Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2014 FBO #4668
DOCUMENT

65 -- MAX-4000/SUPERMAX Electrometer or Equivalent - Attachment

Notice Date
9/3/2014
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Chief, A&MM (90C/NLR);Central Arkansas Veterans HCS;2200 Fort Roots Drive, Bldg 41, Room 200;North Little Rock AR 72114 1706
 
Solicitation Number
VA25614I1461
 
Response Due
9/9/2014
 
Archive Date
11/8/2014
 
Point of Contact
Kim K Foster
 
E-Mail Address
7-1155<br
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION VA256-14-I-1461 This is not a solicitation announcement. This is a Sources Sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (HUBZone, 8(a), Small, Small Disadvantaged or Service- Disabled Veteran-Owned Small business) relative to NAICS 339112, Surgical and Medical Instrument Manufacturing. Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of responses to this sources sought synopsis, a solicitation announcement may be published in the Federal Business Opportunities website (www.FBO.gov). Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement, in addition to responding to this sources sought announcement. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 16, is seeking potential Contractors capable of providing measurement equipment for calibration and quality assurance of the Linear Accelerator. The equipment is to be used for the radiation therapy of cancer patients. The specifications set forth in this proposal are minimum specifications and shall not be construed as limiting the overall quality, quantity, or performance characteristics of items furnished. The vendor shall meet or exceed the minimum requirements and shall be held responsible for the supply, performance, and overall quality of the products. 1 (One) ea SuperMAX Electrometer or equivalent "Reference Class Dual Channel Electrometer with 6.4" color TFT touch screen display "Rate oLow Range - 0.001pA - 500.0pA, 1fA resolution oHigh Range - 0.001nA - 500.0nA, 1pA resolution "Charge oLow Range - 0.001pC - 999.9uC, 1fC resolution oHigh Range - 0.001nC - 999.9uC, 1pC resolution "Bias Voltage - user settings-1000to - 100,0; 100 to 1000 (set in 1 volt increments) "Collection modes: trigger (timed or continuous) "Internal Memory - store preferences, >100 sources, >100 chambers/system factors "5 year parts and labor warranty 1 (One) ea Calibration, Electrometer, eight scales or equivalent 1 (One) ea A12 Exradin Waterproof Classic Farmer-Type Chamber, 0.62 cc with 5 year warranty or equivalent 1 (One) ea Calibration for therapy ionization chamber, cobalt point in WATER, first point or equivalent 1 (One) ea Virtual Water Phantom, 30x30x2cm with drilled cavity for ion chamber or equivalent 1 (One) ea Software Package for comprehensive linac and imager Quality Assurance analysis in accordance with Task Group 142 recommendations (1 user license minimum) "Ability to import images "Planar MV imaging (EPID), Planar kV imaging and Cone-beam CT (kV and MV) with spatial resolution, contrast, uniformity and noise "Stereotactic QA geometry isocenter alignment convergence using EPID "Compatible with variety of phantoms (CatPhan, Leeds Phantom, QC-3 Phantom, QC-kV, FC-2, Crosshair and MLC Phantoms) "Mechanical tests to include light/radiation field coincidence, jaw positon indicators, collimator, gantry, and couch rotation isocenter and coincidence of radiation and mechanical isocenter "Multileaf collimation to include multiport picket fence, segmental IMRT test, leaf positon accuracy and repeatability, MLC leaf and interleaf transmission for all energies, and coincidence of light field and x-ray field for all energies 1 (One) ea Phantom for the following TG 142 recommended tests and compatible with above equipment "Planar kV imaging - spatial resolution, contrast, uniformity, and noise 1 (One) ea Phantom for the following TG 142 recommended tests and compatible with above equipment "Planar MV imaging - spatial resolution, contract, uniformity, and noise 1 (One) ea Radiation Field/Light Field Congruence Phantom for the following recommended TG 142 tests and compatible with above equipment "Mechanical test for light/radiation field coincidence, jaw positon indicator "Multileaf collimation test of the coincidence of light field and x-ray field (all energies) "Scaling 1 (One) ea Light Field Cross Hair Marker for the following recommended TG 142 tests and compatible with above equipment "Jay Symmetry, Crosshair alignment 1 (One) ea Phantom for the following recommended TG 142 tests and compatible with above equipment "Multiport picket fence, segmental IMRT test "Setting vs. Radiation field for two patterns "Leaf position accuracy and repeatability IMRT "MLC leaf and interleaf transmission for all energies 1 (One) ea MIMI - Multiple Imaging Modality Isocentricity Phantom compatible with above equipment "Daily and monthly Imaging QA "High contrast, bone equivalent rod inserts "2D/2D and 3D/3D verification of isocenter position during IGRT QA "MV and kV 2D/2D imaging and treatment coordinate coincidence - single gantry angle and four cardinal angles as recommended by TG 142 "CBCT 3D imaging and treatment coordinate coincidence as recommended by TG 142 "Positioning/repositioning and off axis shift measurements as recommended by TG 142 1 (One) ea Winston-Lutz Pointer Phantom without In-Air comparison Jig or equivalent Vendor must provide all necessary procedure manuals, troubleshooting manuals and operation manuals Vendor must provide basic operating and maintenance training/education. Training can be online or by use of manuals If you are interested in and are capable of providing the required equipment, please provide the following information in your response: 1.Company Name and Address 2.Point of contact Name, Phone Number and e-Mail Address 3.Company's Dun & Bradstreet D-U-N-S Number 4.Business size and socioeconomic category (see www.sbc.gov for additional information) a.Does your firm qualify as a Small Business? b.If Small, does your firm qualify as a Small Emerging Business or Small Disadvantaged Business? c.If Disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act? d.Is your firm a SBA-certified HUBZone firm? e.Is your firm a woman-owned business (51% or more)? f.Is your firm a certified Service-Disabled Veteran-Owned Small Business or Veteran-Owned Small Business? Responses to this notice should be e-mailed to the attention of Kim Foster, Contracting Officer. E-mail address is Kim.Foster3@va.gov. Telephone, mail or fax responses will not be accepted. Responses must be received no later than September 9, 2014 at 4:00 PM (CST). This notice is to assist the VA in the determination of sources only. A solicitation is not currently available. If a solicitation is issued, it will be announced at a later date and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACAHCS598/VACAHCS598/VA25614I1461/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-14-I-1461 VA256-14-I-1461.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1612113&FileName=VA256-14-I-1461-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1612113&FileName=VA256-14-I-1461-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03493262-W 20140905/140903235617-c59bdfa37c893c6cf6455eef0080a353 (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.