SOURCES SOUGHT
66 -- Computed Radiograph System
- Notice Date
- 4/29/2008
- Notice Type
- Sources Sought
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, JM&L LCMC Acquisition Center, Picatinny, US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-08-X-0455
- Response Due
- 5/14/2008
- Point of Contact
- David Decandia, Contract Specialist, (973)724-4674
- Description
- Sources Sought Notice (Market Survey) - Computed Radiography System The Government is interested in obtaining information regarding state-of-the-art, radiographic inspection equipment (Computed Radiography System). Traditionally, x-ray images have been captured using x-ray film. The film is then processed using developer and fixer chemicals and dried before it can be viewed. This entire process is time consuming, labor intensive, and generates environmental effluents. Computed Radiography (CR) uses an imaging plate, instead of film. The imaging plate contains photosensitive storage phosphors, which retain the latent image. When the imaging plate is scanned with a laser beam in the digitizer, the latent image information is released as visible light. This light is captured and converted into a digital image. The benefits of a CR system over traditional film-based radiography is lower costs over time (one imaging plate can be reused thousands of times and no chemicals to purchase), no environmental concerns, greater archiving capability and image portability (thousands of images can be stored on a single DVD and images can be sent via email in popular image formats), and lower equipment footprint size. The Government is interested in any vendor that can deliver the Computed Radiography System, and train up to 10 Government personnel in its operation with the following specifications: 1. The unit must either be a table-top or tower system equipped with a means to erase images on the imaging plates after the latent image is scanned. 2. The reader and digitizer shall be able to accept flexible imaging plates directly without the use of a loading cassette. The system must be able to accept imaging plates with a width of 14 inches and a length of 17 inches. 3. The system must be capable of cycling a minimum of (56) 14 x 17 imaging plates per hour. 4. The system shall feature an image reader, system controller/workstation consisting of a CPU with minimum 500GB hard drive, keyboard, mouse, and a minimum sized 19 inch flat panel LCD monitor with a minimum of 3 megapixels resolution and an internal dual format DVD/CD writer where copied data on a DVD/CD may be viewed on other DVD-R/RW drives. 5. The digitizer of the CR system must have an attainable laser spot size of 50 microns with a 16 pixel bit depth. 6. The software of the CR system must provide image file storage on the systems hard drive with the ability to burn and archive to CD and DVD formats. The viewing software must be in a non-proprietary format so that it can export images in.TIFF format. The viewing software must also allow third party viewing of images, without the requirement of having a system workstation or any special, proprietary software. Viewing software and file formats need not be DICONDE compliant but it is preferred. Viewing software shall be lifetime licensed. 7. The controller/workstation shall have image manipulation tools such as gray scale manipulation, contrast manipulation, selective contrast application, and edge enhancement, selective region of interest (ROI) zoom magnification, measurement tools, and image display controls. 8. The CR system shall be delivered with (20) flexible 14 x 17 imaging plates, each with flexible cassettes. 9. Training shall be provided on site and shall include system operation and maintenance instruction. This Market Survey is for information and planning purposes only, and does not constitute a Request for Proposal (RFP). This Market Survey is not to be construed as a commitment by the U. S. Government. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this Market Survey. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this Market Survey. Respondents will not be notified of the results of this survey or results of information submitted. The Government respectfully requests information on or before 1400 (2:00 PM) EST, Wednesday, 14 May 07. Please provide brochures, pamphlets or other marketing information to David DeCandia, Contract Specialist, AMSML-AQ-JA (Bldg 10), Picatinny Arsenal, NJ 07806-5000, or email at david.decandia@us.army.mil. Telephone inquiries can be received at (973) 724-4674.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a87b022e8de50ae9f0a10ba0ff5bbda4&tab=core&_cview=1)
- Record
- SN01563432-W 20080501/080429220734-a87b022e8de50ae9f0a10ba0ff5bbda4 (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 |