SOLICITATION NOTICE
65 -- X-Ray Computed Tomography (XCT) scanner computer system upgrade kit
- Notice Date
- 6/6/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-14-T-0022
- Response Due
- 7/10/2014
- Archive Date
- 8/9/2014
- Point of Contact
- Daniel Balizan, 505-678-4349
- E-Mail Address
-
ACC-APG - Adelphi
(daniel.balizan@us.army.mil)
- 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. (ii) The solicitation number is W911QX-14-T-0022. This acquisition is issued as an Request for Quotation (RFQ) (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Federal Acquisition Circular (FAC) 2005-74 effective 30 May 2014. (iv) This acquisition is set-aside for total small business. The associated NAICS code is 334517. The small business size standard is 500 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001, X-Ray CT Scanning System in accordance with Salient Characteristics listed below in section (vi) Description of requirements, Quantity, One (1) Each (vi) Description of requirements: The US Army Research Laboratory's (ARL), Materials Manufacturing Technology Branch (MMTB), Rapid Technology Transition Team requires a new computer system and related hardware for its XCT scanner system (Aberdeen Proving Ground, B4600, L1091). CLIN 0001: C.1 XCT Computer Upgrade Kit Requirements: The Contractor shall provide, install, and test one (1) XCT Computer Upgrade Kit and related hardware that meets the minimum requirements defined below: The Contractor shall provide the following computer systems to replace the existing computer system: oOne (1) Dell 32-bit T7600 Data Acquisition Workstation with VPRO card, two (2) Dell Flat Screen Monitors, MicroSoft (MS) Excel and cables or equivalent equipment oOne (1) Dell 64-bit T7600 High-Speed Reconstructor Workstation, one (1) Dell Flat Screen Monitor, and two (2) GeForce General Purpose-Graphics Processor Unit (GPGPU) modules or equivalent equipment The Contractor shall provide a new motion system consisting of a 6-axis controller, chassis and cabling. The controller shall provide for movement of the following: oTurntable rotational axis oTurntable translational axis oTurntable source-to-object distance (SOD) axis oX-ray source translational axis oX-ray source vertical axis oDetector vertical axis The Contractor shall replace the existing Schneeberger, Type 5NCD-175 turntable with the same or equivalent turntable. The existing turntable has the following characteristics: o200 mm diameter main turntable oSix (6) tapped holes Metric 6 (M6) on 150 mm for fixture mounting oContinuous rotation in either direction (clockwise (CW) and counter clockwise (CCW)) The Contractor shall provide an ACTIS version software application and license or equivalent. ACTIS is a product/trade name of Bio-Imaging Research, Inc./Varian Medical Systems that the existing XCT scanner system and its hardware was designed and built to be controlled and run by. The Contractor shall provide a one (1) year warranty on all the new equipment and a software application/license. The CT scanner shall perform all the necessary functions to properly collect scan data and generate valid XCT images after installation of the Computer Upgrade Kit. The XCT scanner system shall perform (after installation and complete diagnostic testing of the Computer Upgrade Kit): oMotion of all gantries for scan setup, calibration, and execution. oScan data acquisition, a minimum of 500 Gbyte hard disk capacity storage, and reconstruction oImage generation, a minimum of 500 Gbyte hard disk capacity storage, and post processing oScan images shall be exportable in the native format the XCT scanner system uses to store image files, as well as RAW, TIFF (12-bit), and JPG formats. Specifically, the XCT scanner system shall perform (after installation and complete diagnostic testing of the Computer Upgrade Kit): oUsing the microfocus x-ray source and image intensifier (II)/charged coupled device (CCD) camera detector the system shall perform digital radiography (DR) and rotate-only (RO) computed tomography (CT) scanning. The system shall exhibit a CT spatial resolution of 20 line pairs per millimeter (lp/mm) or better with magnification at 10% modulation or better. The system shall also perform offset-RO CT scanning using 30%, 60%, and 90% offsets with the same x-ray source and detector combination. oUsing the conventional x-ray source and linear detector array (LDA) the system shall perform DR and RO CT scanning. The system shall exhibit a CT spatial resolution of 2 lp/mm or better at 10% modulation or better. The system shall also perform offset-RO CT scanning using 30%, 60%, and 90% offsets with the same x-ray source and detector combination. The system may perform translate-rotate (TR) CT scanning using the same x-ray source and detector combination. oThe system shall allow CT images to be saved in display matrix sizes of 256x256 (2562), 5122, and 10242 for every XCT scanning mode (e.g., RO, offset-RO). Display matrix sizes of 20482 and 40962 are also acceptable. oThe system shall exhibit a DR spatial resolution of 0.8 mm or better for objects up to 200 mm wide for both x-ray source/detector combinations. oThe ACTIS version software application or equivalent shall include the appropriate calibration procedures for both detectors (i.e., II/CCD and LDA), including but not necessarily limited to offset, gain, II geometric distortion, LDA non-linearity, physical positioning of LDA detector elements, and geometric center of rotation. C.1.2 Installation, Delivery and Training Instruction with Training Manual The Contractor shall deliver, install, complete diagnostic testing, and provide instruction for use of C.1 to Aberdeen Proving Ground, Building 4600, L1091 (Laboratory Level), Aberdeen, MD. The Contractor shall provide three (3) possible dates for delivery, installation, diagnostic testing and instruction within 10 days of contract award. The contractor shall ensure that delivery, installation, diagnostic testing, and instruction occur at the same time. The Technical Point of Contact (TPOC) will approve a recommended date within five (5) days of contractor notification. The Contractor shall install and test the XCT Scanner System Computer Upgrade Kit to ensure functionality in accordance with the manufacturer's specifications and provide on-site instruction for one (1) Government personnel. The Contractor shall provide a hardcopy manual for the proper use and maintenance of the XCT Scanner System Computer Upgrade Kit and associated CT scanning procedures at the time of installation. (vii) Delivery is required eight (8) weeks after date of contract (ADC). Delivery shall be made to Aberdeen Proving Grounds (APG), Aberdeen, MD. Acceptance shall be performed at Aberdeen Proving Grounds (APG), Aberdeen, MD. The FOB point is destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from 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. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include three (3) records of RELEVANT sales from the previous 24 months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) ALTERNATE I (OCT 1995), 52.204-7 SYSTEM FOR AWARD MANAGEMENT (JULY 2013), 52.204-10 REPORTING EXECUTIVE COMPENSATIONAND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013), 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013), 52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (MAY 2012), 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE OR SOLE AWARD (NOV 2011), 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (JUL 2013), 52.219-14 LIMITATIONS ON SUBCONTRACTING (NOV 2011), 52.219-28 POST AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013), 52.222-3 CONVICT LABOR (JUN 2003), 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014), 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999), 52.222-26 EQUAL OPPORTUNITY (MAR 2007), 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (SEP 2010), 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (OCT 2010), 52.222-37 EMPLOYMENT REPORTS ON VETERANS (SEP 2010), 52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010), 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011), 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008), 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (JUL 2013), 52.232-36, PAYMENT BY THIRD PARTY (JULY 2013) (31 U.S.C. 3332), 52.203-3 GRATUITIES (APRIL 1984), 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011), 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DoD OFFICIALS (MAR 2014), 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEPT 2011), 252.209-7001 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A TERRORIST COUNTRY (JAN 2009), 252.223-7008 PROHIBITION ON HEXAVALENT CHROMIUM (JUN 2013),252.225-7000 BUY AMERICAN-BALANCE OF PAYMENT PROGRAM (JAN 2014), 252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2012), 252.225-7012,PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (FEB 2013), 252.225-7031, SECONDARY ARAB BOYCOTT OF ISRAEL, AS PRESCRIBED IN 225.7605, TO COMPLY WITH 10 U.S.C. 2410I., 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUNE 2012), 252.232-7010, LEVIES ON CONTRACT PAYMENTS, AS PRESCRIBED IN 232.7102. 252.243-7002 REQUESTS FOR EQUITABLE ADJUSTMENT (DEC 2012), 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS, AS PRESCRIBED IN 244.403., 252.247-7022 REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEAS (AUG 1992), 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (JUN 2013) (xiii) The following additional contract requirement(s) or terms and conditions apply: 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011), 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-- REPRESENTATION AND CERTIFICATIONS (DEC 2012), 252.232-7003, 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998),252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2011), 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) APG-ADL-B.5152.204-4409 ACC - APG POINT OF CONTACT (APR 2011), APG-AD;-B.5152.204-4411 TECHNICAL POINT OF CONTACT (DEC 2002), APG-ADL-B.5152.216-4407 TYPE OF CONTRACT (SEP 1999), APG-ADL-E.5152.246-4400 GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999), APG-ADL-G.5152.232-4418 TAX EXEMPTION CERTIFICATE (SEP 1999), APG-ADL-H.5152.205-4401 RELEASE OF INFORMATION BY MANUFACTURERS, RESEARCH ORGANIZATIONS, EDUCATIONAL INSTITUTIONS, AND OTHER COMMERCIAL ENTITIES HOLDING ARMY CONTRACTS (AUG 2006), APG-ADL-H.5152.211-4401ALT RECEIVING ROOM REQUIREMENTS - APG ALTERNATE I (JAN 2003), APG-ADL-L.5152.215-4416 SITE VISIT (for details see A14 - Combo Synopsis-Solicitation (Addendum - Site Visit)). (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS): N/A (xv) The following notes apply to this announcement: NONE (xvi) Offers are due on 10 July 2014 at 11:59 AM MOUNTAIN STANDARD TIME (MST) via email to: nicole.g.hernandez2.civ@mail.mil (xvii) For information regarding this solicitation, please contact Nicole Hernandez, 575-678-4979, nicole.g.hernandez2.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/89c945648acdd45783bb61d678f8e4bc)
- Place of Performance
- Address: ACC-APG - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
- Zip Code: 20783-1197
- Zip Code: 20783-1197
- Record
- SN03388049-W 20140608/140606234520-89c945648acdd45783bb61d678f8e4bc (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 |