Federal Bid

Last Updated on 16 Apr 2011 at 8 AM
Sources Sought
Location Unknown

Purchase, deliver, install, and test X-Ray Linear Accelerator/M9 Linatron Scope

Solicitation ID FA8224-11-R-XRAY
Posted Date 22 Mar 2011 at 4 PM
Archive Date 16 Apr 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Oo-Alc/Pko
Agency Department Of Defense
Location United states
PURCHASE SPECIFICATION:
X-Ray Linear Accelerator/M-9 Linatron Scope
Date: 14 March 2010

1. Scope: This specification is for the purchase of one (1) modular X-Ray Linear Accelerator to replace the obsolete L-2000 X-Ray Accelerator. Must have similar footprint and X-Ray spot size.

2. Requirements:

a. Nominal energy 9 MeV with dual energies at 6 MeV and 5 MeV
b. X-Ray Dose Rate of 30.0 Gy/min minimum@ 1 m at 9MV, 10 Gy/min minimum @ 1 m at 6 MeV, and 6 Gy/min minimum @ 1 m at 5 MeV
c. X-Ray Half Value Layer of 1.20 minimum at 9 Mev, 1.10 minimum at 6 MeV, and 1.06 minimum at 5 Mev
d. X-Ray beam Flatness ≥ 55.0% @ 7.5 ° at 9 Mev, ≥ 62.0% @ 7.5 ° at 6 Mev, ≥ 65.5% @ 7.5 ° at 9 Mev
e. X-Ray Field size of 30 ° cone beam
f. X-Ray spot size of 1.0 mm to 1.5 mm
g. X-Ray beam symmetry not to exceed 5% at ± 7.5 ° off beam centerline.
h. Leakage fraction of 2 X 〖10〗^(-5)
i. Radiographic Quality minimum of ASTM E 94 1-2T sensitivity over 76 mm to 381 mm.
j. Compact RF Unit 2400 lbs
k. Center of gravity must be within ±5.0 inches of L-200 center of gravity
l. Modulator/power distribution Cabinet with programmable logic controller, external signal interface
m. Desktop PC control console
n. Temperature control unit must keep system components at a nominal 30° C
o. Temperature control unit spare parts kit
p. Custom length interconnecting cable and hoses
q. Remote customer interface with signal monitoring which includes external trigger, emergency off, remote interlock, warning lights, warning alarm, X-ray on request, warm up and power on status, fault information and reset
r. Two sets of operator, maintenance and repair, parts and data books (CD)
s. Installation supervision and start up assistance
t. Warranty
u. Voltage Regulator, CE and UL approved
v. Internally mounted single spot laser alignment
w. Manipulator, motorized with tilt, rotation and 9 push button controls

3. Plates: Markings on the plates shall be permanent and legible on a contrasting non-glare background
3.1. Lubrications or operator services

3.2. Nameplate: a corrosion-resistant nameplate shall be securely attached to the equipment.
Name of equipment
Manufacturer's name
Manufacture's serial number

4. Documentation requirements:

4.1 The contractor shall supply and deliver two (2) copies each of the Operator manual, Maintenance/Repair manual and data manuals. The manuals shall be provided in both electronic (PDF) on CD-Rom and printed format. The technical manual shall contain all of the following information.

a. General description of the equipment
b. List and description of special tooling/fixtures
c. List of hazards and warnings as applicable
d. Diagrams of all necessary hose/cable routings and connections
e. Electrical wiring diagrams
f. Mechanical system schematics/diagrams.
g. Parts list ( including list of vendors and part numbers) for all components shown on system diagrams
h. List of recommended spare parts
i. Step by step operator instructions
j. Preventative maintenance schedule and lubrication instructions
k. Trouble shooting techniques
l. Cable drawings (including connector type, wire gage, shielding etc
m. Detailed calibration instruction and procedures
n. Tolerance requirements
o. List of required calibration equipment

4.2 All documentation shall be provided in English.

4.3 American standard units of measure shall be used in all written documentation

5. Installation

5.1. The X-Ray linear accelerator will be delivered to building 2113, Hill AFB UT 84056.

5.2. The contractor will ship, off-load, install and test the machine at its final location. The machine shall remain the property of the contractor until it is accepted by the Government at Hill AFB.

5.3 All costs associated with the manufacture, shipping, installation, testing and preparation of the equipment for final acceptance at Hill AFB shall be the responsibility of the contractor.

5.4. The contractor shall be responsible to furnish all tools and equipment required to install the equipment and perform the acceptance test.

a. Contract start up
b. Tailored system requirements review or equivalent
c. Tailored preliminary design review or equivalent
d. Tailored design review or equivalent
e. Tailored test readiness review or equivalent
f. Factory acceptance test
g. Final acceptance

Bid Protests Not Available

Similar Past Bids

Aberdeen proving ground Maryland 24 Jun 2016 at 1 PM
Aberdeen proving ground Maryland 08 May 2024 at 6 PM
Aberdeen proving ground Maryland 11 Mar 2024 at 10 AM
Aberdeen proving ground Maryland 07 Mar 2024 at 4 PM