SOLICITATION NOTICE
66 -- Pallet Scanner
- Notice Date
- 9/3/2020 12:20:52 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- FDC HONOLULU HONOLULU HI 96820 USA
- ZIP Code
- 96820
- Solicitation Number
- RFQ15BH0N20QVE110013
- Response Due
- 9/9/2020 1:00:00 PM
- Archive Date
- 09/24/2020
- Point of Contact
- Nyree F. Cruz, Phone: 8088384356
- E-Mail Address
-
nfcruz@bop.gov
(nfcruz@bop.gov)
- 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is 15BH0N20QVE110013 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07. This acquisition is for a commercial item and is conducted under the authority of FAR Part 12�Acquisition of Commercial Items and FAR Part 13�Simplified Acquisition Procedures and is not expected to exceed the simplified acquisition threshold. A fixed-price type of purchase order is contemplated for this requirement. The applicable North American Industrial Classification System (NAICS) code for this procurement is 334511 with a defined size standard of 1250 employees. This solicitation is issued on an Unrestricted basis. Requirement Description: The Federal Bureau of Prisons, Federal Detention Center (FDC) Honolulu intends to acquire an x-ray inspection system for detection of contraband and screening of shipments delivered to FDC Honolulu. General information about Bureau of Prisons and its facilities is available at www.bop.gov. FDC Honolulu requires supply and installation of one (1) Smiths Detection HI-SCAN 145180-2is Dual View X-ray Inspection System priced and packaged to include the following: 2-24"" LCD Monitors Operator Keyboard Software: HI-SPOT - Automatic Dense Area Detection HI-TRAX - Image Enhancement Functions Operator Manual (1)Operator Console iLoc Console BST (Basic Sitting) Advanced HI-SCAN Image Processing Software Options: (1)Image Store System - Digital Image Management (1)Super Enhancement-Contrast Optimization and Virtual Penetration Increase (1)X-PLORE - Determination of Organic Materials Motorized Roller Tables (1)Input Roller 133cm 2 Ton Motorized Conveyor (Small pitch, end-stop, no side guard) (1)Output Roller 133cm 2 Ton Motorized Conveyor (Small pitch, end-stop, no side guard) Max. Conveyor load of 5,000 kg when evenly distributed Tunnel Dimensions of 57.8 in. (W) x 71.7 in. (H) Equipment Size 221.9 in. (L) x 85 in. (W) x 100.2 in. (H) Quotations to supply a commercial item product alternative to the Smiths Detection HI-SCAN 145180-2is must meet the following salient physical, functional, and/or performance characteristics to be considered acceptable for award: Fixed projection display of digitized radiograph images of objects for screening Material discrimination capability of differing types of materials (metal, non-metal, organic) Dual-view of images from a minimum of two perspectives Two (2) display screens and software to enhance imaging for clarity and object identification Overall size/footprint of base system no greater than 18.5�(L) x 8.5�(H) Tunnel size capacity up to 5�(W) x 6�(H) Motorized Conveyor Belt Additionally, quotes to supply a commercial item product alternative to the Smiths Detection HI-SCAN 145180-2is must include documentation that the equipment has been determined by DOJ to comply with agency requirements for covered IT equipment, software, and/or services, with regard to the Federal Information Technology Acquisition Reform Act (FITARA). Delivery/Installation: The contractor is responsible for shipment and delivery of equipment no later than 24 weeks after award acceptance. Delivery will be FOB destination and the place of delivery and acceptance with be FDC Honolulu, 351 Elliott St, Honolulu, HI 96819. The contractor will provide qualified personnel (manufactures authorized, if applicable) to conduct factory start-up and commissioning to verify that requirements have been met to ensure coverage of manufacture equipment warranty
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9afe2b93b857411a88d42116b7b0ada1/view)
- Place of Performance
- Address: Honolulu, HI 96819, USA
- Zip Code: 96819
- Country: USA
- Zip Code: 96819
- Record
- SN05787011-F 20200905/200903230202 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |