Pennsylvania Bids > Bid Detail

Notice of Intent Xtreme CT Scanner

Agency:
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159129504720835
Posted Date: Feb 26, 2024
Due Date: Mar 12, 2024
Source: https://sam.gov/opp/cce4482812...
Follow
Notice of Intent Xtreme CT Scanner
Active
Contract Opportunity
Notice ID
0012083224
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE HEALTH AGENCY (DHA)
Office
ARMY MED RES ACQ ACTIVITY
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 26, 2024 11:42 am EST
  • Original Published Date: Feb 26, 2024 09:10 am EST
  • Updated Response Date: Mar 12, 2024 01:00 pm EDT
  • Original Response Date: Mar 12, 2024 01:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Mar 27, 2024
  • Original Inactive Date: Mar 27, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Wayne , PA
    USA
Description View Changes

THIS IS A NOTICE OF INTENT TO AWARD A SOLE-SOURCE CONTRACT



AND IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.





The United Stated Army Medical Research Acquisition Activity (USAMRAA) intends to negotiate on a sole source basis, IAW FAR 13.106, with ScanoCO USA 1100 Webley Dr Wayne, PA 19087, USA, as the only responsible source that can provide the Xtreme CT bone scanner machine. This acquisition is being conducted under FAR Part 12 Acquisition of Commercial Items. Provisions and clauses in effect through Federal Acquisition Circular 2023-12 are incorporated.





The US Army Research Institute of Environmental Medicine (USARIEM) intends to procure a firm-fixed-price contract with a base and one option year. The bone scanner system shall meet the below Minimum Essential Characteristics:




  1. Computer to collect and analyze bone scans.

  2. The bone scanner software for both data collection and data processing shall operate on Department of Defense computers in accordance with DoD approved security configuration guidelines and which have no access to the internet. If running Windows, then it shall work on 64 bit Windows 11. If running OpenVMS or another operating system, then it will need specific approval from the Information managements (IM) group after an evaluation of current DoD guidance documents. The use of the software will not require administrative privileges to run or write data files. It will run under a regular user account (no power users). These include that all hard disks will be retained by USARIEM and not returned to any company following completion of a lease or for any reason during the lease and/or ownership of the bone scanner.

  3. Mechanism(s) to secure a person’s arm or leg in the machine to obtain tibial and radial scans. This mechanism shall minimize artifact sufficiently that bone analyses can be conducted with confidence that the movement artifact does not drive the analyses.

  4. Adjustable chair to properly position person’s limb in scanner.

  5. The bone scanner software shall include the following features:








    1. The scan location shall be user selected based upon a preliminary (scout) scan of the approximate area of the tibia or radius distal end. The scan location options shall include (1) user adjustable percent distance of the bone length proximal to the scout scan and (2) user adjustable fixed distance away proximally from the scout scan.










    1. Ability to select a region of interest on the tibia or radius ≥ 8 mm thick. Each of the bone scans (slices) to comprise that 8 mm region shall be









    1. Ability to save scan parameters for repeating scans, including the length of the region of interest, number of bone slices within the region of interest, distance options for scan location mentioned in 5a.








  1. The resolution of images (voxel size) shall be a minimum of 110 µm.

  2. Bone scan size shall be at least 120 mm by 120 mm.

  3. The effective dose of a single set of scan slices (region of interest as defined in 5b) shall be under 10 µSv.

  4. Scan time for each tibial or radial set of scan slices (region of interest as defined in 5b) shall be under 5 minutes.

  5. External shielding of machine not required to meet radiation safety requirements.

  6. The size of the entire bone scanner shall be under (W x D X H) 1.5 m X 1.5 m x 1.5 m.

  7. Bone scanner mass: under 700 kg.

  8. Electrical is one of the following combinations:








    1. 110/127 volts, single phase, 60 Hz










    1. 208/220 volts, three phase, 60 Hz










    1. 480 volts, three phase, 60 Hz








  1. The x-ray source shall be sealed, air-cooled, and maintenance free.

  2. Post-processing software that meets the following requirements:

    1. Able to assess bone density and structural parameters, including cortical and trabecular thickness and trabecular number and separation.










    1. Finite-element analysis software to determine strains and stress within the bone structure based upon the bone scan data.










    1. Capable of exporting files of the bone, with the same level of detail viewed within the bone scanner software, which can be input into a finite element analysis program to further analyze the bone structure and strength.







The intended procurement will be classified under North American Industry Classification System (NAICS) 339112 with a Small Business Size Standard of 1000 employees and the PSC is 6515. This notice of intent is not a request for competitive proposals and no solicitation document will be posted for this requirement. However, parties interested in responding to this notice shall submit technical data, including cost, sufficient to determine capability in providing the same product. All capability statements received by closing of this notification of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.





Submit email capabilities statements (using PDF, MS Word, Excel attachments) to Lance Nowell at lance.l.nowell.civ@health.mil. Statements are due no later than 1:00 P.M. EST on 12 March 2024. Late responses will not be reviewed.




Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 808 SCHREIDER ST
  • FORT DETRICK , MD 21702
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >