Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2011 FBO #3525
SOLICITATION NOTICE

66 -- Radiographic Fluoroscopic X-ray Gererator System

Notice Date
7/18/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
RFQ-1090092
 
Point of Contact
Jacqueline Richardson, , Dawn Rabunsky, Fax: 301-827-7151
 
E-Mail Address
jacqueline.richardson@fda.hhs.gov, Dawn.Rabunsky@fda.hhs.gov
(jacqueline.richardson@fda.hhs.gov, Dawn.Rabunsky@fda.hhs.gov)
 
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 12.6, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-53. This announcement constitutes the only solicitation and a written solicitation will not be issued. This synopsis, NAICS code 423490 is to notify contractors that the government intends to issue a Purchase Order in accordance with FAR Part 13.106 for the following statement of work, under the simplified acquisition procedures. The Food and Drug Administration intends to award a purchase order for a name brand or equal EMD Radiographic Fluoroscopic X-ray Generator, Varian Tube and High Voltage Cable The requirement is designated as a Small Business Set-Aside. FDA's Center for Drug Evaluation and Research (CDRH) X-ray physics laboratory within the Division of Imaging and Applied Mathematics has developed and is performing experiments with a highly versatile, computer-controlled x-ray imaging system designed to simulate the 3D breast imaging modalities that are beginning to enter the market place. However, the system is limited to the simulation of breast tomosynthesis because the x-ray source cannot generate the higher-energy x-ray spectra needed for the simulation of breast CT or tomosynthesis of other body parts. The generator and tube requested must provide the higher-energy spectra that CDRH needs for these applications. The x-ray system must also allow CDRH to do x-ray spectroscopy at higher energies, which will permit the characterization of tissue substitute materials at higher energies. The requested equipment must meet the specifications as outlined below: SPECIFICATIONS: EMD Technologies EPS 50R Generator: Power Rating 50kW (see below for addition to increase power to 65 kW). Operation from 480 volt, 3-phase Y(wye)-configuration mains supply kVp range: radiographic 40 kV to 150 kV in 1 kV steps. mA range: radiographic 10 mA to 630 mA. mAs range up to 1000 mAs. Timer range 0.001 sec. to 10 sec. Dual-speed rotor control, suitable for the tube listed below. Anatomical Programmed Radiography (APR). AEC Mode interface (up to two Ion chambers) Relay Board RF operator console Decorative Cabinet Hand switch 25 Ft high voltage cables Board and option chip to convert radiographic only generator to rad/fluoro generator 1 3-phase inverter board to increase power to 65 kW Varian G297 Radiographic X-ray Tube: Focal spots: 0.3 and 0.8 mm 600,000 heat unit anode heat storage capacity Graphite-backed anode, 12 degree target angle Capable of low- and high-speed anode rotation 180 degree HV cable receptacles * The EMD x-ray generator must produce extremely sharp x-ray pulses to minimize unnecessary x-ray dose. The x-ray tune must have a small focal spot (the 0.3 mm spot) to provide high resolution for mammographic CT application and high anode heat storage capacity to permit rapid acquisition of a complete CT projection sequence (360 or more exposures). The tube must also have a target angle that provides adequate field coverage at small source-to-detector distances. * The vendor shall provide delivery and installation at the FDA laboratories located at 10903 New Hampshire Ave., Silver Spring, MD 20993, training in the operation of the system, and 12 month labor and parts warranty on these items. Parts warranty may be through the equipment manufacturers but must be specified on the quote. DELIVERABLES: Quantity Description Detail 1 (one) Radiographic Fluoroscopic x-ray Generator, x-ray tube, and high voltage cables The x-ray system shall consist of the x-ray generator, x-ray tube, and high voltage cables and shall meet the specifications as outlined above. PERIOD OF PERFORMACNE: Delivery must be within 60 days after award of a purchase order is issued. INSPECTION AND ACCEPTANCE: The Project Officer (PO) will perform inspection and acceptance of equipment, installation and services to be provided. The authorized PO will be designated at the time of award. DELIVERIES AND PERFORMANCE: Satisfactory performance of this contract shall be deemed to occur upon delivery and installation of the system described in the Speciation's listed above and upon inspection and acceptance by the Contracting Officer or PO. Deliveries require by the contractor shall be made F.O.B. destination within 60 days from receipt of the award of contract to the address/addressee listed below: 10903 New Hampshire Ave Silver Spring, MD 20993-0002 PO: Provided at the time of award Unless otherwise specified, deliveries shall be made to the Delivery Point specified above, Monday through Friday 8:30 am to 5:30 pm Eastern Time. Supplies or services scheduled for delivery on a Federal holiday shall be made the next business day. INVOICE SUBMISSION: Pursuant to the provision of the following FAR Clauses: 52.232-25 Prompt Payment; 52.232-33, Payment by Electronic Funds Transfer-Central Contract Registration; the Contractor shall submit invoices for cost incurred and claimed for reimbursement in accordance with the following instructions. Invoices shall be submitted to the FDA Payment Office at: ATTN: Division of Payment Services 12345 Parklawn Drive, HFA - 720 Rockville, Maryland 20857 301-827-3742 or fdavendorpaymentsteam@fda.gov EVALUATION FACTORS: 1. The primary source selection criterion is price (70%) (For quotes within the comparative range that meet speciation requirement) 2. A second but important criterion is the ability of the supplier to provide prompt response in the event of a system malfunction (3 days or less). (15%) 3. The ability of the supplier to provide consultation and advice on the technical aspects of the equipment related to implementing computer control of the system. (15%) CCR: Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. You will need your Dun & Bradstreet number and banking information. QUESTIONS DEADLINE: All questions are to be submitted via email to Jacqueline.richardson@fda.hhs.gov no later than July 20, 2011, 1:00pm EST. QUOTATIONS DUE: All quotations are due, via email to: Jacqueline.richardson@fda.hhs.gov no later than July 22, 2011, 1:00pm EST. PROVISIONS and CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The following agenda has been attached to the clause: None. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, and FAR 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Responses to this notice must be sent via email to Jacqueline.richardson@fda.hhs.gov. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/RFQ-1090092/listing.html)
 
Place of Performance
Address: 5630 Fisher Lane, Rockville, Maryland, 20857, United States
Zip Code: 20857
 
Record
SN02501960-W 20110720/110719000155-4c7084dac4717ddd2fccbc72b073d89e (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.