Federal Bid

Last Updated on 14 Apr 2021 at 3 PM
Combined Synopsis/Solicitation
Lincoln Nebraska

Pano X-ray Machine & Installation

Solicitation ID W9124321QCH01
Posted Date 14 Apr 2021 at 3 PM
Archive Date 01 May 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7nl Uspfo Activity Ne Arng
Agency Department Of Defense
Location Lincoln Nebraska United states 68524

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This is a 100% small business set-aside. NAICS is 334515, Small Business Standard is 750 employees. This announcement constitutes the only solicitation; quotes are requested and a written solicitation will not be issued.  This solicitation document and the incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2021-03. 

  1. Vendor will submit the following:
    1. Pricing as described in this solicitation;
    2. Past performance as required and all other documentation required to meet the information stated to determine the quote submitted meets the customer's needs;
    3. Completed copy of FAR Clause 52.204-24 Representation.
  1. The USPFO for Nebraska Contracting Office, Nebraska Army National Guard, has a requirement to purchase, have delivered and installed on location the following:
  2. Two Each - Panoramic Xray Machine, 2D with an Option to upgrade to 3D in the future

Minimum Height: 66” in collapsed position

Max height: 97” (when following extended)

Minimum length: 60”

Max Length: 65”

Min depth: 44”

Max Depth: 45”

Min weight: none

Max weight: none

Other attributions: Panoramic X-Ray needs ability to telescope no less than 30 inches from minimum height.

Electrical requirements: Line voltage 110-230 VAC +/- 10% 50 or 60 Hz

Other salient requirements and functions: Focal Spot: 0.5 mm, IEC 336

Tube Voltage: 57–90 kV

Tube Current: 3.2–16 mA

Nominal Voltage: -

HU Capacity: 35 kJ, 49 000 HU

Minimum Total Filtration: 3.2 mm AI

Wheelchair accessible: Yes

2D Panoramic – upgradeable to 3D in the future.

Image Detector: CMOS

Sensor Pixel Size: 100 µm

Image Pixel Size: 100 µm

Scan/Exposure Time: 8.6–16.1 seconds

Image Field Height: 148 mm

Imaging Programs: Standard, Pediatric, Ortho Zone, Orthogonal, Wide Arch, Lateral TMJ, PA TMJ, Maxillary Sinus, Bitewing

STANDARD:

2D Cephalometric upgradeable to 3D in the future

Image Detector: CMOS

Sensor Pixel Size: 100 µm

Image Pixel Size: 100 µm

Scan/Exposure Time: 10–20 seconds

Image Field Height: 17–260 mm

2D Small Panel

Image Detector: CMOS

Image Voxel Size: 85–330 µm

Scan Time: 11–21 seconds

Exposure Time: 1.2–12.6 seconds

Image Volume Sizes (H x W): 61 x 41, 61 x 78 mm

DICOM Support: Yes

Min. room height: 2050–2450 mm

Option to be priced separately:  

3D

Image Detector: CMOS

Image Voxel Size: 85–420 µm

Scan Time: 11–42 seconds

Exposure Time: 1.2–8.7 seconds

Image Volume Sizes (H x W): 50 x 50, 61 x 78, 78 x 78, 78 x 150, 130 x 150 mm

DICOM Support: Yes

  1. Installation is required at the PAD Suite, Rm 156 & 157, at 2400 NW 24th St., Penterman Armory, Lincoln, NE.  See the drawing for site information and room dimensions.
  2.  All freight/delivery/installation costs are to be included as a separate line in the quote.
  3. A five year warranty is requested.  Submit with quote the maximum standard warranty for this requirement.
  4. Provide the local Service technician information for system in local area of Lincoln, NE with no less than a 1 day turn around. Include in quote specific information for local technician to service system.
  5. See below clauses and DFARS clauses are applicable as attached. The basis for award will be determined by the Best value to the Government to include technical ability to meet minimum specifications, past performance based on the last three years from the date of the solicitation, and price.  Vendors are advised that their quote must include enough information for the Government to evaluate the proposed products and the installation process to ensure the quote meets the customer’s needs.  Submit estimated delivery date and please include any prompt payment discounts to be offered to be considered.  Invoicing must be submitted electronically through https://piee.eb.mil/WAWF. Quotes are due via email to [email protected] NLT 16 April 2021 @ 1:00PM DST.  All vendors are required to be registered on SAM, (Smart Award Management System) https://www.sam.gov, at the time quotes are received.  Lack of registration in the SAM database will make an offeror ineligible for award.  Offerors that fail to furnish required representations or other information stated, or reject the terms and conditions stated of this solicitation may be excluded from consideration for award.

CLAUSES INCORPORATED BY REFERENCE:

52.204-24; 52.204-25, 52.209-6, 52.212-2, 52.212-3, 52.212-4, 52.212-5, 52.225-3, 52.225-13, 52.227-1, 52.232-33,52.232-40, 52.233-2, 52.233-3, 52.247-34, 52.252-2, 52.252-6, 52.253-1 

END of Document

Bid Protests Not Available

Similar Past Bids

Arnold Maryland 19 Dec 2018 at 9 PM
Atwater California 08 Sep 2023 at 5 PM
Martinsburg West virginia 23 Aug 2023 at 11 AM
Location Unknown 26 Aug 2013 at 8 PM
Location Unknown 15 Jun 2010 at 9 PM

Similar Opportunities