The RFP Database
New business relationships start here

Ion Scan and X-Ray


Massachusetts, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

U.S. Department of Justice
Federal Bureau of Prisons
Federal Medical Center (FMC) Devens
42 Patton Rd
Ayer, MA 01432

August 23, 2019


(i) This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.


(ii) The solicitation number is 15B20519Q00000017. This solicitation is issued as a Request for Quote (RFQ). Please read it in its entirety.


(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-05.


(iv) The NAICS for this requirement is 334511 with a small business size standard of 1,250 employees.


(v) The following items are required


• CLIN 0001: IonScan 600 Non-Rad Trace Detector - Narcotics w/ Fentanyl and with Integrated Printer; Smiths Detection; Portable/Desktop narcotics detector with integrated printer. *NETWORK PORT REMOVED; 1, EA*
• CLIN 0002: Warranty; 12 month standard on-site warranty for ION Scan 600; 1, EA
• CLIN 0003: Sampling Wand; Smiths Detection; Ion Scan 600 sampling wand; 1; EA
• CLIN 0004: Verfication Pen; Smiths Detection; Ion Scan 600 Verfication Pen; 2; EA
• CLIN 0005: Swabs; Smiths Detection; Swab Multi Packs(200/pack); 25; PK
• CLIN 0006: HI- SCAN 6046si- X-Ray Inspection System; Smiths Detection; X-Ray Inspection system with Advanced software systems *NETWORK PORT REMOVED; 1, EA*
• CLIN 0007: Warranty; 12 month standard on-site warranty for HI- SCAN 6046si; 1, EA
• CLIN 0008: Installation of X-Ray Inspection System HI- SCAN 6046si; 1, EA
• CLIN 0009: 1M/40" Entry/Exit Roller Tables; Smiths Detection; HI- SCAN 6046si; 1, EA
• CLIN 0010: Disposal of current Trace Detector; 1, EA


(vi) This solicitation is expected to result in the award of a firm-fixed price contract for a Smiths Detection IonScan 600 Non-Rad Trace Detector - Narcotics with Integrated Printer and Smiths Detection HI- SCAN 6046si X-Ray Inspection System with advanced software. This requirement is for NEW original products ONLY: NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.


Salient physical, functional, and performance characteristics of the Smiths Detection IonScan 600:
• Non-radioactive IMS source
• Analysis time: 8-12 seconds or less
• Narcotics detection, able to detect: Amphetamine, Cocaine, Heroin, Ketamine, MDA, MDMA, Methamphetamine, Buprenorphine, THC, Fentanyl, Acetylfentanyl, 3-Methylfentanyl, Butyrfentanyl, Furanylfentanyl, Carfentanyl, W-18, Cocaine, Heroin and others.
• Optional integrated printer (Must be included. Network port must be removed to meet security demands.)
• Automatic internal self-calibration
• Small, lightweight and portable
• Size: 38.3 x 39.5 x 37.7cm (15.1 x 15.6 x 14.8in)
• Weight: 11.5kg (25.3lbs)
• Data display: 22.9cm (9") high resolution, anti-reflective, color touch-screen
• Warm-up time: Less than 10 minutes.
• Consumables: Single use swab and verification pen
• The IONSCAN 600 is unique in working with cost-effective, single-use swabs suitable for both manual and wand sampling. These proprietary swabs are designed for efficient trace particle pick-up, reduce contamination risk and offer the most hygienic method for sampling a person's hands.
• Hot-Swappable batteries for full operation even when mains power is not available.
• Can be relocated whilst fully operational (without any downtime) enabling it to be used in a much broader range of screening environments


Salient physical, functional, and performance characteristics of the Smiths Detection HI- SCAN 6046si:
• Tunnel dimensions: 24.4" (W) x 18.1" (H)
• Max. object size: 24.2" (W) x 17.9" (H)
• Dimensions: 78.9" (L) x 33.5" (W) x 50.6" (H)
• Maximum conveyor load: 352lbs
• Resolution (wire detectability): standard: 40 AWG (0.08 mm) • typical: 41 AWG (0.07 mm)
• Penetration (steel): standard: 35 mm • typical: 37 mm
• X-ray dose (typical): HI-MAT: 1.6 μSv (0,16 mrem)
• Duty cycle: 100 %, no warm-up procedure required
• X-Ray Generator: 160 kV
• Digital video memory: 1280 x 1024 / 24 bit
• Monitor: Flat Panel LCD Monitor
• Image evaluation functions: electronic zoom: stepless enlargement up to 64-times
• Advanced Software, X-ACT: Advanced Contents Tracking
• Advanced Software, HI-TIP: Treat Image Projection
• Advanced Software, Hi-SPOT: Auto Dense Area Detection
• Advanced Software, High Density Alert- Automatic Marking of Suspicious Objects
• Advanced Software, X-Plore: Determination of Organic Materials
• Advanced Software, IMS: Image Management System
• Advanced Software, Hi-TRAX: Image Enhancement Function

(vii) TERMS OF DELIVERY ARE F.O.B. DESTINATION TO:


FMC Devens
36 Independence Drive
Devens, MA 01434


(viii) FAR 52.212-1, Instructions to Offerors-Commerical, applies to this acquisition.


(ix) Award will be made to the responsible Quoter whose quote conforms to the requirements and is determined to provide the best value to the Government, considering the evaluation factors outlined below.
(1) Technical Compliance - Products proposed to match the goods listed in in section "v". The proposed products must be brand name to be considered for award;
(2) Price - The government will evaluate the Quoter's proposed price to ensure it is fair and reasonable;
(3) Past Performance - Past performance information shall include prior experience and similar performances undertaken by the contractor; and
(4) Delivery - Delivery terms proposed by the offerer.


(x) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, must be submitted with quote.


(xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items, is applicable to this acquisition.


(xii) FAR 52.212-5 (August 2019), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.


_X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note).
_X (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note).
_X (25) 52.222-3, Convict Labor (June 2003) (E.O.11755).
_X (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O.13126).
_X (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
_X (28) (i) 52.222-26, Equal Opportunity (Sept 2016) (E.O.11246).
_X (33) (i) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627).
_X (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513).
_X (47) (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.
(iii) Alternate II (May 2014) of 52.225-3.
_X (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
_X (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332).
_X (57) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C.3332).


(xiii) The selected Quoter must comply with the additional contract terms and conditions, which are incorporated herein by reference:


Provisions
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.225-25 - Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification

Clauses
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
52.27-103-72 - DOJ Contractor Residency Requirement Bureau of Prisons (JUNE 2004)
PGD 15-03, Attach 1 - DJAR-PGD-15-03 - Security of Department Information and Systems (APR 2015)


The full text of the referenced FAR provisions and clauses may be accessed electronically at www.acquisition.gov/FAR or by contacting Charles Coushaine, Contract Specialist, by email to ccoushaine@bop.gov


(xiv) Not applicable to this solicitation.


(xv) The completed solicitation package must be returned no later than 12:00 p.m. Eastern Standard Time on August 29, 2019. The anticipated award date is on or about August 30, 2019.


(xvi) Vendors shall submit quotes to Charles Coushaine, Contract Specialist, by email to ccoushaine@bop.gov ONLY. No fax, hand delivered, or mail-in quotes will be accepted. Quotes MUST be good for 60 calendar days after close.


Please ensure all information requested is included. Information will be posted to the General Services Administration, Federal Business Opportunities website: http://www.fbo.gov. All future information about this acquisition, including amendments, and cancellations will also be distributed through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation.


Notice to Interested Vendors: The Bureau's Office of Security Technology regularly researches and evaluates technological advances to identify and assess products that enhance prison security. Market research will be conducted for all future opportunities and vendors capable of meeting security technology requirements are invited to submit capability statements (not to exceed 4 pages in .pdf format) for consideration of future needs. Vendors are hereby notified that provision of sample equipment may be required for evaluation and testing. Interested vendors may submit capability statements via email to the Contracting Officer, who will forward the information to the Bureau's Office of Security Technology for further evaluation and response.


***Question Submission: Interested quoters must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer (FMC Devens) to respond. Questions must be submitted by email only, no phone calls please. The email address to send questions is ccoushaine@bop.gov


Charles M Coushaine, Contract Specialist, Phone 9787961136, Email ccoushaine@bop.gov - Catherine Duffey, Contract Specialist, Phone 9787961142, Email c1duffey@bop.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP