Federal Bid

Last Updated on 29 Jul 2020 at 12 PM
Special Notice
El segundo California

FAXITRON MULTIFOCUS SYSTEM

Solicitation ID Not Specified
Posted Date 29 Jul 2020 at 12 PM
Archive Date 09 Aug 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Udsa Animal Plant Hlth Insp Svc
Agency Department Of Agriculture
Location El segundo California United states 90245

Intent to Purchase FAXITRON MULTIFOCUS System;  

The USDA, Animal Health Inspection Service (APHIS) intends to award a sole source Firm Fixed Price purchase order under the statutory authority permitting Other than Full and Open Competition per statutory authority is 41U.S.C. 253(c)(1) FAR 6.302-1 to Hologic INC. The property or services needed are available from only one responsible qualified source at this time and no other type of property or services will satisfy these needs.

Machine must meet the required specifications as detailed in this scope of work:

This table top x-ray machine will be set up in a designated area attached to an existing standard A/C outlet electrical connection. It will be used to perform internal pest detection activities in organic material i.e. seeds, bulbs, plants, etc. through digital x-ray imaging system utilizing 4 inch x 6 inch or larger rectangle imaging area with double-sized sample stage (≥ 8 x 12 inch) and using applicable software.

Equipment Description: This shall include, but not limited to the following features and characteristics:

  1. Digital detector
  2. Digital detector must to ensure that no pixel data has to be interpolated and produces a high quality image that is comparable to the images obtained with PPQ field x-ray equipment
  3. Imaging area: 4” x 6” or larger
  4. Resolution: 6 µm at 8X geometric magnification or better
  5. Automatic calibration and exposure control with manual adjustment, out of the box
  6. Laser centering guide to ensure proper sample placement
  7. Must have up to 8X geometric magnification or better
  8. Develop rapid image with a single click and automatically save the image to a network share
  9. X-Ray source adjustable from 10 – 50 KV
  10. Safety features with no OSHA license, nor radiological test required
  11. Must not require any additional x-ray shielding (shielding must be fully built-in)
  12. Stainless steel interior chamber for easy cleaning
  13. Digital component that creates image files to save on computer
  14. Dimensions (exterior): no larger than 21” W, 24”D, 30”H
  15. Dimensions (interior): 14.5” H x 12” W x 14” D or larger
  16. Weight must not exceed 200 pounds (shipping weight can be up to 300 pounds)
  17. Monitor: 24” high resolution 3.7 MPx monitor or better
  18. Must plug into a standard A/C outlet (120V)
  19. Desktop computer (preferably Dell Precision 7930 or OptiPlex 3070 mini tower/small form factor

Compatibility: X-Ray machine must be compatible with existing electrical fixtures and the internet.

Delivery: Vendor must offload and deliver products in original unopened packaging with legible manufacturer’s identification. Equipment must be protected from damage by the elements and construction procedures.

Warranty: One year limited parts and service. Seller warrants capital equipment to be free from defects in material and workmanship under normal use and operation for a period of one year after date of installation.

Initial Examination: Installer must examine area and conditions under which work is to be performed and identify conditions detrimental to proper or timely completion. Installer will not proceed until unsatisfactory conditions have been corrected.

Installation:

1. Comply with manufacturer’s recommendations

2. Place units in final location after preliminary work has been completed. Verify that clearances are adequate for proper operation of equipment.

3. Vendor is responsible for final hook-up of all necessary utilities within six feet of the X-Ray equipment.

Adjustments:

1. Test each item of equipment to verify proper operation.

2. Verify that accessory items required have been furnished and installed.

Cleaning: Remove all packing material and leave unit in clean condition, ready for operation.

Maintenance/Demonstrations: Vendor must demonstrate the operation of the installed X-Ray machine upon completion of the installation. If applicable, vendor must also perform a calibration of the process measuring equipment. All quotes must provide pricing for a maintenance/extended warranty program to keep equipment operating according to manufacturer’s requirements throughout the warranty period.

Removal: Remove old seed x-ray machine (Weight: 170 lbs. Dimension: H 33” W 17” L 18”) and dispose of it properly.

Service agreement: Please provide a quote for the period after the one year warranty.

Interested sources that are capable of providing the same as listed above are encouraged to submit statements of capability to the contracting office. Small business concerns are encouraged to participate. This notice of intent is NOT a request for competitive proposals, but instead a market research method to determine interested sources. A determination by the Government not to compete this proposed action is based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose to determine whether conducting a competitive (i.e. non-brand name) procurement is in the best interest of the Government. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. Please provide past performance and references regarding your ability to provide this supply and service this device along with your Statement of Capability. The Government will not award a contract based on the information received, nor reimburse participants for information they provide. Information provided is strictly voluntary. Please email Statements of Capability to Tom Wesley: [email protected]. Telephonic inquiries will not be honored. Closing date for submission of Statements of Capability is 08/03/2020 at  12:00 PM Central Standard Time. The North American Industry Classification Code (NAICS) is 334517.

Bid Protests Not Available

Similar Past Bids

Similar Opportunities