Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 07, 2017 FBO #5705
DOCUMENT

66 -- MicroCT System - Attachment

Notice Date
7/5/2017
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
US Department of Veterans Affairs;Veterans Health Administration;Service Area Office (SAO) East;323 North Shore Drive, Suite 500;Pittsburgh PA 15212-5319
 
ZIP Code
15212-5319
 
Solicitation Number
VA24017Q0181
 
Response Due
7/10/2017
 
Archive Date
9/8/2017
 
Point of Contact
Contracting Officer: Michael Haydo
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE of a proposed requirement to award one (1) Bruker SkyScan 1272 MicroCT system or a system equal to or better than the salient characteristics. This notice is issued solely for informational and planning purposes and no offers will be accepted. This action also requires warranties, shipping, and installation. Salient Characteristics Micro CT System Specifications: # Item/Stock# Description Est. Qty. Unit 1 X-Ray Source Air cooled sealed type. Continuous variable peak energy 20-100kV, 0-250uA, 10W, <5micron spot size (@ 4W), automatically variable spot size according to power for longer lifetime. (or equal). 1 EA X-Ray Detector 11Mp cooled CCD detector with coupling to the scintillator by 1:1 fiber-optic plate, 4000 x 2670 pixels, 2x2, 3x3 and 4x4 binning, 14-bit digital output, 24 x 36 mm field of view (or equal) Minimum pixel size in the object (nominal resolution): 0.45 micron with 11Mp detector (or equal) Maximum scanning object diameter: 76mm Maximum scanning length >70mm (by multiple, automatically connected scans) (or equal) Reconstruction arrays Cross section formats for 11Mp detector - from 1Kx1K up to 12K x 12K, isotropic grid Software Suite 1272 Control Software, NRecon GPU Reconstruction (Local) CTAn Analysis, CTVol Surface Modeling, CTVox Volume Rendering, DataViewer Viewing Program (or equal) Standard Reconstruction Algorithm Convolution with back-projection for fan-beam, cone-beam (Feldkamp) Integrated micropositioning stage 5mm travel in any direction Filter Changer 6-position automatic filter changer for energy selection Object Mounts Supplied with 5 sample holders (3 different types) for different sample size and 1 alignment pin additional frames for customized energy filters. Radiation Safety < 1microSv/h at any point of the instrument surface System dimensions 1160mm (W)x 620mm (D) x 330 mm (H) [440mm(H) with sample changer 150kg (uncrated) Operation Conditions: 18 25 C, 100 240V AC, 2A, 50-60Hz (scanner only), 70% humidity max. (no condensation) Optional: Automatic sample changer: Programmable 16 sample changer capable of batch or individual protocols. Load samples while scanning is being performed. Optional: Reconstruction algorithm engine InstaRecon 2.0 ultra-fast reconstruction algorithm engine. Single license for acquisition PC provided with free updates for 2 years. With addition updates available for future purchase. See information at: http://instarecon.com/ Optional: Extended Warranty Optional: BMD rods. SP-4002 (or equal) 2mm 4mm rods for small bones. Freight, installation, and training. Delivery and installation will be performed by the vendor, as the equipment needs to be tested and aligned to be fully functional. Training will also be provided by the vendor. Additional Requirements: The system shall include as a minimum: The requirement is for one (1) Bruker, SkyScan 1272 or an equal item in accordance with the specifications. Equipment needed to measure tissue density and vascularity such as blood, eye, brain, bone, and entire organs. Equipment to measures vascularity is the organization, size, density and other properties of how blood vessels are organized in the tissue. Equipment to produce a single (or series of) 3D image from many (thousands) of scans with x-ray detectors along a large field of view. X-ray detectors (cameras) must have resolution greater than 11 megapixels. Shall employ adaptive geometry that allows camera(s) to move closer and further away from the sample, to eliminate wasted field of vision and speed up processing. Images shall be stored on a FIPS 120-2 compatible internal hard drive. Sample chamber size able to accommodate samples 70mm x 70mm x 70mm. Minimum X-ray source detection at <1uSv/h from the instrument s surface. Includes safety precautions (such as equipment limitations or design) to limit x-ray exposure to operator and other personnel. Included training shall address x-ray safety. Software capable of cancelling out environmental interference and temperature changes to the x-ray source. Equipment shall include at least one (1) workstation computer which contains as a minimum the following specifications: 2x Intel XEON processor E5-2687W (ten core HT, 3.1 GHz Turbo 25 MB 120 W), 128 GB DDR3 2133 MHz RAM, 4GB NVIDIA Quadro K4200 graphics card, 12TB (3x4TB) RAID HHS in RAID 0 for images, 512 GB SSD for operating system, DVD +/- RW drive, keyboard, mouse, 2 monitors at least 24" wide with minimum resolution 1920x1200. Operating system shall be a minimum Windows 7 Enterprise (64-bit). System shall have unlimited site licenses to allow for installation on other workstations with Microsoft Windows 7 Enterprise to allow continuous scanning. Shall have the capability (or an attachment) to conduct multi-sample automation to allow the equipment to measure many samples and perform unattended, such as while overnight. Resolution of pictures shall be down to 0.5 micron or smaller. Unit shall fit on lab benchtop or within 3'x3'x3' footprint standing unit. Must not require water lines, lab modification, special electrical considerations, compressors to function, must fit within standard doors in order to install. Weight requirements: Less than 500 lbs. The system shall maintain the ability to transfer files using a portable method (USB or DVD). USB is preferable for analysis at other workstations. Support shall include: unlimited phone and e-mail troubleshooting support software updates for life of instrument, able to update via USB or DVD warranty for at least 2 years that covers x-ray source, extended warranty options available to renew (also covering x-ray source) installation/assembly of equipment/hardware installation of software calibration and alignment all training is for at least 5 people: training on radiation and x-ray safety training on procedures and image acquisition training on acquisition methodology and reconstruction training on 3D analysis and modeling training on using automated multi sample changer Shall include a one (1) year warranty and optional pricing for an extended warranty (annual). The Veteran s Health Administration Service Area Office - East estimates a posting date of solicitation VA240-17-Q-0181 on July 11, 2017 and distributed solely through the Federal Business Opportunities (FBO) Website (www.fedbizopps.gov). This notice does not constitute a Request for Proposal (RFP) and should not be construed to as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any costs incurred by interested parties will NOT be reimbursed. It is the responsibility of any interested party to monitor this site for additional information pertaining to this notice. The agency is contemplating single award of a firm fixed price (FFP) contract to the contractor whose submission represents best value to the Government. The intention of this notice is to seek sources that could potentially provide these items under a Service Disabled Veteran Owned Small Business Set-aside, or a Veteran Owned Small Business Set-Aside. Firms with interest and capability to respond to this requirement should develop short (1 page or less) narrative capability statement including relevant information indicating and evidencing capability to successfully meet the aforementioned requirements. Responding to this not does not guarantee any opportunity for the contract, and is only used for VA planning purposes. Capability responses will be accepted until 10:00 AM (est) on July 10, 2017. The North American Industry Classification System code is 334510 electromedical and Electrotherapeutic Apparatus Manufacturing. Interested parties shall be registered in the System for Award Management at (www.sam.gov). Contracting Office Address: 323 North Shore Dr. Pittsburgh PA, 15212 United States Primary Point of Contact: Michael Haydo Contracting Officer Email: michael.haydo@va.gov Phone: 412-822-3158
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7a5d97bde301924118783972c8db6973)
 
Document(s)
Attachment
 
File Name: VA240-17-Q-0181 VA240-17-Q-0181.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3637394&FileName=VA240-17-Q-0181-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3637394&FileName=VA240-17-Q-0181-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04567254-W 20170707/170705235518-7a5d97bde301924118783972c8db6973 (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.