Brand Name or Equal to Raysafe X2 Prestige
for the Minneapolis VA Health Care Systems
NAICS Code: 334519
Notice Type: Sources Sought
This is a Request for Information (RFI) only; it is not a request for quotations or offers.
52.215-3 -- Request for Information or Solicitation for Planning Purposes (Oct 1997)
(a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation.
(b) Although proposal and offeror are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal.
(c) This solicitation is issued for the purpose of: conducting market research to identify potential sources for a potential procurement of Brand Name or Equal to the Raysafe X2 Prestige for the Minneapolis VA Health Care Systems.
See Attached DRAFT Statement of Work
This is a request for information and sources only, which may or may not lead to a future solicitation. This is not a request for proposal (RFP). The VA will not pay for any information received resulting from this sources sought notice. Information should be forwarded to the Contract Specialist. Any questions should be addressed to the Contract Specialist, in writing, at the email address provided. Because this is a request for information only, answers to questions will not be posted. If your organization has the capability to provide these items and is interested in this opportunity, please respond to Jody M. Peterson, Contracting Specialist, Network 23 Contracting Office (NCO23), 4801 Veterans Drive, Saint Cloud, MN or via e-mail at
[email protected]. Only authorized distributers will be considered in the procurement process.
Please address the following in your responses:
Point of contact, DUNS Number, complete mailing address, telephone number, and email address.
Product literature on items that are offered to meet the requirements of the DRAFT specifications (see attachment).
Socioeconomic status.
Proof of authorized distributor status for all items submitted for approval.
The deadline for this information is 11:00 AM Central Time on Tuesday, August 28, 2018.
DISCLAIMER
This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
GREY MARKET ITEMS:ÃÂ The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. The vendor shall provide new items ONLY; no remanufactured or "grey market" items. All items must be covered by the manufacturer's warranty.ÃÂ The offeror shall provide evidence of its authority to distribute the proposed equipment/system at the time of submission of its quote/offer.ÃÂ Please note that such evidence is subject to verification by the Contracting Officer at his/her discretion.
Brand Name or Equal RaySafe X2 Prestige Procurement 618-18-2-040-0103
Project Title
RaySafe X2 Procurement Brand Name or Equal Request
Scope
The Minneapolis VAHCS is procuring a radiation sensor kit to be utilized at its various Radiology offerings.
The following radiation sensor kit for the Radiology Service to be added to Minneapolis VAHCS shall have the following part numbers and description or equal to it:
Item
Part
Description
Qty
1
4673440
RaySafe X2 Prestige for R/F, M, C, S
1
1
4559164
X2 Light Sensor
1
The radiation survey kit for the Biomedical Instrumentation Service to be added to the Minneapolis VAHCS shall have the following requirements:
General Requirements
Must have built-in sensor to obtain measurements of mA, mAs, exposure time, pulses, pulse rate and mA waveform
Stacked technology on sensors to prevent influences of heel effects on all measurements
Intuitive user interface with all required sensors
Touchscreen interface
Rechargable lithium ion battery
Built in self-test to ensure system is in working order
At a minimum 10 hours of battery life
Internal storage of last 10,000 exposures
mAs & RF Sensor Requirements
Must have a small radiological footprint
Capable of measuring dose, dose rate, kVp, HVL, total filtration, exposure time, pulse, pulse rate and dose/pulse in one exposure
Ability to produce waveforms of kV and dose rate on the base unit
Built in sensor for measurements of mA
MAM Sensor Requirements
Must be capable of use on mammography units
Must be capable of obtaining measurements on all mammographic applications.
Capable of measuring dose, dose rate, kVp, HVL, exposure time, pulse, pulse rate and dose/pulse in one exposure
Ability to produce waveforms of kV and dose rate on the base unit
CT Sensor Requirements
Must be capable of measuring exposure time and dose rate waveforms
Must be able to fit into body or head phantoms easily
Must be easily positioned in free air gantry for measurements via contractor provided stand
Does not rely on analog cables
Light Sensor Requirements
Must be capable of taking luminance and illuminance measurements
Must have dual acquisition keys
Capable of making a zero adjust
Survey Sensor Requirements
Energy compensated silicon diode array
Capable of measuring dose, date rate, mean energy and time.
Ability to produce dose rate waveform
Real-time dose rate bar with a survey sound proportional to the dose rate
Manual and automatic trigger modes
Ability to switch between Air Kerma and Ambient Dose Equivalent
Contractor shall deliver the equipment to the Minneapolis VAHCS, One Veterans Drive, Minneapolis, MN 55417.
Bid Protests Not Available