SOLICITATION NOTICE
65 -- Hidex AMG Automatic Gamma Counter
- Notice Date
- 3/9/2023 11:53:14 AM
- Notice Type
- Presolicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26223Q0690
- Response Due
- 3/16/2023 11:00:00 AM
- Archive Date
- 05/15/2023
- Point of Contact
- John Harrison, Contract Specialist, Phone: 562-766-2267
- E-Mail Address
-
john.harrison2@va.gov
(john.harrison2@va.gov)
- Awardee
- null
- Description
- Page 2 of 2 REQUEST FOR INFORMATION: 36C262-23-Q-690 THIS IS NOT A SOLICITATION. THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). THIS IS NOT A SOLICITATION ANNOUNCMENT. This is a sources sought synopsis for market research purposes ONLY. The purpose of this synopsis is to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) for relative to NAICS 339112 sources (size standard of 1000 employees). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought synopsis, a solicitation announcement may be published in the FedBizOpps or GSA eBuy websites. 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 source sought announcement. The Department of Veterans Affairs, Network 22 Contracts Office, is seeking sources to provide: Automatic Gamma Counter for the VA Los Angeles Healthcare System. If you are interested and can provide the required supplies, please provide the requested information as indicated below. All RFI s must provide the following information in this format: (1) Company Name: Address: Phone Number: (2) Point of Contact: Email: Phone Number: (3) Company Unique Entity ID (Found at SAM.GOV): (4) Company Business Size (Large, SDVOSB, Small etc.): (5) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? (6) What is the manufacturing country of origin of these items? (7) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in anyway, if you do, state how and what is altered; assembled; modified? (8) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (9) If you are an FSS GSA/NAC or NASA SEWP contract holder or another federal contract holder, are the referenced items/solutions available on your schedule/contract? (10) Please submit your capabilities regarding the salient characteristics being provided and any information pertaining to brand name or equal to items to establish capabilities for planning purposes (11) Please provide general pricing for your products/solutions for market research purposes (12) Estimated Delivery Date. Responses to this notice shall be submitted via email to: John.harrison2@va.gov Telephone responses will not be accepted. Responses must be received no later than 03/16/2023 at 11:00 AM PST. If a solicitation is issued, it shall be announced later, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. If a response to the solicitation is not received by the government representative listed above, the vendor will not be considered for award. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Please provide unofficial pricing. Notice: No remanufactures or gray market items/ supplies will not be acceptable. Interested parties of RFI must be an authorized reseller, distributor, or dealer of the O.E.M. (Original Equipment Manufacturer). Verification can be provided by an authorization letter or other documents from the OEM. Equipment shall be in accordance with the OEM terms and conditions. ITEM NO. DESCRIPTION QTY UNIT COST ------------------------------------------------------------------------------------------------------------------------------------------ AH-15XX-01 1 AH-15XX-01 Hidex AMG Automatic Gamma Counter Single 3"" 1 UN NaI well-type detector 55mm Lead shield - Automatic Carousel Conveyor Integrated Barcode Reader - Energy Range 15-2000 keV - Linear MCA 2048 Channels Windows 10 Compatible Software - Max Vial Height of 95mm - Max 220 Small Vial Capacity Max 72 Large Vial Capacity One Year Warranty on all Parts and Labor USB Connectivity 70x64x60cm (LxWxH) and 205kg 100-240V and 50/60Hz 1x Racks for Small Vials 13mm dia. (12/pack) 1X Racks for Large Vials 28mm dia. (6/pack) 1X Holders for Small Vials 13mm dia. (120/pack) 1X Holders for Large Vials 28mm dia(36/pack) 1X Barcode ID Plates (40/pack) AH-15XX-03 2 AH-15XX-03 Internal Sartorius Balance 1 UN AH-15XX-27 3 AH-15XX-27 QR Barcode Reader for Sample ID 1 UN A5E-9XX-74 4 A5E-9XX-74 Windows 10 all-in-one PC 1 UN GI-Z1XX-11 5 GI-Z1XX-11 One Day On-Site Installation and Training 1 UN 6 AH-15XX-04 Table with wheels 1 UN AH-15XX-02 MCA Extension 4,000 KeV- AH-15XX-20 21 CFR Part 11 Software Upgrade- AH-15XX-26 RIA Software Upgrade (non-clinical) AH-15XX-11 Racks for Small Vials 13mm dia. (12/pack) AH-15XX-12 Racks for Large Vials 28mm dia. (6/pack) AH-15XX-13 Holders for Small Vials 13mm dia. (120/pack) AH-15XX-14 Holders for Large Vials 28mm dia. (36/pack) AH-15XX-15 Barcode ID Plates (40/pack) AH-15XX-09 I-125 Standard 12x75mm 110,000DPM AH-15XX-10 Cs-137 Standard 12x75mm 220,000DPM CH-32XX-01 03mL Plastic Gamma Vials 12x65mm (480/bulk) AH-15XX-23 One Year Instrument Support Contract and PM AH-15XX-21 One Day Hardware IQ/OQ (LabLogic) TOTAL COST: $ SALIENT CHARACTERISTICS 1. Touchscreen based user interface which alternatively provides full support for operation with separate keyboard and mouse. 2. Touchscreen operated user interface with one-click run start executed directly from assay lists in most frequent or most recent order. 3. Automatic result reporting in user definable format (.txt, .xls, .csv) 4. Onboard balance for accurate weighing of samples to produce results in activity per sample volume or sample weight. 5. No minimum dimensions on vials. Even Eppendorf vials can be measured. 6. Only counter with 3 detector and a compact design with less than 70cm width and less than 200kg weight. 7. Optional extended energy range for ultrahigh energy range up to 4 MeV Detector The detector consists of a NaI crystal that provides optimal counting efficiency. . 1 x 3-inch sodium iodine (NaI) crystal. . 1 x 3-inch Single Photon Counting Photo Multiplier Tube (PMT). . The position of the detector provides optimum measurement geometry and low background and minimal interference from samples on the conveyor. Detector shielding . Optimal Pb shield design with a 4-pi 55 mm shielding . Lead shutter provides optimum shielding from cosmic radiation. . 80 mm shielding on conveyor side to minimize crosstalk. Sample vials . No minimum dimensions of the vials. . Maximum dimensions of the vials: with cap 13mm vs 28mm in diameter. . Maximum height 95 mm including cap. . No restrictions in vial shape. . Vial compatibility must be confirmed with Hidex. Sample racks and vial holders Two different sample racks can be used. They can be mixed in the conveyor and are automatically identified and processed accordingly. Racks are provided with individual vial holders which can be replaced in case of contamination. . Rack 1 for Ø13mm vials 10 samples/rack. . Rack 2 for Ø28mm vials, 6 samples/rack. . Vial holder for Ø13mm vials. . Vial holder for Ø28mm vials. Sample ID . Each rack can be provided with an ID code plate to identify specific racks. . Supported barcode languages is code 39. Analysis of data . Linear Multi-Channel Analysis with 2048 channels. . Several ROIs can be measured simultaneously. Isotopes Detection of gamma emitters . Gamma emitters up to 2000 keV. . Software assay library with 51 isotopes. Additional isotopes can be added by the user. Performance Specifications All the measurements are performed at temperature of 22°C ± 2°C and at normal humidity conditions of Hidex laboratory, Turku, Finland (relative humidity not measured). Background may vary locally depending on natural environmental radiation. Counting efficiency (open window): o typical 78 % for I-125 o typical 58 % for I-129 o typical 47 % for Cs-137 o typical 6% for Cr-51 Typical background: o Open window 5-2000 keV 350 CPM. Resolution: o < 30 % for I-125 o < 30 % for I-129 o < 9,5 % for Cs-137 Count Rate . up to 10 million CPM, with MCA Performance Assessment . Using standard samples . OQ protocol template with Cs-137, I-129 and o I-125. . Background monitoring template Counting time . 1 second 1176 h (49 d) /sample. Instrument operation and software Counter can be operated using: . MS Windows 10 based, Hidex AMG user interface software (21 CFR part 11 support as an optional item) . Hidex AMG service software. Data reduction by: . MS Windows based, spectral analysis Hidex AMG UI software . By user definable export format (txt, xls, csv, etc.) to any other data reduction software or data base. Data recovery Automatic storing of measured data in HidexAMG software database created before the start of the measurement. The data of every sample is stored permanently in computer hard disk after completing the measurement of that sample. Vial recovery Automatic return of sample vials after power failure. Power up diagnostics Automatic power up diagnostics of instrument settings. Physical Dimensions . Hidex AMG: 620 mm (Width) x 700 mm (Depth) x 600 mm (Height). . With balance: 620 mm (Width) x 830 mm (Depth) x 600 mm (Height). . Analyzer well dimensions: Ø32mm, 46mm (Depth) . Table (Optional): 800 mm (Width) x 700 mm (Depth) x 650 mm (Height). . Total weight 198 kg with balance 203 kg. Operating conditions . +10°C +40°C; maximum relative humidity 80% for temperatures up to 31°C decreasing linearly to 50% relative humidity at 40°C. . Indoor use only. . Dust during operation: The system shall function in normal laboratory environment. . Light during operation: The system shall function normally in normal ambient laboratory illumination. Storage and transport conditions . Transportation conditions -40°C to +70°C, humidity 5 90 %, packed in transport packaging. . Storage conditions -25°C to +50°C, humidity 5 90 %, packed in transport packaging. . Detector unit must be stored a minimum 24h in room temperature for stabilization before installation. Electrical Connections . Voltage: 100 ~ 240 VAC . Frequency: 50 60 Hz Vial transport . Robotic loading arm with elevator mechanism. Communication connections . Connection port using Universal Serial Bus (USB) allows communication with PC. . Windows Service based communication. Safety Standards . CE marked. . External power UL/CSA approved. Warranty . 12 months.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ba287613f9824ae4a09e1b39ec175ffb/view)
- Place of Performance
- Address: VA los Angeles healthcare System
- Record
- SN06614046-F 20230311/230309230111 (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 |