Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 26, 2023 SAM #7911
SOURCES SOUGHT

66 -- NSI X5000 225kV Micro-focus/450kV Meso-focus Computed Tomography System or Equal

Notice Date
7/24/2023 7:13:04 AM
 
Notice Type
Sources Sought
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
NASA KENNEDY SPACE CENTER KENNEDY SPACE CENTER FL 32899 USA
 
ZIP Code
32899
 
Solicitation Number
80KSC023839236
 
Response Due
8/8/2023 1:30:00 PM
 
Archive Date
08/23/2023
 
Point of Contact
Kristal Kerr, Tyrone Frey
 
E-Mail Address
kristal.kerr@nasa.gov, tyrone.j.frey@nasa.gov
(kristal.kerr@nasa.gov, tyrone.j.frey@nasa.gov)
 
Description
NASA/Kennedy Space Center (KSC) has a requirement for an NSI X5000 225kV Micro-focus/450kV Meso-focus Computed Tomography System or equal. This procurement will provide the NE-L7 with added capability through the acquisition of a digital radiography/computed tomography system.� The X5000 or equal will be able to produce a 3D volumetric model of an item under test by utilizing x-ray tubes (225kV or 450kV) along with a digital detector and associated computer hardware/software and will meet the following specifications: �� The actual size of the cabinet and supporting components, workstation, desk needs to fit within a space of 16�16�x10� including all access and maintenance clears.� The entire unit must be modular to allow for installation/assembly in place in the KSC lab, with all components able to fit through a standard double doorway, without the use of a forklift or crane. The unit must be capable of being powered by a 240V, single phase, 60 amp service.� The interior scan envelope must include a minimum focal distance that is effectively zero and a max focal distance no less than 48�. Vertical translation of the tube/detector should be no less than 48�. Rotational stage must have at least a 500lb static capacity, 360 degree continuous rotation capability with a resolution of 0.001 or better.� Tilt capability must be a minimum of +/- 20 degree.� Translation of the stage must be at least 33�, perpendicular to the beam path.� The 225kV Microfocus system must have no less than 320W max power and focal spot size of < 6 microns, capable of providing < 2 micron resolution.� The system must also include a 450 kV Meso focus source with multiple voltage/current settings, providing a spot size of 63 � 450 um at power levels of 50-450W respectively, and maintain a voltage stability of +/- 0.1% of Max kV over 8hr. Detector must have at least a 17�x17� active area with no great than 150 micron pixel pitch and capability to capture data at 15fps (or 30 fps with 2x2 pixel binning)� System must include an adequate ergonomic workstation/chair/control system. Digital radiography operating system must contain processors with performance equal to or better than the Ten Core Intel Xeon units.� Operating system must have no less than 48 GB of RAM and 512 GB operating drive with no less than 3TB of data storage in a Raid 0 configuration. Display must be 4K color and no less than 31�.� ��� CT workstation must contain processors with performance equal to or better than a Dual 12 core system, minimum of 384 GB of RAM and 1 TB SSD operating drive with no less than 24 TB of Raid 5 capable storage.� System must include no less than 4 High performance display adapters with 32 GB of GPU memory and full 3D rendering capabilities.� Software/hardware must include capability to seamlessly stitch multiple images to create an effectively larger field of view. Software /hardware must also include the ability to utilize micro-shifting and multiple image processing to generate improved resolution beyond that of the detectors standard capability.� Software must include provisions for generating images/files/volumes that can be exported for customer viewing/manipulation without the need for software purchase.� The Government intends to acquire a commercial item using FAR Part 12. Interested organizations may submit their capabilities and qualifications to perform the effort electronically via email to Kristal.kerr@nasa.gov not later than 4:30PM EST on August 8, 2023. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this acquisition on a competitive basis. A determination by the Government not to compete this acquisition on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at: https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ba8bfddf9cf94bde8d27d9224af42621/view)
 
Place of Performance
Address: Orlando, FL 32899, USA
Zip Code: 32899
Country: USA
 
Record
SN06761505-F 20230726/230724230057 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.