SOURCES SOUGHT
66 -- X-Ray Modernization
- Notice Date
- 8/26/2016
- Notice Type
- Sources Sought
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
- ZIP Code
- 61299-8000
- Solicitation Number
- W52P1J-16-T-XRAY
- Archive Date
- 9/17/2016
- Point of Contact
- Rebecca Y. Jessen, Phone: 3097825123
- E-Mail Address
-
rebecca.y.jessen.civ@mail.mil
(rebecca.y.jessen.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Title: X-RAY Imaging System Modernization NAICS Code: 334517 Irradiation Apparatus Manufacturing OBJECTIVE: The Army Contracting command - Rock Island (ACC-RI) is issuing a sources sought notice in order to identify potential sources that have the knowledge, experience, and technical capability to provide the necessary service detailed below to support Pine Bluff Arsenal (PBA), Pine Bluff, AR. This notice is solely for information purposes to identify sources that have interest and determine capability to perform the services delineated within this survey. It is not a request for proposal or an announcement of solicitation. BACKGROUND: PBA is currently in possession of a 450kV Real time X-Ray system with the following current state description: 1. Imaging Detector - Varian amorphous silicon panel: a. High energy - up to 1,000 kVp. b. 127 micron pixel pitch. c. 8" x 10' imaging area. d. Real time and still radioscopy. e. 28-30 frames per second. f. Video output. g. Resolution of 3.94 LP/mm at 5 fps and 1.97 LP/mm at 30 fps. 2. Image Processor - Varian digital image processor: a. Converts signal from amorphous silicon panel to digital image. b. Sends signal to desktop computer and 21" flat screen monitor. c. Horizontal picture resolution - 1,000 lines minimum. d. Video - S/video input/output connectors. e. Video input impedance - High impedance or 75 ohms. f. Video input level - One (1) volt peak to peak. g. Picture linearity - +/- 5% or less vertical/horizontal. h. Audio input level - 0.5 volt rms, 10k ohms or more. i. Controls - front accessible color video picture adjustments located behind a door type cover on front panel. j. 120 volt, 60 Hz, AC power supply. 3. Computer: a. Standard desktop computer with proprietary Varian software ViVA. b. Software allows for manipulation and measurement of image characteristics. c. Monitor, 21" flat screen monitor. d. Keyboard. e. Mouse 4. Video Recorder: a. Sony SVO-9500MD VHS Recorder. SCOPE: This sources sought describes the effort required to service and modernize the existing X-ray system at PBA. This work includes furnishing, delivering, unloading, handling, erecting, installing, adjusting and testing of materials and equipment required for the modernization of equipment and systems currently in use at PBA. The contractor shall furnish all labor, materials, equipment, services, tools, and fuel in the performance of the work specified and as indicated in the documents (unless otherwise definitely excluded) and place new equipment in operation in accordance with manufacturer recommendations. The minimum requirements of major components to be provided are as follows: 1. Imaging Detector: a. Meet or exceed current panel specifications. 2. Image Processor: a. Meet or exceed current panel specifications. 3. Computer: a. Windows 7 Professional (with license for Windows 10 Pro). b. 3.5GHz Quad core processor. c. 16GB 2133 MHz memory. d. 1TB 3.5" 7,200 RPM hard drive. e. AMB FirePro W4100 2GB graphics card. f. Microsoft Office 2013, Microsoft Photo Editor, Adobe. g. DVD-ROM. h. X-ray system software: i. View live and captured images. ii. Edit image settings live or captured. iii. Measurement - point to point measuring tool for live and captured images capable of measuring three (3) decimal places with +/- 0.001" accuracy. iv. Verification/calibration sequence using standard one (1) inch hole. v. Image storage shall be in *.jpg, *.jpeg, *.pdf or *.bmp. 4. Video Recorder: a. Video recorder may be removed and the console space left shall be utilized or covered. 5. Console: a. Equipment shall utilize existing console. b. Open sections in the console shall be covered where equipment has been removed or around equipment of different dimensions. 6. X-ray Cabinet: a. Wires shall be run using existing wire ports into the cabinet. b. A site survey may be required to check for radiation levels. c. Detector panel shall utilize existing mounting points within cabinet without changing its capabilities. The Place of Performance is Pine Bluff Arsenal, Pine Bluff, Arkansas. SUBMISSION DETAILS: Interested firms who feel they possess the necessary knowledge and capabilities of this requirement, are invited to respond by providing the following information: 1. Business name and address; 2. Name of company representative and business title; 3. Business Size 4. Cage Code 5. A summary of your company's capability to perform the requirements listed in this request. 6. Related X-ray service experience. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed above. Responses should follow this format and be submitted electronically as one complete document. Please send responses via email NLT September 2, 2016; 4:00 PM Central Time to rebecca.y.jessen.civ@mail.mil. All information collected from this sources sought shall be used for planning purposes only. Do not mistake this notice as a request for proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this sources sought notice findings. No reimbursement will be made for any costs associated with providing information in response to this request or any follow-up information request. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary shall be handled accordingly. Please be advised that all submissions become Government property and shall not be returned. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/dc9de169902475a97426717c34b707e3)
- Record
- SN04243383-W 20160828/160826235124-dc9de169902475a97426717c34b707e3 (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 |