Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 08, 2015 FBO #4913
SOLICITATION NOTICE

65 -- MICRO COMPUTED TOMOGRAPHY X-RAY SYSTEM

Notice Date
5/6/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Southeast Regional Contracting Office, ATTN: MCAA SE BLDG 39706, 39706 40th Street, Fort Gordon, Georgia, 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W81K0015R0028
 
Archive Date
6/12/2015
 
Point of Contact
Valerie DeVeaux, Phone: 7067878438
 
E-Mail Address
valerie.j.deveaux.civ@mail.mil
(valerie.j.deveaux.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The solicitation number W81K00-15-R-0028 for purchase request GFEBS 0010678561 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78. The associated North American Industrial Classification System (NAICS) code for this procurement is 334517. Size standard is 500. This RFP is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency. Quotes are due by 28 May 2015 at 3:00 pm Eastern Standard Time. Questions must be submitted via email not later than 18 May 2015 (no questions will be entertained after this date). Quotes and questions shall be submitted via email to Valerie.J.DeVeaux.civ@mail.mil and Carolyn.F.Lovett.civ@mail.mil. The requirements of this solicitation are for a Micro Computed Tomography Shielded X-Ray System at Eisenhower Army Medical Center, Fort Gordon, GA. One time purchase. Delivery 30 days after receipt of order. Item No. 0001 MICRO COMPUTED TOMOGRAPHY SHIELDED X-RAY SYSTEM QTY: 1 EACH; UNIT PRICE: ___________ TOTAL AMOUNT: ____________ Total: _____________________ Place of Performance: Eisenhower Army Medical Center Bldg 300, East Hospital Road Fort Gordon, GA 30905-5000 UNITED STATES The following FAR and DFARS provisions and clauses apply to this solicitation: The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. The following provision at 52.212-1, Instructions to Offeror - Commercial Items (FEB 2012). Addendum to 52.212-1: (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation. See provision 52.252-1 for locations where full text can be obtained. 52.212-2, Evaluation - Commercial Items (JAN 1999). ADDENDUM TO 52.212-2 (a) is hereby replaced with the following: 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will issue a single order to the responsible contractor whose proposal, conforming to the solicitation, is the Lowest Priced, Technically Acceptable (LPTA). Award is on an all or none basis. The following factors will be used to evaluate quotes: Technical acceptability and price. 1. Technical acceptability: Explain how your company will meet the terms of the solicitation for Micro Computed Tomography Shielded X-Ray System of the items as specified in the solicitation. Prospective contractors shall demonstrate that the item offered complies with the technical requirements described by submission of a written capability statement with their offer. This written capability statement must be submitted with offer and not exceed 10 pages. Acceptable - To receive this rating, the vendor's items shall meet the salient characteristics set forth in the solicitation. Unacceptable - An unacceptable rating will be assessed on any vendor that presents items that demonstrate any of the following: Failure to meet the salient characteristics set forth herein (see pages 5-6). 1a. Failure to provide sufficient detail for the Government to determine whether the items satisfactorily meet the requirements of this solicitation. Explain how your company will meet the terms of the solicitation for Micro Computed Tomography Shielded X-Ray System of the items as specified in the solicitation. Prospective contractors shall demonstrate that the item offered complies with the technical requirements described by submission of a written capability statement with their offer. This written capability statement must be submitted with offer and not exceed 10 pages. 2. Price. The offeror shall submit pricing for all CLINs identified in the combined synopsis/ solicitation, unless otherwise noted. Pricing will be evaluated to the extent to which it is fair and reasonable in term of the Government's equipment. 3. Evaluation Process: All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable quote as determined by the end user. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate proposals and award a contract without discussions. Potential contractors must be registered in the System Award management (SAM) to be eligible for award. The SAM internet web site is http://www.sam.gov. IAW 52.212-3 Offeror Representations and Certifications- Commercial Items. Offeror must complete annual representations and certifications on-line at http://orca.bpn.gov. Offers are due by 28 May 18, 2015, 3:00 PM, Eastern Standard Time. Submit offers via email to Valerie.J.DeVeaux.civ@mail.mil and Carolyn.F.Lovett.civ@mail.mil, facsimile (706) 787-5681 or mail. Contracting Office Address: Southern Region Contracting Office (SRCO) 39706 40th Street Fort Gordon, GA 30905 Point of Contact: Valerie DeVeaux, Contract Specialist, (706) 787-8438 The following stand alone discretionary FAR and DFARS provisions are necesssary: 52.204-5 - Women-Owned Business Other Than Small Business (MAY 1999). 52.211-6 - Brand Name Or Equal (AUG 1999) 52.225-25 - Prohibition On Engaging In Sanctioned Activities Relating To Iran-Certification (DEC 2012) 52.203-2 - Certificate Of Independent Price Determination (APR 1985) 52.209-7 - Information Regarding Responsibility Matters (JUL 2013) 52.215-20 - Requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data (OCT 2010) 52.216-1 - Type Of Contract (APR 1984) 52.233-2 - Service Of Protest (SEP 2006) 52.252-1 - Solicitation Provisions Incorporated by Reference (FEB 1998). 52.252-5 - Authorized Deviations in Provisions (APR 1984), (b) DoD Far Supplement (48 CFR Chapter 2). 252.203-7005 - Representation Relating To Compensation Of Former DoD Officials (NOV 2011). 252.204-7011 - Alternative Line-Item Structure (SEP 2011) 252.209-7001 - Disclosure Of Ownership Or Control By The Government Of A Terrorist Country (JAN 2009) 252.215-7007 - Notice Of Intent To Resolicit (JUN 2012) 252.215-7008 - Only One Offer (OCT 2013) 252.225-7020 - Trade Agreements Certificate (JAN 2005) 252.247-7022 - Representation Of Extent Of Transportation By Sea (AUG 1992) 52.212-4 -- Contract Terms and Conditions - Commercial Items, applies to this acquisition (JUN 2010) and Addendum to 52.212-4--(u) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found. 52.203-3 - Gratuities (APR 1984). 52.203-6 - Restrictions On Subcontractor Sales To The Government (SEP 2006). 52.203-12 - Limitation On Payments To Influence Certain Federal Transactions (OCT 2010). 52.203-17 - Contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights (APR 2014) 52.204-4 - Printed Or Copied Double-Sided On Postconsumer Fiber Content Paper (MAY 2011). 52.204-10 -- Reporting Executive Compensation and 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). 52.219-8 - Utilization Of Small Business Concerns (MAY 2014). 52.219-9 - Small Business Subcontracting Plan (JUL 2013) 52.219-16 - Liquidated Damages - Subcontracting Plan (JAN 1999) 52.222-19 - Child Labor-Cooperation With Authorities And Remedies (JAN 2014) 52.222-50 -- Combat Trafficking in Persons (MAR 2015). 52.223-3 - Hazardous Material Identification And Material Safety Data (JAN 1997) 52.223-5 - Pollution Prevention and Right-To-Know Information (MAY 2011) 52.223-18 - Contractor Policy to Ban Text Messaging While Driving (AUG 2011). 52.225-13 - Restrictions on Certain Foreign Purchases (JUN 2008). 52.228-5 - Insurance - Work On A Government Installation (JAN 1997). 52.232-33 -- Payment by Electronic Funds Transfer - System For Award Management (JUL 2013). 52.232-39 - Unenforceability Of Unauthorized Obligations (JUN 2013) 52.232-40 - Providing Accelerated Payments To Small Business Subcontractors (DEC 2013) 52.233-3 - Protest After Award (AUG 1996). 52.233-4 - Applicable Law for Breach of Contract Claim (OCT 2004). 52.237-2 - Protection of Government Buildings, Equipment, And Vegetation (APR 1984). 52.237-3 - Continuity Of Services (JAN 1991) 52.242-13 - Bankruptcy (JUL 1995). 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials (SEP 2011). 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights (SEP 2013). 252.204-7003 - Control of Government Personnel Work Product (APR 1992). 252.209-7004 - Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Terrorist Country (MAR 2014) 252.225-7012 - Preference For Certain Domestic Commodities (FEB 2013) 252.225-7021 - Trade Agreements (OCT 2013) 252.225-7048 - Export Controlled Items (JUN 2013) 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (JUN 2012). 252.232-7010 - Levies on Contract Payments (DEC 2006). 52.219-28 - Post-Award Small Business Program Representation (APR 2012). 52.252-2 - Clauses Incorporated by Reference (FEB 1998). 52.252-6 -- Authorized Deviations in Provisions (APR 1984). " DoD FAR Supplement (48 CFR Chapter 2)." 252.204-7012 - Safeguarding Of Unclassified Controlled Technical Information (NOV 2013) 252.244-7000 - Subcontracts For Commercial Items And Commercial Components (JUN 2013) INVOICING INFORMATION: All prospective offeror must be registered in the Wide Area Work Flow (WAWF) System. For registration go to https://wawf.eb.mil/ and follow the registration instructions. The payment on invoices will be made quarterly invoices as a 2-in-1 invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil (reference clause 252.232-7003). Web Base Training is available at www.wawftraining.com and for more information go to www.dod.mil/dfas and click the e-commerce link. 52.212-5 - Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (JAN 2014)(DEVIATION 2013-O0019) SALIENT CHARACTERISTICS 1. Scanner Hardware - Large Sample Capacity/Fast Scanning Capability: - X Ray source energy: Choice of 3 exact calibrated positions (ECP) between 40 kVp and 70 kVp - Current: 0.20 mA@40kVp and 0.113 mA @ 70 kVp - Focal point size: 5pm @ 70 kVp; ½ intensity - Artifact free small angle cone-beam geometry - Detector system, data acquisition electronics - Maximum specimen and Scan size: 37mm diameter /80mm height Motors, motors control (linear, Rotational, Z) Hardware connection to computer - Specimen Holders: 15 total, 3 each size Inner Diameter (mm): 8.5 13.5 18.5 28.0 35.0 (maximum) Height (mm): 43/75 43/75 43/75 75 75 (maximum) - Quality Control Phantom: Consists of 4 rods of varying HA density as well as 3 aluminum wires. Phantom is bundled with standardized tests for Quality Control test scans of scanner 2. Computer for uCT40: - hp Integrity Server rx2800 (dual core, 2 x 1.33 Ghz CPU) - 64 GB RAM - 3x1 46 GB + 20 TB disk space - 2 x 10/100/1000 Mb/s Ethernet - Open VMS Operating System (4-CPU license) - Hp 24" tft monitor/mouse/keybord/CD/DVD/USB ports - Tape Drive for data storage (LT06) 3. Software (64bit): - Measurement Program - features including but not limited to: Scout View with calibrated diameter positions Single-slice and multi-slice (3D) scanning (interactive slice number selection) High-throughput batch measurements (24 hour/7 day unattended operation) Single or multiple samples - Fast Image Reconstruction: a) On line reconstruction b) Off line reconstruction c) On line beam hardening correction - Database Program: a) User names b) Sample names c) Results (2D and 3D) d) Back up and archive Image Analysis Software Tools - Features including but not limited to: a) Zoom b) Distance (2D and 3D) c) Contouring, Morphing d) Automatic/Manual gray scale adjustment e) Intensity based thresholding f) Region based segmentation (geometric and/or conforming ROI's) g) Cut/Past Options h) Morphing i) Density Measurements (mg/cc HA, Hounsfield Units, Linear Attenuation Coefficient) j) Masking k) Histograms Morphometry Software (can be easily adapted for any strut or network analyses; all indices can be generated by one mouse-click): a) Bone Area/Surfacre/Volume b) Trabecular Thickness and Separation maps c) Trabecular Number d) Connectivity Density e) Structural Model Index f) Degree of Anisotrophy Other functions: a) Porosity b) Bone-Implant Interface contact area/volume c) Cortical Bone Thickness/Volume/Moment of Inertia calculations 3D Image Rendering and Visualization: a) Automatic or Manual 3D rendering b) Animation c) Transparency d) Multiple color capability Image Output (Input to MATLAB/Analyze/Amira, and other 3rd party software): a) DICOM b) Postscript c) Tiff d) JPEG e) Other outputs (STL, etc.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W81K0015R0028/listing.html)
 
Place of Performance
Address: Eisenhower Army Medical Center, Bldg 300, East Hospital Road, Fort Gordon, Georgia, 30905, United States
Zip Code: 30905
 
Record
SN03722111-W 20150508/150506235539-8d8340c1de6d9e008527d50a9ded94f9 (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.