Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2014 FBO #4465
SOLICITATION NOTICE

66 -- X-ray Tube

Notice Date
2/12/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Acquisition And Logistics Division, Gaithersburg, MD 20899
 
ZIP Code
20899
 
Solicitation Number
SB1341-14-RQ-0099
 
Response Due
2/26/2014
 
Archive Date
8/25/2014
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is SB1341-14-RQ-0099 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-72. The associated North American Industrial Classification System (NAICS) code for this procurement is 334517 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-02-26 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Gaithersburg, MD 20899 The DOC National Institute of Standards and Technology requires the following items, Exact Match Only, to the following: LI 001: Comet bipolar MXR321 320 kV 10 mA x-ray tube The oil tube fittings must work with our existing OW4002 GE heat exchanger and have quick release/action couplings. The x-ray tube must be integrated, by NIST scientist, into our current system, which includes a Pantak HF320 x-ray generator, OW4002 GE heat exchanger, Pantak voltage dividers and Pantak PMC1000 x-ray controller. This integration will include the unique load requirement changes to the Pantak HF320 controller/generator. The new x-ray tube load characteristics must be provided as further defined in line item 0003. The cooling medium is oil with a minimum flow of 14 l/min and a GE OW 4002 water to oil heat exchanger is used at NIST with quick action couplings. The replacement tube must have oil cable fittings compatible with the heat exchanger. The nominal maximum tube voltage is 320 kV. The continuous rating should be 4000 W. The filament current should be 4.6 A and filament voltage 6.4 V. The focal spot size must have a diameter of 8 mm (industry standard EN 12543). The focal spot size must be documented upon receipt to NIST as further defined below in line item 003. The inherent filtration must be 3.0 mm Be. No additional filtration is acceptable. The target material must be tungsten with a target angle of 30 degrees. The radiation coverage should be 40 degrees. The leakage radiation cannot exceed 10 mSv/h at max load conditions of 320 kV and 10 mA at 1 m. The terminal type must accommodate R24 HV cables., 1, EA; LI 002: R24 high voltage cable, 10 m in length, must terminate to fit the Comet replacement tube with quick release style collars on the generator end to connect with the Pantak generators., 2, EA; LI 003: Documentation: At time of delivery, the Contractor shall provide, (a) new x-ray tube load characteristics, (b) serial number of the Comet tube insert, (c) factory testing data, (d) the focal spot size, (e) verification of the tungsten target material, and (f) the date the tube was tested., 1, LT; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DOC National Institute of Standards and Technology intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DOC National Institute of Standards and Technology is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to the point of contact in the FBO notice, so that they are received at that email address no later than the closing date and time for this solicitation. FOB Destination delivery terms are requested, and shall take place in accordance with Contractor's commercial schedule. The contractor shall deliver line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. (All shipping charges shall be included in the bidders final price) Line Item 001 is a brand name (Comet) Only requirement. Brand Name Only Justification: This is a direct replacement of an expired Comet x-ray tube. In order to reproduce scientific data produced in NIST reference radiation qualities and to numerous published documents over the last decade, an identical tube must be purchased. The exact geometry must be reproduced with the replacment tube. The homogeneity of the x-ray beam must be at least 95% flat and uniform across the beam diameters used at NIST as listed in the NIST ISO17025 quality manual. The replacement tube and components will be integrated into our current system, by the Government, which includes a Pantak HF320 x-ray generator, OW4002 GE heat exchanger, Pantak voltage dividers and Pantak PMC1000 x-ray controller. This integration will require unique load requirement changes to the Pantak HF320 controller/generator. Award shall be made to the lowest priced, technically acceptable quoter. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor ?Meeting or Exceeding the Requirement,? and 2) Price. All equipment must be new; used and/or remanufactured equipment will not be considered for award. Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds the Governments minimum required specifications. Quotes shall include the manufacturer, make and model of the products, manufacturer sales literature or other product literature which addresses all specifications, and CLEARLY DOCUMENTS that the offered products meet or exceed the minimum specifications. A technically acceptable Contractor must be identified by the tube manufacturer, Comet X-ray Tube (Original Equipment Manufacturers, OEM), as an experienced company that can provide the required tube insert, cables and oil fittings using industry and manufacture standards. Contractor must include documentation to support that they are an authorized Comet representative to be determined technically acceptable for award. Price: Price shall be evaluated for reasonableness. 52.212-1, Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items 52.225-18, Place of Manufacture; Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012) 1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that- a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. 2) The Offeror represents that, as of the date of this offer- a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability. 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items-Commercial Items including subparagraphs: 52.204-10, Reporting Executive Compensation; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-28, Post Award Small Business Program Re-representation; 52.222-3, Convict Labor; 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 Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-1 Buy American Act ? Supplies 52.225-13, Restriction on Certain Foreign Purchases; 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.247-34, FOB Destination 1352.201-70, Contracting Officer's Authority 1352.209-73, Compliance With the Laws 1352.246-70, Place of Acceptance In accordance with FAR 52.204-99, the awardee must be registered in the System for Award Management (www.sam.gov) prior to award. Refusal to register shall forfeit award. A minimum of a one year warranty shall apply to this equipment. The Contractor shall state any applicable warranty coverage for the equipment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-14-RQ-0099/listing.html)
 
Place of Performance
Address: Gaithersburg, MD 20899
Zip Code: 20899-0001
 
Record
SN03287953-W 20140214/140212234921-c3c3e7120ae7a1bd76739323149d383b (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.