under The National Labor Relations Act (DEC2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause52.222-40, 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)), 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010)(E.O 13513), 52.225-1, Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d), 52.225-13Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutesadministered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (MAY1999) (31 U.S.C. 3332).The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to BernadetteKan not later than June 2, 2011. Telephone questions will not be accepted.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (MAR 2011), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note '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=22. Potentialofferors will be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC11390763Q/listing.html)
 
Record
SN02456744-W 20110527/110525234806-d785447a2a77b17ef500a3cf62d87d03 (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.