Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2012 FBO #3802
SOURCES SOUGHT

65 -- Request For Informatioin (RFI) for Fixed Radiographic X-ray Units

Notice Date
4/20/2012
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
N62645 Naval Medical Logistics Command 693 Neiman Street Ft. Detrick, MD
 
ZIP Code
00000
 
Solicitation Number
N6264512XRAYU
 
Response Due
5/21/2012
 
Archive Date
5/30/2012
 
Point of Contact
Thea Hofgesang at thea.hofgesang@med.navy.mil
 
E-Mail Address
Thea Hofgesang
(thea.hofgesang@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Medical Logistics Command (NMLC) intends to solicit a REQUEST FOR INFORMATION (RFI) ONLY FOR PLANNING PURPOSES. THIS IS A REQUEST FOR INFORMATION ONLY as defined in FAR 15.201(e). Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. The Government is in need of information on potential sources to provide fixed and portable (high and low capability) direct radiography radiographic units for the fleet to include the following ship classes, CVN, LHA, LHD, LPD, AS, LCS, and LSD. It should be noted that not every ship under the ship class will receive radiographic units and units required for each ship class will vary. It is estimated that approximately 30 ships, made up of the various ship classes, will require radiographic units. BACKGROUND: The US Navy will be required to revise the make/model of the fixed radiographic X-ray units currently utilizing computed radiography (CR) technology by the end of this calendar year (2012). As such, the US Navy is intending to upgrade their current fixed and portable X-ray units with upgraded direct radiography (DR) technology. The requirements for the fixed and portable DR units are as follows: Fixed DR Unit: The Navy presently has the Siemens Military Multix Pro. The new DR unit shall be configured as a floor-mounted unit, with a wall-mounted buckey stand, and shall have similar/identical dimensions (see dimensions listed below) to the existing Siemens unit. The unit shall be capable of mounting to the existing anchor plates, and shall utilize existing bolt holes. Very minimal structure modifications shall be permitted. Unit shall be capable of being installed in a typical US Navy Shipboard X-ray Room. Unit shall be capable of being fastened or secured during rough seas via a shipboard locking mechanism, to prevent tube stand and tube assembly travel. Both wall stand and table shall be capable of being configured as left or right handed, and the entire system shall be capable of meeting various Navy Shipboard X-ray Room configurations. Unit shall incorporate locking mechanisms, which are capable of functioning during power outages. Unit shall have a motorized table with height adjustable, 4-way floating tabletop, a mechanism for automatic exposure control, manual controls for movement of the tube assembly and collimator, and foot switches for tabletop operation. Unit shall be capable of supporting a minimum 500 lbs patient load. Unit shall operate via 440 VAC, 3-Phase, 60 Hz Delta power configuration on a circuit protected circuit breaker not to exceed 60 Amps. Dimensions*: o Typical Shipboard X-ray Room: 6 -10 (unrestricted) H x 11 -0 W x 17 -3 L o Table (Base): 239/ 16 (min) 35 (max) H x 181/8 W x 28 L o Table (Top): 21/8 H x 31 W x 94 L o Table & X-ray Tube Stand: 82 H x 53 W x 94 L o Vertix Wall Stand: 82 H x 28 W x 16 L *Note: ALL HEIGHT DIMENSIONS TAKEN FROM FINISHED DECK* Portable DR Unit (High capability): Vendor shall be capable of retrofitting the existing Siemens Mobilette XP Hybrid, and/or provide an alternate portable unit capable of meeting the following requirements. The unit shall be capable of passing through a standard navy doorframe, 30 (W) x 75 (H). The unit shall have a minimum tube power rating of 30kW at 96 kVp, and shall have an adjustable mAs range of at least 0.32 to 320 in multiple steps. The unit shall be capable of operating via AC power from an outlet, as well as be powered via batteries when outlets are not accessible. The unit shall incorporate an internal charging system capable of recharging depleted batteries within 12 hours, an internal line voltage compensation, and a self-propelled motor drive capability with the ability to manually brake/lock the unit in the event of power failure. In transport mode, the unit shall not exceed 68 (H) x 23 (W) x 42 (D) or exceed a weight of 700 lbs. Portable DR Unit (Low capability): Unit shall operate on 110/120 VAC power, shall be capable of automatic line-voltage compensation, and shall be capable of operating without the use of a battery. The unit shall utilize a stationary X-ray tube anode with a minimum heat capacity of 20,000 HU, and shall provide a minimum kVp range of 40-100 kVp, a minimum mAs range of 1.0-120 mAs, and a minimum exposure time range of.01-4.0 seconds. Unit shall provide a minimum focal spot size of 1mm, shall include a generator with a minimum power rating of 3 kW at 100 kVp, and shall include a detachable handheld exposure control with a minimum cord length of 8 ft. Unit shall be configured for the system to slide beneath beds and stretchers. The unit weight shall not exceed 100 lbs and shall not exceed 30 (W) x 75 (H). Detectors: Fixed unit shall include a minimum of 2 detectors, and the portable unit (high or low capability) shall include a minimum of 1 detector. Detectors shall be a minimum of 14 x 14 in size, and shall be configured as tethered. Workstation Requirements: The workstations shall be separate for diagnosis and viewing, and shall include monitors and a printer for printing X-ray images. Monitors shall have a minimum of 2 megapixels, and shall be a minimum of 17 (diagonally). Vendor shall be capable of providing a minimum of two (2) workstations for all classes of ships with fixed X-ray units, which shall be capable of being installed in various locations onboard the ships. All stations shall be capable of being cabled together and shall be capable of tying into the MEDWEB server. All units and stations shall be DICOM/DIACAP certified. Serviceability: System shall include a laptop, or equivalent diagnostics device, for diagnostics and kVp/mAs output. Installation: Vendor shall be capable of the deinstallation of the existing Siemens Unit(s), and the installation their unit(s) onboard Navy ships. Vendor is responsible to remove all crating and packaging materials. All safety equipment and industrial support shall be the responsibility of the vendor. Contractors shall address the following in their Capability Statement: 1) The ability to provide fixed and portable radiographic units meeting the requirements above. 2) The ability to perform the removal of the previous units and the installation of the new units onboard ships in industrial work areas as well as ships moored pier-side in various locations. This may include lead abatement, as well as obtain a Regional Maintenance and Modernization Coordination Office (RMMCO) approval to get shipboard access. 3) The ability to provide units that are FDA approved. This may include the contractor submitting paperwork for X-ray acceptance to the FDA. PERFORMANCE REQUIREMENTS: Please provide the following business information for your company/institution and for any teaming or joint venture partners: Company/Institution Name, Address, Point of Contact, Cage Code, Phone Number, Email address, and Webpage URL, business size standard, and business classification. A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). The North American Industry Classification System (NAICS) Code for this effort is 334510. Respondents should indicate which portions of their response are proprietary and should mark them accordingly. Capability statements should be e-mailed to Thea Hofgesang at Thea.Hofgesang@med.navy.mil. If contractors are unable to provide a response that encompasses all of the request detailed above, an email explaining why this isn t feasible is appreciated. Responses shall be submitted NO LATER THAN 21 May 2012. Please limit responses to no more than 20 pages. Marketing materials are not a sufficient response to this RFI. A point of contact that can speak for the responding company should be identified to support further Government inquiries as well as explanations that might be needed with regard to the information provided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264512XRAYU/listing.html)
 
Record
SN02728080-W 20120422/120420235948-989da82d0158c3c4c8a49dabbc01822c (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.