SOLICITATION NOTICE
66 -- VOLUMETRIC IMAGER 3D DISPLAY SYSTEM
- Notice Date
- 9/11/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Medical Command, Center for Health Care Contracting, Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, TX 78234-5015
- ZIP Code
- 78234-5015
- Solicitation Number
- W74MYH82240754
- Response Due
- 9/18/2008
- Archive Date
- 11/17/2008
- Point of Contact
- Edward J. Domowski, 210-221-3340<br />
- 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; quotes are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is W74MYH82240754. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-23. The associated North America Industry Classification System (NAICS) Code is 334119. This requirement is Unrestricted. The Government contemplates award of a Firm-Fixed Price contract. The requirement/items are for Brand Name or EQUAL only. This requirement is a 100% SMALL BUSINESS SET-ASIDE. Description of Requirement: Volumetric Imager 3D Display Manufacturer: Actuality Systems Inc 1 EA Perspectial Spatial 3D, part # 00-00014-00120 1 EA Software, Perspecta Developers License 1 EA Turnkey Solution of workstation,flat panel display and rolling table 1EA Installation and training 2EA Copy of Maintenance Manuals VENDORS OFFERING OTHER THAN BRAND NAME PRODUCT SHALL MEED OR EXCEED THE FOLLOWING SALIENT CHARACTERISTICS: The Volumetric Imager 3D Display System shall have the following qualities: Spatial 3D display shall create a 3-dimensional projected image at least 10 inches in diameter inside of a protected glass or high-quality plastic protective display case spatial 3D display system shall have a resolution of at least 768 pixels x 768 pixels x 198 slices or 100 million voxels spatial 3D display system shall offer a horizontal view of 360 degrees and a vertical view of at least 270 degrees spatial 3D display system shall be able to display at least 100 distinct colors simultaneously in low-resolution mode and eight colors in high-resolution mode spatial 3D display system shall use swept-screen multiplanar spatial display architecture for optimal image resolution spatial 3D display system shall allow for auto-stereoscopic viewing requiring no viewing goggles spatial 3D display system shall support volume-filling imagery spatial 3D display system shall have a 24Hz refresh rate or better spatial 3D display shall operate with 120v/60Hz electrical service spatial 3D display system shall have an embedded graphics engine with a 64-bit graphics card, DSP processor, and 6GB of double data rate SDRAM spatial 3D display system shall have dual gigabit ethernet inputs and a SCSI input for connection to a computer workstation spatial 3D display system shall have drivers to support OpenGL API architecture with 2D and 3D texture mapping support spatial 3D display system shall support API addressable access to all 100 million voxels spatial 3D display system shall be supplied with a workstation computer, display, and transport cart for turnkey operation Software shall be compatible with Windows XP, Linux, and SGI Unix operating systems spatial 3D display shall be suplied with a software development package to allow end user designed graphic applications spatial 3D display system shall have the ability to merge volumetric and geometric data spatial 3D display system shall be supplied with a DICOM data viewer -One-year factory warranty Acceptance shall be at destination. Shipping shall be FOB Destination to: Armed Forces Institute of Pathology, Property Management Branch, 6825 16th Street NW, Bldg 54, Washington, DC 20306 Clin 001: Perspecta Spatial 3D Display Qty: 1Ea Unit price______________ Part # 00-00014-00120 Alternate part # ________________ Clin 002: Perspecta Software Development License Kit Qty: 1Ea Unit price ___ Clin 003: Turnkey solution Qty: 1EA Unit price:__________________ Clin 004: On-site Installation and Training Qty: 1EA Unitprice_________ Clin 005: Copy of Maintenance Manuals Qty: 2Ea Unit price________________ Note: Shipping FOB Destination no charge for shipping to be included. The following provisions and clauses will be incorporated by reference: FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.212-1 Instruction to Offerors Commercial Items FAR 52.212-2 Evaluation Commercial Items The contract will be awarded to the Best Value with consideration for: 1. Technical Acceptability in order to be considered technically acceptable, vendors must demonstrate that all items proposed (if other than brand name) meet or esceed the salient characteristics listed above. 2. Price all proposals will be evaluated in accordance with the following criteria: technical capability (compliance with the requirements of FAR Clause 52.211-6 if vendor offers an Equal Product) and price, with technical capability being significantly more important than price. Clause 52.211-6 (and other clauses throughout this solicitation can be viewed and can be downloaded by accessing the website listed in this solicitation. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. FAR 52.212-3, Offerors Representations and Certifications Commercial Items- Vendors shall include a completed copy of FAR provision 52.212-3 with their offer. An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. FAR 52.212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 to include the following Defense Federal Acquisition Regulation Supplement (DFARS) clauses 252.232-7003 Electronic Submission of Payment Requests and 252.211-7003 Item Identification and Valuation FAR 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 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 Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-13 Restrictions on Certain Foreign Purchase FAR 52.225-18 Place of Manufacture FAR 52.247-34 FOB Destination FAR 52.252-1 Solicitation Provisions Incorporated by Reference web sites are: www.arnet.gov; www.farsite.hill.af.mil;www.dtic.mil/dfas; www.ccr.gov FAR 252-252-2 Clauses Incorporated by References DFARS 252.204-7004 Alternate A Central Contractor Registration DFARS 252.211-7003 Item Identification and Valuation DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition with the following sub DFARS clauses that apply: 252.203-3 Gratuities 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests 252.247-7024 Notification of Transportation of Supplies by Sea Quotations must be signed, dated and received by 11:00 AM CST September 18, 2008 via fax at 210.221.5402 or email to edward.domowski@amedd.army.mil. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact Edward Domowski, Contract Specialist, via email at edward.domowski@amedd.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6e3b3f498d2b0f0a7ae95c4f9067a958&tab=core&_cview=1)
- Place of Performance
- Address: Center for Health Care Contracting ATTN: MCAA C BLDG 4197, 2107 17TH Street Fort Sam Houston TX<br />
- Zip Code: 78234-5015<br />
- Zip Code: 78234-5015<br />
- Record
- SN01667998-W 20080913/080911231248-6e3b3f498d2b0f0a7ae95c4f9067a958 (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 |