Inactive
Notice ID:W911QX-21-Q-0030
A. Objective: To find sources that are qualified to meet the supplies/services as listed in section 11B. Note that the specific requirements in section C are subject to change prior to the release of ...
A. Objective: To find sources that are qualified to meet the supplies/services as listed in section 11B. Note that the specific requirements in section C are subject to change prior to the release of any solicitation. B. The Government requires one (1) Portable X-Ray System that meets the following minimum specifications: • Touch-screen laptop Computer Display Unit (CDU), Xbit and VEO software • Image View Software (S/W) on 50 meter (m) Imager Cable on reel for data and power • Ten (10) Foot (ft.) Category (CAT)/Interface Communications Unit (ICU) to imager cable, ten (10)ft. X-Ray Cable (Seven (7) pin) & miniCAT wireless up to 400 meters line-of-sight. • Quick Start and Operational Manual with Xbit and VEO software (compatible with X-Ray Tool Kit (XTK)) all in one (1) ruggedized pelican case. • Power Cord Kit • Battery Operated System, with two (2) spare batteries, or operate with single-point Alternating Current (AC) connection and operate with all pulsed and most continuous output X-ray sources. • Universal Serial Bus (USB) Wi-Fi connections • 3.5 Line Pairs per Millimeter (lp/mm) resolution or better, 140 Micrometer (?m), 2560x3072 pixel matrix, 16-bit Imager (65,535 gray levels) 17 inch (”)x14” area w/ 1.5 sec picture acquisition time Minimum size of .6” thin & weighs 6.4 pounds (lbs.) Minimum of one (1) year Original Equipment Manufacturer (OEM) warranty Shipping FOB Destination to Aberdeen Proving Ground, Maryland C. Responses: All interested parties should notify this office in writing, mail, fax, or e-mail within the posted date. Responses shall include: To what extent each of the specifications can be met. Include your type of business (i.e. commercial, academia), whether your organization is classified as a large or small business based on the 1,000 Employee standard that accompanies NAICS code 334516. If a small business, you must also list any small disadvantaged status you hold [HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), etc.]. Past experience/ performance through the description of completed projects. (12) Responses to this sources sought are due no later than 3:00pm eastern standard time 02 February 2021. Submissions should be emailed to Christine.m.chase10.civ@mail.mil. Mailed submissions can be sent to the address in block 7, ATTN: Christine Chase. Questions concerning this sources sought may be directed to Christine Chase at Christine.m.chase10.civ@mail.mil. Please be advised that .zip and .exe files cannot be accepted. (13) Place of Contract Performance: Aberdeen Proving Ground, Maryland (14) Estimated Delivery Timeframe: Ten (10) Weeks after contract award (ACA)