SOLICITATION NOTICE
63 -- Freight Security X-ray Scanner
- Notice Date
- 9/21/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Environmental Health Sciences, Office of Acquisitions, Office of Management, 530 Davis Drive, Durham, North Carolina, 27713, United States
- ZIP Code
- 27713
- Solicitation Number
- NIEHS4300124
- Archive Date
- 9/21/2017
- Point of Contact
- Teresa A. McCall, Phone: 9195410387
- E-Mail Address
-
teresa.mccall@nih.gov
(teresa.mccall@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- 1. Under the authority of Federal Acquisition Regulation (FAR) Part 8.4 Federal Supply Schedules and FAR Part 12, Commercial Items, the National Institute of Environmental Health Sciences (NIEHS) is soliciting quotes to competitively award a firm, fixed price Purchase Order for a Freight Security X-Ray Scanner. The delivery date for this requirement will be coordinated with the NIEHS Security Team, but no earlier than 30 days after award. 2. Notice of Total Small Business Set-Aside. Quotes are solicited from small business concerns. Quotes received from other than small business concerns will be rejected. The associated NAICS code is 334511 "Irradiation Apparatus Manufacturing", and size standard is 1,000 employees. This solicitation is issued under FAR Part 8. 3. This requirement requires a Freight and Pallet X-Ray Scanner. Vendor will furnish, install, and provide training to guard force, for a freight and pallet (U.S. Transportation and Security Administration Cargo Capacity C) dual view x-ray scanner ("scanner") to be used in a Government warehouse. The scanner and services shall meet the following minimum requirements: General Specifications: a. Freight and pallet scanner shall accommodate U.S. Transportation and Security Administration (TSA) Cargo Capacity C to include a cargo scanner and conveyor capacity sufficient for successfully screening up to and including a 4000 lb. (evenly distributed) palletized load. b. Freight and pallet scanner shall be qualified to meet all TSA x-ray screening requirements of a TSA Certified Cargo Screening Facility. c. Vendor will provide complete installation of the scanner within a maximum available government floor space location no greater than 28 feet long by 9 feet wide (to include all required rollers on both entry and exit of scanner) and serviced by existing (prior to installation) government-furnished utilities consisting of a floor mounted 120V-20A duplex outlet and duplex communications (RJ-45) Ethernet outlet located anywhere within 10 feet of the center of the scanner footprint. d. At the sole discretion of the Government, the vendor will be required to delay delivery of the equipment to a date (not to exceed 12 months after award) determined by the Government to permit the Government to ensure all required facility utilities to support the scanner and associated equipment are completely installed and ready for use. The Government will provide a minimum 90 days notice of required delivery date to permit manufacture and shipment by vendor. e. Final weight of the complete installed scanner and all associated equipment (not to include freight load) shall not exceed 11,700 lb. floor loading capacity of the installation location. f. After completion of vendor installation, the vendor shall provide in-person training by a manufacturer-trained instructor to train Government guard force operators using the furnished scanner in its final installation location. g. Vendor shall provide a factory warranty of at least one (1) year beginning no earlier than the completion of installation and training of Government guard force. h. The scanner shall include a minimum of two 200kV generators to provide dual scanning (i.e., both vertically from top to bottom and horizontally from side to side) capable of penetrating a minimum of 2 inches of steel with no warm-up required and each scan image displayed on a separate color LCD monitor (i.e., dual monitors each w minimum 24-inch monitor size) with a minimum 1600 x 1200-pixel resolution. i. Scanner shall be fully functional in a sheltered and tempered (i.e., partially heated but not air-conditioned) environment with temperatures ranging from 40 - 100 degrees Fahrenheit, and associated 95% (non-condensing) relative humidity. j. Minimum tunnel size shall accommodate palletized objects of 58 inches wide by 66 inches high (dimensions include associated pallet dimensions). k. Scanner shall be equipped with a conveyor capable of both forward and reverse movement. l. Scanner shall include computer with standard Windows operating system, to include all memory, storage, and video card hardware to provide display images and storage archiving of a minimum of 100,000 most recent images. Computer shall include an uninterruptible power source backup power supply capable of providing continuous computer operation for a minimum of 20 minutes. Scanning shall provide the following minimum features: a. Entry and exit rollers each capable of moving palletized freight loading to 4000 lb. capacity of scanner b. High penetration feature c. Heavy duty roller casters d. Package counter e. Color (minimum six color) and black & white imaging f. Automatic image archiving of most recent 100,000 images g. Image annotation feature h. Image review feature i. Conversion of image(s) to JPEG file format j. Capability to save and print image to file k. Continuous zoom up to 64 times l. Multi-quadrant zoom capability m. Vertical zoom panning n. Geometric image distortion correction o. Material discrimination p. Network capable with capability for remote diagnostics by manufacturer q. Real-time self-diagnostics 4. All responsible sources capable of meeting NIEHS' requirement, as stated within the Request for Quotes (RFQ) may submit a quote, along with equipment description and highlights, which, if received by the response date of this announcement, shall be considered. 5. The Government will award a Purchase Order resulting from this solicitation to the responsible responder whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following shall be used to evaluate quotes: (i) Price. Price will not be scored or rated. Evaluation of price will be performed using one or more of the price analysis techniques in FAR 13.106. Through these techniques the Government will determine whether prices are reasonable and complete. (ii) Technical acceptability. The item in this solicitation is identified and the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The minimum salient physical, functional, or performance characteristics that products must meet are specified in the solicitation. 6. All responsible sources capable of meeting NIEHS' requirement, as stated within the Request for Quotes (RFQ) and identified acceptable may submit a quote, which, if received by the response date of this announcement, shall be considered. 7. Prospective sources are reminded that an award can only be made to a Contractor who is registered in the System for Award Management (SAM) database in accordance with FAR 4.11. 8. Submission of Quotes: Quotes shall be forwarded to Ms. Teresa McCall via email to: teresa.mccall@nih.gov by September 23, 1:00 PM EDT. Facsimile or hard copies of submissions will not be accepted. 9. Any questions regarding this Solicitation should be directed via e-mail to Ms. Teresa McCall at teresa.mccall@nih. The deadline for the submittal of all questions is 2:00 p.m. on September 22, 2016.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIEHS/NIEHS4300124/listing.html)
- Place of Performance
- Address: NIEHS, Research Triangle Park, North Carolina, 27709, United States
- Zip Code: 27709
- Zip Code: 27709
- Record
- SN04281141-W 20160923/160921234534-26ea20478a2feb0b9d2ed62c5beb2e5f (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 |