SOURCES SOUGHT
59 -- 3-D Computed Tomography (CT) System
- Notice Date
- 11/7/2011
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FQ8601-12-T-0042
- Archive Date
- 12/1/2011
- Point of Contact
- Emmeline J. Spaulding, Phone: 9375224565, Richard E. Fries, Phone: 9375224527
- E-Mail Address
-
emmeline.spaulding@wpafb.af.mil, richard.fries@wpafb.af.mil
(emmeline.spaulding@wpafb.af.mil, richard.fries@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing a "turn-key" 3-D Computed Tomography (CT) system for work being conducted within the laboratory in AFRL/RXSA. Contractors responding should specify that their equipment meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history, including recent commercial companies sold to should be included to determine commerciality. The required specifications for the CT system are as follows: I. General: The requirements for a standard, "turn-key" CT system are described below. The system SHALL be a fully functional, stand-alone, self-contained system to be installed in the laboratory within AFRL/RXSA, Bldg. 652. II. Applications: The CT system will be used for 2-D still and real-time high resolution radiography and 3-D still, real time, and video image acquisition of a variety of components including electronic subcomponents, avionics, structural materials and subcomponents and multi-walled, hallow turbine blades. III. Basic Requirements: The vendor shall provide the following: a. Real-time 2D imaging b. Automated computed tomography (3D0 c. Computer work station control of scanning and data acquisition d. Separate work station for post-processing e. Cabinet capable of upgrade to include second tube head f. Digital data storage capability for all imaging modes. g. Capability for transferring digital data from and to the controlling computer h. Easy entry and storage of user defined scan plans i. Active remote control of all axes. j. Installation k. Training IV. Detailed System Requirements: a. Enclosure Requirements: i. Max System Dimensions: 10' (width) x 8' (Height) x 6' (depth) ii. Shielded to eliminate external X-ray radiation below 2mR/hour at all points around the cabinet when operating at maximum energy. b. Stage Requirements i. Stage Weight Capacity: Able to handle 20 lbs minimum. ii. Part Dimensional Capacity: 1. Height: 16 inches Minimum 2. Diameter: 10 inches Minimum iii. Manipulation of Stage: 1. (z-axis) Translation between detector and X-ray tube: Minimum of 20 inches measured from center of stage to x-ray tube focal spot 2. Geometric magnification range: a. 2D: 2x to minimum for 180 X b. 3D: 2x to minimum of 100X 3. Automated rotation at user selected translation position for CT imaging 4. Scan Travel Dimensions: a. Vertical: Minimum 10" b. Horizontal: Minimum 10" c. Z-axis: Minimum 15" d. Tilt: Minimum 20⁰ e. Rotation: Continuous 360⁰ c. Microfocus X-ray Tube Requirements: i. Energy: Adjustable, 20k V- 225kV ii. Tube Current: Adjustable, 0-3 mA iii. Tube Power: Adjustable, Up to 320 Watts iv. Target Power: Up to 15 Watts v. Minimum Focal Spot Size: 3µm (20 k V- 225 k V) d. Detector/Imager Requirements: i. Flat Panel Detector ii. Minimum 14 bit resolution iii. Minimum Active Area: 8"x8" iv. Max Pixel Pitch: 200µm x 200µm v. Minimum Frame Rate: 30 Frames per second vi. The position of the detector relative to the X-ray tube must be adjustable in the z-axis over a minimum of 40 inches and under computer control. e. Computer i. The computers shall provide sufficient speed and performance to control all system functions to meet all listed performance requirements. ii. The computer shall have a minimum of 2 TB hard drive iii. A color monitor shall be provided with a minimum screen size of 21 inch diagonal, 1024 x 1024 pixel resolution or greater with at least 256 colors and 0.28 maximum dot pitch. iv. The computer shall incorporate one Read/Write CD drive, one DVD Read/Write Drive and have a minimum of two USB-3 ports available for data transfer, etc. after all peripherals are attached. v. The operator interface shall be at the workstation with commands entered at the keyboard and mouse. Manual control of all motorized axes shall be provided utilizing current push-button control or retrofitted pendant. Axes positions shall be displayed on the monitor. f. Software Requirements: i. 2D imaging software 1. Live image, integration and frame averaging, real-time contrast enhancement 2. Sharpening filter, smoothing filter, morphology, edge enhancement, user definable filters 3. Image archival in TIF, BMP, RAW and JPEG formats 4. Text annotation, fixed and real-time overlay (text, arrows, shapes, etc) 5. Profile analysis function 6. Image spatial calibration and measurement in the x-y Plane (interactive) ii. 3D Imaging Software 1. Recording of Projections 2. Automatic Detector correction (offset, gain, and missing pixels) 3. Image processing tools and projection filtering a. Slicing (Cropping) at multiple angles/planes (not just the x,y,z planes) b. Pseudo colorization and thresholding for density isolation c. Filtering: Average, sharpen, edge enhancement 4. X-ray tube control and monitoring 5. Complete control and monitoring of all manipulation axes 6. High speed reconstruction of volumes of freely defined partial volumes 7. AVI file generation 8. Simultaneous acquisition and reconstruction of data 9. Capture of 2-D image from any selected CT slice and output to TIF, BMP, RAW, and JPEG 10. Dimensional measurement tools g. Vacuum Pump Requirements: i. Roughing and turbo pumps shall be provided and integrated to support X-ray tube operation ii. Vacuum pumps shall be installed within the shielded cabinet or located within 15 feet of X-ray tube head. iii. Roughing pump shall be installed within the shielded cabinet or located within 15 feet of x-ray tube head. h. Generator Requirements i. An X-ray tube generator shall be provided to supply conditioned power to the tube as required to meet the tube specifications ii. Sufficient cabling shall be provided to interface the generator to the tube head V. Safety Requirements: The safety Requirements and safety steps for the system must meet the requirements of T.O 33B-1-1: Technical Manual: Nondestructive Inspection methods, Basic Theory listed below. a. "Interlock System: The visible and audible warning beacons/signals SHALL be tied to an interlock system. The interlock system SHALL be placed on each door to interrupt power to the control box/tube head, stopping the irradiation process, when unauthorized access is attempted. A time delay/interlock MAY be locally fabricated or purchased in order to meet this requirement." b. "Warning Beacons. Rotating or flashing strobe-type visible warning beacons SHALL be used at all entrances to the enclosure." VI. Training: The contractor SHALL provide on-site training for a minimum of three (3) das for a minimum of six (6) operators. Training SHALL cover theory of operation, equipment operation, software operation, and system maintenance. The contractor shall provide necessary training documentation to include two (2) complete hardcopies and one (1) electronic copy of operation and system maintenance manuals. Training SHALL commence no later than two weeks following installation, or as agreed to by the contractor and using activity. Problems will be resolved by mutual agreement of the contractor and the Contracting Officer. VII. Installation: The installation SHALL include shipping, delivery, and installation of all hardware within the laboratory at AFRL/RXSA. Calibration and checkout SHALL be performed, with the user as a witness, to demonstrate compliance to this specification. a. No later than sixty (60) days prior to delivery, the contractor SHALL provide a facility plan that describes in detail the necessary utilities and the installation requirements necessary to set up the equipment to be operational as intended, SHALL e submitted to AFRL/RXSA to allow for customer site preparation prior to installation. b. Installation and testing SHALL be accomplished at a time agreeable to both the contractor and the customer but no later than thirty (30) days after delivery of the equipment. The site will be ready for installation sixty (60) days after receipt of the facility plan. If it is not, and installation /testing will not be possible at time of delivery, AFRL/RXSA will notify the contractor and a mutual agreement will be reached between the parties as to action to be taken. c. Acceptance/Testing: Final inspection and acceptance will be made by AFRL/RXSA personnel after the equipment is installed, is operational and has been verified, through test and demonstration, that it meets the requirements of this specification. VIII. Warranty The contractor SHALL provide a standard warranty to include 1 periodic maintenance visit and 1 emergency repair visit within the one year warranty period. The warranty must also include cost for travel, labor and parts if component replacement is required. All interested contractors shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Contractors responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 334516. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled contractor and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). CAPABILITIES PACKAGE: All interested contractors shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: Emmeline.spaulding@wpafb.af.mil in a Microsoft Word compatible format or mailed to ASC/PKOAA POC: Emmeline Spaulding, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 12:00 p.m. Eastern Standard Time, 16 Nov, 2011. Direct all questions concerning this acquisition to Emmeline Spaulding at Emmeline.spaulding@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FQ8601-12-T-0042/listing.html)
- Place of Performance
- Address: WPAFB, OHIO, WPAFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02619270-W 20111109/111107234509-1a718d7d3ef56bb55879a2eaf0ae1edb (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |