Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2006 FBO #1650
SOLICITATION NOTICE

66 -- X RAY INSPECTION SYSTEM

Notice Date
6/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
US Army C-E LCMC, Tobyhanna Depot Contracting Office, ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
 
ZIP Code
18466-5100
 
Solicitation Number
W25G1V-06-T-0395
 
Response Due
6/9/2006
 
Archive Date
8/8/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. NAICS is 334515, 500 emp. Simplified acquisition proced ures (FAR Part 13.5) will be used. Any resultant contract shall be Firm, Fixed-Price, one award. Offeror must hold prices firm for 60 calendar days from the date specified for receipt of offers. Offers or modifications to offers received at the address s pecified for the receipt of offers after the exact time specified may not be considered. Offers may be submitted via Fax at 570-895-6782 or hard copy. To receive an award, the company must be registered in the Central Contractor Registration Database (C CR) http://www.dlis.dla.mil/ccr/default.asp. Parties interested in responding to RFQ shall complete a Standard Form (SF)1449 (available at http://www.forms.gov), blocks 5, 12, 17a, 17b (as appropriate), 19 thru 24, 30a, and 30b; the quote must be signed b y a company official authorized to contractually bind the company. Offerors shall include the full text provision FAR 52.212-3 ALT I (Offeror Representations and Certifications --Commercial services), completely filled out and as well as DFARS 252.212-700 0, Offeror Representations and Certifications-Commercial services). Full text clauses (FAR and DFARS) may be found at http://farsite.hill.af.mil/ or http://www.arnet.gov/far. Supporting documentation (i.e., Past Performance information and, if quoting o n an equal item, literature clearly showing that the product quoted matches the referenced brand (salient characteristics)) must be submitted in order for your quote to be considered. It is recommended that the completed SF1449 be Faxd (570-895-6782); o ther information and supporting documentation should but be submitted electronically to joseph.santillo@tobyhanna.army.mil. ITEM 0001: DESCRIPTION: One each (1 ea) Dage XD7500TR X-Ray Inspection System or equal. The system will be used to inspect Printe d Circuit Boards (PCBs). F.O.B., Inspection and Acceptance is Destination, Tobyhanna Army Depot, ASARS Receiving, Bldg 1 C 6, 11 Hap Arnold, Blvd., Tobyhanna, PA, 18466-5091. Packaging shall comply with ASTM D3951-98(2004) Standard Practice for Commerci al Packaging, ASTM International. The salient physical, functional, or performance characteristics that equal products must meet are as follows: 1. System shall include a lead-shielded cabinet enclosing x-ray source and detector, and include a lead-glas s view window for observing items being inspected. 2. Detector shall be equipped with Digital Image Acquisition. 3. X-Ray Tube shall be open-tube design to ensure longer x-ray tube life and to provide a high level of Ball Grid Array (BGA) analysis, packa ge inspection, and a wide range of failure analysis. Filament changes shall be quick and easy and shall be capable of being performed by a system user. Filament changes requiring mechanical adjustment of the filament and extensive recalibration following filament replacement are unacceptable. 4. Focal spot must be two (2) micrometers or smaller. 5. Provides a minimum of 60 degree viewing angle over the entire 16 inch by 18 inch inspection area; and a minimum of 60 degree viewing angle for any location 360 degrees around the inspection area. 6. Provides a minimum of 700x geometric magnification (over the entire inspection area, including oblique angle view of 0 to 60 degrees); and total magnification, achieved through a combination of actual geometric m agnification enhanced by such methods as digital zoom, optical zoom, optical characteristics of the detector, pixel, software and monitor size, must provide a m inimum of 2450x. 7. The system must be capable of handling a 17 inch by 20 inch board, with an inspection area of 16 inches by 18 inches, boards with a thickness up to 6 millimeters, and sample with a weight up to 10 pounds. The system must provide 16 bi t real image processing with frame rates up to 25fps with a minimum of 65,000 gray scales. 8. The following software/software features must be provided with the system: user-friendly Graphical User Interface (GUI) operates on installed Microsoft Windows X P Operating System; Verifier Software enables viewing, text annotation, image saving and management, and printing utilities; BGA Analysis Software; Advanced image processor which provides both image analysis and measurement; and point-and-click user inter face. 9. The system must provide a 17 inch or larger flat panel color display monitor with a resolution of 1024 x 768; If provided, larger monitors will have the following resolution requirements: 19 inch would require 1280 x 1024 resolution, 21 inch moni tor would require 1600 x 1200. 10. Control Personal Computer (PC). Control PC must be fully integrated into the system and comply with the following specifications: Pentium 4 Processor with a minimum of 2.0GHz with 512 MB RAM; minimum 40 GB hard drive; minimum 32 MB Graphic Card; minimum 48X CD-ROM drive; and a USB Port for connection of peripherals. 11. The following spares are required: one-each of all open-tube consumables such as filament, targets, and seals; and A penning transmitter will be prov ided for use in x-ray tube calibration. 12. Documentation: Prior to Final Acceptance, the Contractor shall provide: Two copies of all documentation listed below in either hardcopy or electronic format: Software manuals and licenses; Back-up copy of all so ftware; manufacturer manuals, parts lists, recommended spares, listing of consumables, and specification sheets for assemblies, sub-assemblies, Personal Computer (PC), and any peripherals. No less than ten (10) days prior to delivery of the system, the Co ntractor shall submit a training plan to the Contract Administrator (copy furnished to the COR), such plan including specific topics which will be covered, duration of each topic, and any requirements for classroom, blackboard, or computer access. Six cop ies of training materials shall be provided at the commencement of the on-site training. 13. Environmental Requirements: System shall perform according to specifications within an operating temperature range of 60? F. and 86? F and an operating Relative H umidity under 80% non-condensing. 14. Installation: The Government shall bring the system from the loading dock to the installation site. The contractor shall perform installation, to include: uncrating, unpacking, and any required assembly of the syst em; any required leveling of the system; connecting the system to the required utilities; and verification of system operation. The contractor is responsible for providing all equipment necessary to perform the required installation. The Government will dispose of crating and packing materials. 15. Acceptance: Acceptance testing will be observed by the Government Contracting Officers Representative (COR) and will require contractor to demonstrate successful operation of the unit to inspect a sample gove rnment-provided circuit board containing ball grid array technology. Final Acceptance shall occur at the completion of the required training. 16. Training: Training will be a minimum of fourteen (14) hours provided on-site at Tobyhanna Army Depot (TYAD) to a maximum of six personnel and will include both hands-on and classroom-type instruction; instruction geared specifically toward a system maintainer; instruction geared specifically toward a system engineer; and instruction geared specifically toward a system operator. 17 Safety: The system must comply with 21CFR 1020.40 Subchapter J Radiation Safety standards as directed by the Food and Drug Administration ( FDA). 18. Warranty: The Contractor shall provide a one (1) year warranty on parts and labor commencing on the date of Final Acceptance. Warranty shall include telephone support (10 hrs per month minimum required), available between the hours of 0800 and 1600 EST, Monday through Friday, excluding holidays. Minimum of one preventative maintenance (PM) visit shall be supplied during the year, addressing such items as rotation of target assembly, replacement/cleaning of any required filters, calibration of x-ray axis etc. Proposal shall include a listing of all procedures carried-out during the course of an onsite PM visit. 19. Schedule: The system shall be delivered with ninety (90) days of award; a pre-delivery notice is required not less than thirty (30 ) days prior to delivery so that the Government site can be prepared; specific date for commencement of Installation shall be scheduled through the COR, however, Installation shall commence not later than ten (10) days of the arrival of the system at TYAD and shall be completed within five (5) days of commencing; specific date and time for the acceptance test shall be coordinated through the COR but shall be performed within three (3) days of the completion of the installation; the training plan shall be submitted not less than ten (10) days prior to delivery of the system; specific date and time for the training shall be coordinated through the COR, but training shall be completed within thirty (30) days of acceptance of the system. Warranty commences on the date of Final Acceptance. The following FAR clauses and provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items, With Addendum. 52.212-3 ALT I Offeror Representations and CertificationsCommercial Items. 52.212-4 Contract Terms and Conditions - Commercial Items, With Addendum. 52.211-6 Brand Name or Equal. 52.211-14 Notice of Priority Rating for National Defense: DO B9. 52.211-15 Defense Priority and Allocation Requirements. 252.201-7000 Contracting Offic ers Representative. 252.204-7004 Alternate A. 252.211-7003 Item Identification and Valuation. 252.212-7000 Offeror Representations and Certifications--Commercial Items. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Exe cutive Orders Applicable to Defense Acquisitions of Commercial Items. 252.225-7001 Buy American Act and Balance of Payments Program. 252.225-7012 Preference for Certain Domestic Commodities. 252.226-7001 Utilization of Indian Organizations, Indian-Ow ned Economic Enterprises, and Native Hawaiian Small Business Concerns. 252.227-7015 Technical Data--Commercial Items. 252.227-7037 Validation of Restrictive Markings on Technical Data. 252.232-7003 Electronic Submission of Payment Requests. 252.243 -7002 Requests for Equitable Adjustment. 252.247-7023 Transportation of Supplies by Sea. 52.212-2 Evaluation - Commercial Items. This acquisition will be a best value action. Evaluation factors are technical, Past Performance, and Price. Technical sha ll be evaluated as pass/fail, specifically, that the item offered is the specified brand name or that the item offered has been evaluated as being equal to the specified brand name item; technical submission shall consist of a statement by the offeror that the proposed system meets all the salient characteristics, accompanied by supporting technical literature which exhibits compliance with all the required salient characteristics, and otherwise comply with the requirements of FAR clause 62.211-6, Brand Nam e or Equal. If no brand name system is mentioned in the quote, the offeror, if selected, must provide the brand name item referenced in this solicitation. Quality, delivery, and customer service pertaining to having provided the same or similar item in th e same or similar quantities will be evaluated under past performance. The offeror shall provide with his offer three such examples of past performance, perform ed within the past three years. The examples shall include: the name of the customer/contracting office; the item which was sold; the price; the date of the sale; and a customer point of contact and telephone number. 52.212-5 Contract Terms and Condition s Required to Implement Statutes or Executive Orders - Commercial Items, which includes 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I and 52.232-33, Payment of Electronic Funds Transfer - Central Contractor Registration; 52.225-1 Buy American Act-Balance of Payments program-Supplies; 52.225-2 Buy American Act-Balance of Payments Program Certificate 52.222-3 Convict Labor; 52.222-19 Child Labor--Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segr egated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Report s on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.203-3 Gratuities; 52.203-6 Restrictions on Subcontractor Sales to the Gove rnment; 52.204-6 Contractor Identification Number Data Universal Numbering System (DUNS); 52.215-5 Facsimile Proposals (FAX Number: (570) 895-6782); 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52 .219-14 Limitations on Subcontracting; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer; 52.233-2 Service of Protest; 52.233-3 Protest After Award; 52.247-34 F.O.B. Destination; FAR 52.252-2 Clauses I ncorporated by Reference (Feb 1998) Full Text may be accessed electronically at this internet address http://farsite.hill.af.mil/ or http://www.arnet.gov/far. Tobyhanna Army Depot regulations regarding access, safety, and security, are as follows: SAFETY 1 . Tobyhanna Army Depot is an Occupational Safety and Health Administration (OSHA) Voluntary Protection Program (VPP) site. Tobyhanna Army Depot requires full contractor compliance with all applicable safety regulations and standards. The Contractor is re sponsible for maintaining, monitoring and enforcing full compliance. 2. Contractors must comply with all Department of Labor and OSHA Rules and Regulations, 29 CFR 1910 (General Industries) and/or 1926 (Construction), and all applicable sections of the Na tional Fire Protection Association (NFPA) Codes. 3. STANDARDS FOR ELECTRICAL SAFETY - Particular attention is directed to NFPA 70E, Standard for Electrical Safety Requirements for Employee Workplaces. Contractor shall fully comply with all sections of th is standard, including but not limited to; PART I, Chapter 2. SECURITY: NON-RESIDENT/NON-IMMIGRANT ALIENS a. All non-resident/non-immigrant aliens must have approval prior to being permitted access to Tobyhanna Army Depot (TYAD). Such approval must be ob tained by requesting access through the following: apply at the alien-residents embassy; proceed to the U.S. Embassy; proceed to the Department of the Army; proceed to Army Materiel Command; proceed to U.S. Communications-Electronics Life Cycle Management Command; proceed to TYAD. b. All non-resident/non-immigrant aliens granted access to TYAD are required to be escorted by Government personnel. One Government escort can accommodate a maximum of two non-resident/non-immigrant aliens. c. Due to limited availability of Government personnel, contractors shall not be permitted to employ non-resident/non-immigrant aliens as part of the contractors on-site workforce. Limited exceptions to this restriction may be considered on a case-by-case basis. Such exc eptions shall only be considered where a specialized skill or trade is not otherwise available, and even under such circumstances would only be considered for v ery limited duration, e.g., a few hours/days. However, even if limited exception is considered, access may still be denied. Contractors whose personnel are either denied entry to TYAD or permitted limited entry to TYAD due to the security requirements pe rtaining to non-resident aliens/non-immigrants are not relieved of their obligation to provide the required contract performance and must do so at no additional cost to the Government. Any contractor failing to perform or that fails to perform in a timely manner under such circumstances may be terminated for default or other contractual remedies as appropriate. d. Due to limited availability of Government personnel, visitors requiring escort may not be permitted access, or access may be limited to a cert ain time and duration. SECURITY SEARCHES AND IN-PROCESSING All persons seeking entrance to TYAD must submit to and comply with all security standards and requirements in force at the time such persons are seeking entry. All visitors and contractors, rega rdless of resident status or citizenship, will be subject to vehicle search and intense in-processing by TYAD Security personnel prior to being granted access to TYAD. This security screening process may be time consuming and access may be delayed or deni ed. CONTRACTOR ON-SITE WORKFORCE A. If a contractor intends to use resident aliens (immigrants) for on-site performance, then prior to the commencement of performance under the contract and within seven (7) workdays of contract award, the Contractor shal l submit to the Chief, Security Division, Tobyhanna Army Depot, a roster of all contractor personnel, inclusive of on-site supervisory or managerial personnel and sub-contractor personnel, that the Contractor anticipates will be performing work on-site. T he roster shall indicate which individuals are U.S. citizens and which are resident aliens (immigrants). The following documentation shall accompany the roster for each individual named on the roster as a resident alien (immigrant): a) a copy of a verif iable form of identification, such as a drivers license or a passport; and b) a copy of a valid Department of Justice Immigration and Naturalization Service Form I-551, Alien Registration Receipt Card (Green Card). B. Within six (6) workdays of the s ubmission of the roster and documentation, the Government will have completed the security check and the Contractor shall be notified whether all listed personnel will be permitted to work on-site. However, actual access to Tobyhanna Army Depot by the ros ter personnel will remain contingent upon such resident alien (immigrant) individuals presenting two (2) forms of identification as they process into the Depot through the Security building: a valid Form I-551, Alien Registration Receipt Card (Green Card ) in addition to at least one other verifiable form of identification. C. The roster which the Contractor submits is amendable. However, up to five (5) workdays will be required to perform a security check on any resident alien (immigrant) personnel ad ded to the roster. The Contractor is urged to include contingency or back-up personnel in the original Roster in order to avoid delays due to Roster amendment. D. Contractors whose personnel are denied entry to TYAD due to the security requirements are not relieved of their obligation to provide the required contract performance and must do so at no additional cost to the Government. Any contractor failing to perform or that fails to perform in a timely manner under such circumstances may be terminated for default or be subject to other contractual remedies as appropriate. E. Contractors who fail to identify any and all resident aliens (immigrants) who will be used for on-site performance and who will seek access to Tobyhanna Army Depot as a worker for o r through the contractor, inclusive of managerial and subcontractor personnel, may be subject to civil and criminal penalties and sanctions as well as contract remedies. F. Notwithstanding the above requirements, Tobyhanna Army Depot reserves the right to require any contractor to submit an employee roster and to institute security screening of any contractor employees, inclusive of on-site supervisory or manage rial personnel and sub-contractor personnel that the Contractor anticipates will be performing work on-site, as determined necessary by the Depot Chief of Security. G. While within the confines of Tobyhanna Army Depot, Contractor employees will adhere t o and be governed by all rules, regulations, policies, procedures and directives issued by the Commanding Officer, Tobyhanna Army Depot, and said employees will be required to conduct themselves in the same manner required of Government employees. STANDARD SPECIFICATIONS FOR PROJECTS UNDER THE NATIONAL ENVIRONMENTAL POLICY ACT (NEPA) IN ACCORDANCE WITH AR 200-2: Spill Procedures 1-2-3: 1. Stop work; 2. Call 895-7300 or depot 911; 3. Evacuate Area. Damaged Asbestos: Call Environmental Management Division (EMD) at 895-7098. Environmental Questions Call EMD 895-7090. REMEMBER: Dialing 911 from a cell phone will contact Monroe County Control Center not Tobyhannas Fire Department. 1. EQUIPMENT The contractor shall provide a list of any equipment, switches, or devices (including thermostats) that contain mercury or lead, with the quantities they contain and the location of the material. 2. EMERGENCY While on the depot, the Contract or shall report spills/releases by calling 895-7300 or depot 911 and then the COR. The contractor can clean up minor spills within their trained capability. However, if it is a reportable quantity as required by Environmental Protection Agency or if a dr op of petroleum comes in contact with the soil the contractor shall immediately contact the COR because Pennsylvania Department of Environmental Protection requires such reporting. 3. MATERIAL SAFETY DATA SHEETS (MSDS) The Contractor shall submit MSDS for all hazardous materials proposed for use including paints, solvents, adhesives, etc. These copies of MSDS will be provided to EMD through the COR prior to material being brought on post. 4. NOISE The Contractor shall not allow the noise level to exceed 65 decibels at any point off of the depot property. If noise levels exceed 65 decibels a plan must be prepared by the contractor to mitigate this noise levels and submit to EMD for approval through the COR. The contractor will monitor the fence line to c onfirm this limit. 5. Ozone Depleting Substances (ODS) and Polychlorinated Biphenol (PCB). The Contractor shall not use Class I or Class II ODS and shall not bring items containing PCB onto the depot. Offeror is responsible for acknowledging all amendmen ts issued. Any amendments issued to this solicitation will be synopsized in the same manner as this solicitation. See note 1.
 
Place of Performance
Address: US Army C-E LCMC, Tobyhanna Depot Contracting Office ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard Tobyhanna PA
Zip Code: 18466-5100
Country: US
 
Record
SN01060740-W 20060603/060601220952 (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.