Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2018 FBO #6008
DOCUMENT

65 -- Dosimetry QA Dynamic Delivery QA Phantom, PTW Octavius 4D or Equal - Attachment

Notice Date
5/4/2018
 
Notice Type
Attachment
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
36C24618Q0719
 
Response Due
5/4/2018
 
Archive Date
5/19/2018
 
Point of Contact
John Summers
 
E-Mail Address
john.summers2@va.gov
(john.summers2@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Page 2 of 2 SOURCES SOUGHT: The Department of Veterans Affairs, VISN 6 Network Contracting Office (NCO) is conducting Market Research, on behalf of Richmond VAMC, through this sources sought to help determine the availability of qualified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB) and Small Businesses (SB), registered under NAICS code 334519, capable of supplying: Salient Characteristics Dynamic Delivery QA Phantom, PTW Octavius 4D or Equal Functions to be performed; The system must be capable of performing 2D, 3D, and 4D measurements of external beam radiation (6MV 18MV) for quality assurance of equipment and patient treatments delivered using a conventional C-arm linear accelerator. It must support rotational, fixed beam, and radiosurgery equipment and techniques. Performance required; For conventional 2D, 3D and 4D measurements: Must be capable of measuring treatment fields of at least 25 x 25 cm2 Must be capable of measuring rotational deliveries across a 360 ° rotation Must have detector spacing of no more than 8 mm. Must include software for 3D volume analysis For SRS 2D, 3D, and 4D measurements: Must be capable of measuring treatment fields oi at least 10 x 10 cm2 Must be capable of measuring rotational deliveries across a 360 ° rotation Must have detector spacing of no more than 2.5 mm (central area) and 5.0 mm (outer area). Must include software for 3D volume analysis Essential physical characteristics; Systems weighing more than 10 kg must include a trolley or other means of moving the system into place. Ion Chamber arrays are preferred to diode arrays. Must include all necessary cables. Phantom material must be near tissue equivalent (1.0 gm/cm3 +/- 0.1). Software must be capable of installation on a laptop or workstation running W7 and/or W10. Software must support the following functions: 3D Volume analysis Patient CT Overlay Multi-measurement dose compositing Multi-planar dose distribution comparison 2D and 3D gamma histogram analysis Profile and dose-difference overlays DICOM Storage of RT Dose, Image, Plan, and Structure Sets Must include installation and training. If the contractor can provide the above items, the contractor shall provide a letter from the manufacturer stating they are an authorized distributor/licenser of their products. Failure to submit an authorized distributor letter shall result in the product(s) potentially offered to be considered grey market and shall not be considered technically acceptable. All respondents shall submit capability statements signifying that they meet the above-mentioned specifications. The capability statements received from this market research survey are for planning purposes only and will assist the Government in planning its acquisition strategy. This is strictly market research and the Government will not entertain questions concerning this market research survey. The Government will not assume any costs incurred by the contractor in the preparation of responses. All responses shall be submitted in the form of electronic mail no later than May 18, 08:00 AM, EST to the attention of: John Summers, VA Medical Center, 27 Averill Avenue, Hampton, VA 23667. John.summers2@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/36C24618Q0719/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24618Q0719 36C24618Q0719.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4279074&FileName=36C24618Q0719-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4279074&FileName=36C24618Q0719-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Richmond VAMC;1201 Broad Rock Blvd.;Richmond, VA
Zip Code: 23249
 
Record
SN04912166-W 20180506/180504230858-e7e146ca8f5b9f76bb9d6e8927351c7c (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.