Federal Bid

Last Updated on 08 Aug 2015 at 8 AM
Combined Synopsis/Solicitation
Institute West virginia

Ultra Focus Digital Radiography System with DXA

Solicitation ID NHLBI-CSB-DE-2015-162-KEW
Posted Date 10 Jul 2015 at 3 PM
Archive Date 08 Aug 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office National Heart, Lung And Blood Institute, Rockledge Dr. Bethesda, Md
Agency Department Of Health And Human Services
Location Institute West virginia United states
(1) Action Code: Combined Synopsis/Solicitation


(2) Date: July 10th, 2015

(3) Year: 2015

(4) Contracting Office Zip Code: 20892

(5) Classification Code: 6640

(6) Contracting Office Address:
6701 Rockledge Drive
Rockledge II
Bethesda, MD 20892

(7) Subject/Title: Ultra Focus Digital Radiography System with DXA

(8) Proposed Solicitation Number: NHLBI-CSB-DE-2015-162-KEW

(9) Closing Response Date: July 24th, 2015

(10) Contact Point: Kyle Wisor, Contract Specialist

(11) Contract Award and Solicitation Number: TBD

(12) Contract Award Dollar Amount: UKN

(13) Contract Line Item Number(s): TBD

(14) Contractor Award Date: TBD

(15) Contractor Name: TBD

(16) Description:

The National Institute of Dental and Craniofacial Research (NIDCR) Molecular Biology of Bones and Teeth Section (MBTS), Craniofacial and Skeletal Diseases Branch (CSDB) require an UltraFocus DXA (brand name only) to analyze tissues from mice genetically or surgically engineered to acquire human bone diseases such as osteopenia or bone fracture.

(i) "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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued."

(ii) The solicitation number is NHLBI-CSB-DE-2015-162-KEW and the solicitation is issued as a request for quote (RFQ).

(iii) The solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective 02 JUL 2015.

(iv) This is a small business set aside. The associated NAICS code is 334517, Irradiations Apparatus Manufacturing, and the small business size standard is 500 Employees. The acquisition is being conducted in accordance with the procedures of FAR Part 12 and FAR Part 13.

(v) The Contractor Requirements are listed below:

(vi) The Contractor Shall:

1. Provide (quantity 1) Faxitron Ultra Focus DXA, specifications as follows;

a. In DXA mode the system automatically calculates BMD, BMC, and lean and fat mass percentages. Both whole body and region of interest (ROI) data is presented.
b. Magnification shelf with field of view guides and automatic position detection
c. Single click calibration with auto object detect
d. One button operation with Automatic Exposure Control (AEC)
e. Easily switch between high resolution imaging and DXA mode
f. Select from bone, lean and fat tissue maps for detailed ROI DXA analysis
g. Images instantaneously displayed on 22" high resolution 2.3MP monitor
h. Remote diagnostic and support over the web
i. Sample imaging size 10cm x 15cm (4" x 6")
j. Pixel pitch 48μm
k. Spatial resolution 8μm at 6X geometric magnification
l. Energy range 10 - 100kV
m. Tube current 0.3mA max (isowatt limited to 12W from 41-60kV)
n. Focal spot size, nominal 8μm
o. Window filtration 0.25mm Be, tungsten source
p. Power 100-240VAC ±10%, 50/60Hz, 150VA
q. Dimensions external 23" W x 21" D x 36" H (59cm x 54cm x 90cm)
r. Dimensions internal 15.4" W x 15.4" D x 22" H (39cm x 39cm x 56cm
s. Ultrafocus Cart
t. (1) One year warranty, Installation and (1) One day in-Service training by a factory trained representative


(vii) Date of Delivery: Shipping 30 days after receipt of order

Place of Delivery:
National Institute of Health, NIDCR
30 Convent Drive
Building 30, Room 225
Bethesda, MD 20892


(viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.

(ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, is applicable. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

Contract award shall be made to the responsible Offeror whose offer, in conforming to this RFQ, provides the overall best value to the Government, technical evaluation factors, and cost considered. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable cost.
Technical evaluation factors are more important than cost.

1: Technical Evaluation Factor (90 points)

The vendor must provide the following product to the specifications below; Provide (quantity 1) Faxitron Ultra Focus DXA

a. In DXA mode the system automatically calculates BMD, BMC, and lean and fat mass percentages. Both whole body and region of interest (ROI) data is presented.
b. Magnification shelf with field of view guides and automatic position detection
c. Single click calibration with auto object detect
d. One button operation with Automatic Exposure Control (AEC)
e. Easily switch between high resolution imaging and DXA mode
f. Select from bone, lean and fat tissue maps for detailed ROI DXA analysis
g. Images instantaneously displayed on 22" high resolution 2.3MP monitor
h. Remote diagnostic and support over the web
i. Sample imaging size 10cm x 15cm (4" x 6")
j. Pixel pitch 48μm
k. Spatial resolution 8μm at 6X geometric magnification
l. Energy range 10 - 100kV
m. Tube current 0.3mA max (isowatt limited to 12W from 41-60kV)
n. Focal spot size, nominal 8μm
o. Window filtration 0.25mm Be, tungsten source
p. Power 100-240VAC ±10%, 50/60Hz, 150VA
q. Dimensions external 23" W x 21" D x 36" H (59cm x 54cm x 90cm)
r. Dimensions internal 15.4" W x 15.4" D x 22" H (39cm x 39cm x 56cm
s. Ultrafocus Cart
t. (1) One year warranty, Installation and (1) One day in-Service training by a factory trained representative

2: Price (10 points)

(x) FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is applicable. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (p) of this provision.

(xi) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.

(xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Including the following clauses and Prohibitions:

i. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011)
ii. 52.225-13, Restrictions on Certain Foreign Purchases
iii. 52.244-6, Subcontracts for Commercial Items
iv. 52.2232-39, Unenforceability of Unauthorized Obligations
v. 52.219-6, Notice of Total Small Business Set-Aside
vi. 52.222-3, Convict Labor
vii. 52.222-19, Child Labor--Cooperation with Authorities and Remedies
viii. 52.222-26, Equal Opportunity
ix. 52.222-35, Equal Opportunity for Veterans
x. 52.222-36, Equal Opportunity for Workers with Disabilities
xi. 52.222-37, Employment Reports on Veterans
xii. 52.222-50 Combating Trafficking in Persons
xiii. 52.232-33, Payment by Electronic Funds Transfer-System for Award Management
xiv. 52.222-21, Prohibition of Segregated Facilities

(xiii) Additional Contract Requirements: None

(xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable.

(xv) All responses must be received by July 24th, 2015 at 9:00 AM and must reference number NHLBI-CSB-DE-2015-162-KEW. Responses may be submitted electronically to [email protected] or by U.S. mail to the National Heart, Lung, and Blood Institute, Office of Acquisitions, COAC Services Branch, 6701 Rockledge Drive, Suite 6150B, Bethesda, MD 20892-7902, Attention: Kyle Wisor. Phone: 301-402-3670; Fax responses will not be accepted

Bid Protests Not Available

Similar Opportunities

Pennsylvania 13 Jul 2025 at 4 AM (estimated)
Pennsylvania 13 Jul 2025 at 4 AM (estimated)
Silverdale Washington 28 Jul 2025 at 4 AM
Beaufort South carolina 10 Jul 2025 at 6 PM