Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2014 FBO #4663
SOLICITATION NOTICE

66 -- X5000 450kV Computed Tomography System

Notice Date
8/29/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
 
ZIP Code
20535
 
Solicitation Number
PR-0012712
 
Archive Date
9/27/2014
 
Point of Contact
Jerry D. Varnell, Phone: 7036327500
 
E-Mail Address
jerry.varnell@ic.fbi.gov
(jerry.varnell@ic.fbi.gov)
 
Small Business Set-Aside
N/A
 
Description
PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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. Interested parties are responsible for monitoring this site to ensure they have the most up to date information about this acquisition. No partial quotes will be considered. No partial awards will be made. The Request for Quote number is PR-0012712. The NAICS Code for this requirement is 334517 - Irradiation Apparatus Manufacturing; the size standard is 500 employees. The resultant contract will be a firm-fixed price contract. This RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-76. This requirement will be awarded on an all or none basis as a commercial item, fixed price purchase order under the procedures at FAR Parts 12 and 13. This RFQ is for Brand Name or Equal in accordance with FAR Provision 52.211-6 (Aug 1999). Substitute brands may be provided if they perform the same function. If an equal item is proposed specs must be included with the quote to show that it is an equal item. Quotation shall provide a point-by-point comparison to each item listed in the technical requirements. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets or exceeds minimum requirements" is unacceptable and will not be evaluated for potential acceptance. All bidders that fail to comply with these instructions will be considered not responsive and not considered for award. The FBI has a requirement for the replacement of its 3-D CT X-Ray System that directly supports the mission of the FBI. The FBI X-Ray system is used by multiple caseworking units to interrogate Improvised Explosive Devices (IEDs) components and other evidentiary materials from very high profile investigations. The FBI requires the following items, Brand Name or Equal, to the following: Line 0001, X5000 450kV Computed Tomography 2D/3D X-Ray System, North Star Imaging, 1, EA; Line 0002, Removal of Existing HyTec 320 System, 1, EA; Technical Requirements/Specifications: 1. Enclosure Requirements: a. Must be shielded to radiation energy of 450kV or higher; b. Must be able to fit through a 10' x 9'11ʺ garage door; c. Must have a motorized access door; d. Must have interior lighting; e. Must have an X-ray warning light; f. Must meet all local and Federal X-ray safety regulations; g. Entire system must be able to fit into a 15'7ʺ x 21' room (allowing for a 25ʺ x 25ʺ support in the NE corner); 2. X-ray Tube Requirements: a. Must include a microfocus tube with maximum voltage of 225kV or higher; b. Must have a current range of 0-3mA or better; c. Must have a maximum operating power of 320W or higher; d. Must have a focal spot size < 6 microns; e. Detail recognition must be < 2 microns; f. Must have tube controller with automatic system warm-up, focusing, electron beam alignment, and target loading control; g. Must have vertical translation capability of 48ʺ or better; h. Must have lateral shift capability of 16ʺ or better i. Must include closed loop water cooler; j. Must also include an appropriately placed mount for utilization of an existing Y xlon 320kV X-ray tube with the system; 3. Detector Requirements: a. Must have a total sensitive surface size of 16ʺ x 16ʺ or larger; b. Must have a 2048 x 2048 pixel count (4 megapixel) or higher; c. Must have a 200 µm pixel size or better; d. Must be capable of capturing 15 frames per second at full resolution; e. Must have 16 bit image resolution (65,536 grey levels) or higher; 4. Sample Manipulator Requirements a. Minimum 7 axis sample manipulator; b. Must be capable of handling 100 kg maximum sample weight or greater; c. Must have a front to back translation of 33ʺ or greater; d. Must have a focal length distance of 48ʺ or greater; e. Must be capable of 360° of stage rotation; f. Must be capable of 15° stage tilt or greater; 5. Acquisition/Control Workstation Requirements: a. Must include Operating System of Windows 7 or higher; b. Must have 4 GB RAM or higher; c. Must have two 1 gigabit network interface cards; d. Must have 3 TB or more of data storage; e. Must include a 30ʺ 4 megapixel flat panel color monitor or better; 6. CT Reconstruction Workstation Requirements: a. Must include a 4 GPU NVidia supercomputer having 11,520 total processing cores (or equivalent); b. Must include Windows 8.1 64 bit; c. Must have 256 GB RAM or higher; d. Must have 24 TB or more of data storage with RAID 5 capability; e. Must have 48 GB of GPU memory or more; f. Must include a 30ʺ 4 megapixel flat panel color monitor or better; g. Must have 3D rendering capability; 7. Software/Control Requirements: a. Must include X-View efX-DR High Performance Image Analysis Software with all necessary imaging tools (or equivalent); b. Must include efX-DR CT Fast Acquisition Module capable of 10,000 angle steps (or equivalent); c. Must include efX-CT Full Computed Tomography Software with CT calibration, cone-beam reconstruction, 3-D real-time visualization and analysis tools (or equivalent); 8. Service/Maintenance Requirements: a. Must include installation; b. Must include 12 month hardware warranty or longer; c. Must include two preventative maintenance visits in the first year; d. Must include first year of software updates; e. Must include removal and haul-away of existing HyTec 320 system; 9. Training Requirements: a. Must include a minimum of four days of onsite system operation training for 1 - 5 personnel; b. Must also include a 40 hour ASTM/ASNT certified DR/CT training course (or equivalent) for 1 - 2 personnel; c. Must also include an additional four day advanced CT training course (or equivalent) for 1 - 2 personnel; Preventative Maintenance Plan: The vendor must submit a separate quote with a preventative maintenance plan that will covered the vendor's proposed system for the next four years after the warranty has ended. The quote must contain the number of preventative maintenance visits each year and exactly what system items are covered under the proposed preventative maintenance plan. The quote must provide pricing for each year. Note: This is a separate quote that will be used for planning purposes for the FBI; the pricing for this quote will be for market survey only. Pricing for maintenance plan will not be included in the cost and price analysis of this solicitation. The following clauses and provisions are incorporated by reference and apply to this acquisition: FAR 52.211-6, Brand Name or Equal (Aug 1999); FAR 52.212-1, Instructions to Offerors-Commercial Items (April 2014); 52.212-2, Evaluation - Commercial Items (Jan 1999) - The following factors shall be used to evaluate offers: Low Price Technically Acceptable. 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2014) (Please note: all offerors and prospective contractors must be registered with the Online Representations and Certifications Applications (ORCA) website at www.sam.gov or must provide a completed copy of 52.212-3 with their quotation); 52.212-4 Contract Terms and Conditions-Commercial Items (May 2014), 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (July 2014), applicable clauses under 52.212-5 include: (a); (b); (1); (4); (6); (10); (12); (14) (20); (21); (22); (24); (25); (26); (27); (28); (33); (34); (37); (42). Addendum to 52.212-1, Modify (b) Submission of Offers to read as follows: Quotes shall be submitted by email to Mr. Jerry Varnell, Contract Specialist, Jerry.Varnell@ic.fbi.gov ; no later than Friday, September 12, 2014, 08:00 am Eastern Standard Time (EST). Quotes shall be clearly marked PR-0012712. Offerors are hereby notified that if their quotes are not received by the date, time and location specified in this announcement, it will not be considered by the agency. Telephone request will not be considered. No questions will be answered over the telephone. All questions should be submitted no later than Wednesday, September 10, 2014, 08:00 am EST to jerry.varnell@ic.fbi.gov. FOB Destination: FOB Destination: FBI Laboratory, 2501 Investigation Parkway, Quantico, VA 22135. The contractor shall extend to the Government full coverage under a normal commercial warranty. Acceptance of the warranty does not waive the Governments rights with regard to the other terms and conditions of this contract. The warranty period shall begin upon final acceptance of all items provided to the government by the Contractor. FAR Clauses and Provisions applicable to this acquisition can be obtained from the website, http://www.acqnet.gov. All vendors must be registered in SAM, effective July 29, 2012 to receive government contracts. The FBI uses a financial system that has a direct interface with SAM. Please ensure that your company's SAM information is updated and accurate. This includes TIN, EFT, DUNS, addresses and contact information. The EFT banking information on file in SAM will be what the FBI uses to process payment to your organization.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/PR-0012712/listing.html)
 
Place of Performance
Address: 2501 Investigation Parkway, Quantico, Virginia, 22135, United States
Zip Code: 22135
 
Record
SN03489542-W 20140831/140829235750-3c6dc471be3cc6699bceee25e9f4e6ae (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.