Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2002 FBO #0353
SOLICITATION NOTICE

66 -- 3D Computer Tomography System

Notice Date
11/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 2, Commander, NAWCWD, Code 220000D, 1 Administration Circle, China Lake, CA, 93555-6100
 
ZIP Code
93555-6100
 
Solicitation Number
N68936-03-R-0014
 
Archive Date
12/18/2002
 
Point of Contact
Elloise Hitshew, Contract Specialist, Phone (760) 939-6336, Fax (760) 939-8329, - Mary Jacobs, Procuring Contracting Officer, Phone (760) 939-6043, Fax (760) 939-8186,
 
E-Mail Address
hitshewem@navair.navy.mil, jacobsmk@navair.navy.mil
 
Description
The Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, CA, intends to procure on a full and open competitive basis the following items: Flash CT 3D Computer Tomography System. A Firm-Fixed Price contract is anticipated. 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 and award shall be made in accordance with FAR Subpart 13.5 Simplified Acquisition. This announcement constitutes the only solicitation. A formal written solicitation request for quotation (RFQ) will not be issued. All responsible sources may submit a quotation, which shall be considered by the agency. Solicitation N68936-03-R-0014 will incorporate provisions and clauses that are in effect through the Federal Acquisition Circular 2001-09, DCN 20020730 and class deviation 2001-00002. Statement of Objective is to develop a 3D Computed Tomography (CT) System for large items using a high-energy radiation source (>2 MeV) utilizing existing technology for small items and low energy radiation source (<2 MeV) as a baseline. Large test items are defined as items larger than the Field of View (FOV) of the detector array and up to 16-inches in diameter. The development of this system shall include developing data acquisition, processing and visualization algorithms to generate 3D images from large items. This effort is divided into two phases: CLIN 0001 - Phase I: CT System shall convert raw image data to true 3D form with fan, parallel and cone beam reconstruction algorithms, and shall include: Test fixtures/manipulators capable of handling a variety of sizes of test articles: diameters 1 to 16 inches; lengths 1 to 50 inches; weights 1 to 1000 pounds. Digital Detectors: minimum 2000X3000 pixel array; pixel size 127 micron, minimum; must be able to resolve >/= 4 line pairs per mm; perform at high MeVs. Computer and software: software for imaging 8 x 16 inch test articles; reconstruction of pixels (multiprocessor); delivery of reconstructed image to viewer; reconstruction time <60 minutes; slice animation and interrogation coupled with advanced volume rendering to produce visual access to interior view of test asset; manipulation of image: 3D volumetric; flat (2D); X, Y, Z axis spatial view. System training and one year's software and hardware technical support to be included. CLIN 0002 - Phase II: CT System shall include all of the above and include the ability to image 16 X 60 inch test articles. CT imaging and quality shall be evaluated by comparing image of known defect standards obtained with conventional film radiographic techniques with the images obtained using the CT system. The system should be capable of detecting radial cracks as small as 0.003 inches, spherical diameters as small as 0.05 inches, and density differences of -10%. Scatter will need to be controlled such that bondline "kissing" effects can be detected. NOTE: CONTRACTOR CANNOT PROCEED TO PHASE II WITHOUT GOVERNMENT AUTHORIZATION. All requests must reference RFQ number N68936-03-R-0014. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items (Oct 2000), applies to this acquisition and there are no addenda to the provision. Offerors must include a completed copy of the provisions in FAR 52.212-3 (Alt 1)(April 2002) Offeror Representations and Certifications - Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995) with their quotation. These can be found at http://farsite.hill.af.mil/ or http://www.arnet.gov/. FAR Clause 52.212-4, Commercial terms and Conditions - Commercial Items (Feb 2002) applies to this acquisition and there is no addenda to this clause. FAR Clause 52.212-5 (Dev), Contact Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2002) and DFARS Clause 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Apr 2001); 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government (Oct 1995); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Apr 2002); 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec 2001); 52.222-36 Affirmative Action for Workers with Disabilities (Dec 2001); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52-232-33 Payment by Electronic Funds Transfer Central Contractor Registration (May 1999). The following FAR clauses apply to this solicitation: 52.203-3 Gratuities (Apr 1984); 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Jul 1995); 52.222-19 Child Labor Cooperation with Authorities and Remedies (Sept 2001); 52.225-13 Restrictions on Certain Foreign Purchase (Jul 2000); 52.2333-2 Service of Protest (Aug 1996); 52.233-3 Protest After Award (Aug 1996); 52.247-34 FOB Destination (Nov 1991); 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); 52.252-2 Clauses Incorporated by Reference (Feb 1998); 52.252-5 Authorized Deviations in Provisions (April 1984); 52.252-6 Authorized Deviations in Clauses (April 1984). DFARS Clause 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisition - Commercial Items (Jul 2002). The following DFARS Clauses apply to this solicitation: 252.204-7004 Required Central Contractor Registration (Nov 2001); 252.243-7001 Pricing of Contract Modifications (Dec 1991). FAR Clause 52.212-2 Evaluation Commercial Items (Jan 1999) applies and contains important evaluation information. Proposal must clearly demonstrate ability to meet above criteria and evaluation shall be based on price and the technical ability to meet the specifications as mentioned above. NOTE: Government furnished property includes: 3 MeV x-ray source. FAR Clause 52.245-2 Government Property (Fixed-Priced Contracts)(Dec 89) applies. All offerors shall submit a quotation in writing to Commander, Naval Air Warfare Center, Weapons Division, Code 220000D - Attn: E. Hitshew, 1 Administration Circle, China Lake, CA 93555-6100, by fax to 760-939-8329, or by email to hitshewem@navair.navy.mil by 1500 local time, 03 December 2002. All responsible sources may submit a quotation, which will be considered by the agency. Award will be made on or about 18 December 2002. The Government will award a commercial items purchase order resulting form this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. All responses must reference RFQ Number N68936-03-R-0014. In your quote, please include your Tax Identification Number (TIN), Corporation Status, DUNS Number, and Commercial and Government Entity (CAGE) Code, if one has been assigned.
 
Place of Performance
Address: Contractor?s Plant and, Naval Air Warfare Center, Weapons Division, 1 Administration Circle, China Lake CA,
Zip Code: 93555-6100
 
Record
SN00206775-W 20021120/021118213404 (fbodaily.com)
 
Source
FedBizOpps.gov 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.