SOLICITATION NOTICE
66 -- LORAD LPX-160 X-RAY UNIT
- Notice Date
- 11/14/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
- ZIP Code
- 93523-0273
- Solicitation Number
- NND455543Q
- Response Due
- 11/30/2012
- Archive Date
- 11/14/2013
- Point of Contact
- Jim Kitahara, Contracting Officer, Phone 661-276-5355, Fax 661-276-3374, Email James.E.Kitahara@nasa.gov
- E-Mail Address
-
Jim Kitahara
(James.E.Kitahara@nasa.gov)
- Small Business Set-Aside
- N/A
- 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. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is NND455543Q and the solicitation is being issued as a request for quotation (RFQ). The solicitation provisions and clauses are those in effect through Federal Acquisition Circular 2005-61. The associated North American Industrial Classification System (NAICS) code for this procurement is 334517, Irradiation Apparatus Manufacturing, with a small business size standard of 500 employees. This requirement is unrestricted and all qualified offerors may submit bids. Under the solicitation NASA DFRC is requesting quotes for one each portable x-ray generator unit, same as or equal to a Spellman Lorad LPX-160 Series Water Cooled Portable X-Ray Unit (Lorad PN 3-000-0723 or NSN number 6635-01-417-1830 or similar). The following accessories are included: * Operation/maintenance manual * Laser pointer * Set of environmental transit/storage cases (tube head, cooler, cables, control unit) * Tubehead cable- 100' (preferred) with strain relief * Extra key (1) for control unit safety lock * Power cable - 25' (or longer preferred) with strain relief * Coolant hose - twin, 50' (or longer preferred) with self-sealing terminations * Cooler power cable * Optional Lorad Model 1620 tubehead stand (Spellman PN 3-000-0754 or NSN 6635-01-329-6457 or similar) The applicable x-ray generator shall be compatible with Virtual Media Integration part # VMI 5100MS Computed Radiography System. The combined system will be used for aircraft/airframe "crack detection" by the NASA DFRC flight operations non-destructive test group. Brand Name or Equal: The Buyer is allowing Sellers to submit bids for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. Sellers MUST identify in detail exactly what they are bidding (including make, model and description) as part of their offer in order for an alternate bid to be considered. The Buyer will evaluate equal items on the basis of information furnished by the Seller or identified in the bid and reasonably available to the Buyer. The Buyer is not responsible for locating or obtaining any information not identified in the Bid. The salient characteristics for the portable x-ray generator unit are contained in Attachment A. All responsible sources may submit an offer which shall be considered by the agency. Delivery date to NASA DFRC is To Be Determined (TBD). Delivery shall be FOB Destination. Offers for the items(s) described above are due 11/30/2012 by 4:00 p.m. PST. Electronic quotes are preferred, but fax quotes will be accepted. Responses may be submitted to: james.e.kitahara@nasa.gov or via facsimile at 661-276-3374, marked to the attention of James E. Kitahara; and must include: * Solicitation number * FOB destination to this Center * Proposed delivery schedule * Discount/payment terms * Warranty duration (if applicable) * Identification of any special commercial terms, brand name or equal information (if applicable) Offers must be signed by an authorized company representative. Offers may be submitted using your standard company policy. Offerors shall provide the information required by FAR 52.212-1 (FEB 2012), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (FEB 2012), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (AUG 2012), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: See attached Terms and Conditions. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The NFS clauses may be accessed at: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm. All contractual and technical questions must be in writing (e-mail or fax) to Jim E. Kitahara not later than 11/25/2012 by 3:00 p.m. PST. Telephone questions will not be accepted. Selection and award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's salient physical, functional, or performance characteristic specified in this solicitation. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. All responsible sources may submit an offer which shall be considered by the agency. However, any award from this RFQ will require the potential vendor to be certified within the System for Award Management (SAM) and Online Representations and Certifications Application (ORCA) Databases prior to award. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND455543Q/listing.html)
- Record
- SN02930362-W 20121116/121114234216-d37327bf3a5299294e98064ec730c395 (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 |