Inactive
Notice ID:DJF210700PR0003233
This Notice of Intent is not a request for competitive proposals. This is not a solicitation or request for offers. The Federal Bureau of Investigation (FBI) intends to award a sole-source, one-time, ...
This Notice of Intent is not a request for competitive proposals. This is not a solicitation or request for offers. The Federal Bureau of Investigation (FBI) intends to award a sole-source, one-time, firm-fixed price purchase order to: North Star Imaging, Inc., 19875 S Diamond Lake Road, Rogers, MN, 55374 for a Silver Tier Preventative Maintenance (PM) and Software Maintenance Contract. The FBI’s Laboratory Division has a North Star Imaging (NSI) X5000 Industrial 3D X-Ray Inspection System with FXE 22S.48 and HPX-450-11 X-Ray Tubes. NSI is the manufacturer of the X5000 X-Ray System and the proprietary efX-DR and efX-CT software programs. NSI is the only authorized vendor to perform software maintenance on efX-DR and efX-CT. The NSI Silver Tier Preventative Maintenance Agreement includes a 12-point inspection performed twice in a one (1) year period by factory trained technicians. Part of the 12-point inspection includes a Radiation Safety Survey with documentation, and the execution of an Imaging System Alignment Verification. Moreover, the Silver Tier PM Program includes unlimited telephone and remote technical support for hardware, software, and x-ray system related-issues. The X5000 X-Ray System is located at the FBI Academy Campus, Quantico, Virginia, 22135. The North American Classification System Code is 334517, Irradiation Apparatus Manufacturing. Vendors must be registered in the System for Awards Management to receive Government contracts, (https://www.sam.gov/SAM/). In 2020, the FBI awarded Purchase Order Number 15F06720P0001664 to NSI for PM and Software Maintenance of the X5000 X-Ray System. The FBI intends to negotiate with only one source under the authority of FAR 6.302-1. Interested parties may identify their interests and capability to respond to this requirement by May 2, 2021 at 11:00 AM, (EST). Emailed responses will only be considered. No phone calls. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Information received will be considered solely for the purpose of whether or not to conduct a competitive procurement. Responses shall include the firm’s Dun and Bradstreet number and their business size. A determination by the Government not to compete this proposed award upon response to this notice is solely within the discretion of the Government. No reimbursement for any cost connected with providing capability information will be provided.