Responses must be received no later than Thursday, February 13, 2024, at 10:00AM EST. THIS SOURCES SOUGHT NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS SOURCES SOUGHT NOTICE IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER: This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Sources Sought Notice that is marked as proprietary will be handled accordingly. IAW 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 Sources Sought Notice. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought notice only. The purpose of this sources sought notice is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334516. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought notice, a solicitation announcement may be published. Responses to this sources sought notice are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 5 Network Contracting Office, is seeking sources that can provide a Dose Calibrator & Well Counter for the Baltimore VA Medical Center. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 2.00 EA __________________ __________________ EPSON ROLL PRINTER LOCAL STOCK NUMBER: 5430-0058 0002 1.00 EA __________________ __________________ WELL INSERT FOR DOSE CALIBRATOR CHAMBER LOCAL STOCK NUMBER: 7300-2004 0003 1.00 EA __________________ __________________ VIAL SYRINGE/DIPPER. LOCAL STOCK NUMBER: 7300-2005 0004 2.00 EA __________________ __________________ SCREEN COVERS/PROTECTIVE AND REMOABLE. LOCAL STOCK NUMBER: 7900-0353 0005 2.00 BX __________________ __________________ PAPER(12/ROLL) FOR EPSON ROLL PRINTER. LOCAL STOCK NUMBER: 9282-0009 0006 1.00 EA __________________ __________________ CESIUM 137 ROD SOURCE (0.5cI) LOCAL STOCK NUMBER: 0975-137R 0007 1.00 EA __________________ __________________ EUROPIUM 152(0.5UcI) ROD SOURCE. LOCAL STOCK NUMBER: 0975-152R 0008 1.00 EA __________________ __________________ CRC-55t DOSE CALIBRATOR (TOUCH SCREEN). LOCAL STOCK NUMBER: 5130-3234 0009 1.00 EA __________________ __________________ CAPRAC-t TOUCH SCREEN WIPE TEST/WELL COUNTER. LOCAL STOCK NUMBER: 5430-3136 0010 1.00 EA __________________ __________________ AUXILIARY SHIELD FOR PET 1 1/2" LEAD, CAPRAC. LOCAL STOCK NUMBER: 5420-2137 0011 1.00 BX __________________ __________________ TEST TUBES FOR SAMPLES. LOCAL STOCK NUMBER: 5420-0087 0012 1.00 BX __________________ __________________ WIPE TEST SAMPLE WIPES WITH I.D. TAGS. LOCAL STOCK NUMBER: 5420-0086 GRAND TOTAL __________________ Statement of Work (SOW) Scope of Work: The vendor shall provide the following: o Delivery of the CRC-55T Dose Calibrator and all associated components. o Deliver of the CAPRAC-t Touch Screen wipe Test/Well Counter and all associated components. Deliverables: EPSON roll printer - 2 each. Well insert for Dose Calibrator chamber - 1 each. Vial Syringe/Dipper - 1 each. Screen covers/protective and removable- 2 each. Paper (12/roll) for Epson Roll Printer- 2 each. Cesium 137(0.5uCi) rod source -1 each. Europium 152(0.5 uCi) rod source -1 each. CRC-55tR dose calibrator (touch screen) 1 each. CAPRAC-t Touch Screen Wipe Test/Well Counter 1 each Auxiliary shield for PET 1 ½ lead 1 each. Test Tubes for samples (100) 1 box. Wipe test sample wipes with I.D. tags (500) 1 box. Salient Characteristics for the Dose Calibrator (CRC-55tR): 1. Touchscreen Interface: Features an intuitive touchscreen for ease of operation and clear data presentation. 2. Accuracy and Reliability: Designed for precise measurement of radiopharmaceutical doses with minimal drift. 3. Compact Design: Space-saving form factor suitable for Nuclear Medicine department setups. 4. Wide Range of Calibration: Supports a comprehensive range of radionuclides. 5. Durability: Includes alcohol and break-resistant well insert for prolonged use and resilience. 6. Accessories: Compatible with various accessories like vial/syringe dippers and screen protectors. 7. Integrated Printing: Includes an EPSON roll printer for generating dose measurement records. 8. Regulatory Compliance: Meets health physics standards for accurate dose measurement and safety. Energy Range: Must be able to detect and measure a broad spectrum of energies, typically ranging from 15 keV to 3 MeV. Should include isotopes commonly used in nuclear medicine, such as Tc-99m, I-131, F-18, Ga-68, and others. Measurement Range: Should be capable of measuring activities ranging from 1 µCi to 20 Ci or higher, depending on clinical needs. Accuracy: Accuracy within ±2-5% across its entire measurement range, as required by regulatory guidelines. Reproducibility: Coefficient of variation (precision) should typically be less than 1% for repeated measurements under the same conditions. Display: Digital LCD or LED readout, displaying activity in units like: MBq (Mega Becquerels) µCi or mCi (Micro or Milli Curie) Ionization Chamber: Type: Sealed, pressurized gas-filled chamber. Pressure: Typically filled with argon gas at 15-20 atmospheres. Chamber material: Typically aluminum or plastic housing with internal lead shielding. Calibration Factors: Should support pre-programmed isotope-specific calibration factors. Allow user-defined settings for custom isotopes. Response Time: Fast response, generally within 1-3 seconds. Stability Long-term stability with drift correction, typically needing annual recalibration or quality control. Quality Control: Includes self-diagnostic checks for: Constancy Linearity Geometry dependency Quality control standards must meet NRC, USP 825, or local equivalent regulatory requirements. Software/Interface: May include connectivity via USB, Ethernet, or wireless for data storage and reporting. Compatible with PACS or EMR integration for documentation. Power Supply Operates on 120-240V AC or includes a battery backup for portability. Dimensions and Weight: Compact size for placement in hot labs. Weight: 10-30 lbs depending on shielding and housing. Accessories: Lead shielding rings or liners for high-energy isotopes. Quality control phantoms for accuracy testing. The Capintec CAPRAC (Captus Radioactive Assay Calibrator) is a specialized gamma counter primarily used in nuclear medicine for wipe tests, bioassays, and other radioactivity measurements. Below are the general technical specifications for the CAPRAC systems: Detector: Type: Sodium Iodide (NaI) scintillation detector Size: Typically 1 x 1 or similar for high sensitivity. Energy Range: 15 keV to 2 MeV. Shielding: 1/8-inch lead shielding around the detector to reduce background interference. Sensitivity and Accuracy: Count Rate: Capable of high-sensitivity measurements. Accuracy: ±1% for reproducibility of results. Efficiency: Designed to detect low levels of radiation with high precision, typically suitable for wipe tests with extremely low activity. Energy Calibration: Multi-channel analyzer (MCA) included for energy-specific measurements. Calibrated for isotopes like: Tc-99m I-123 I-131 F-18 Cs-137 Customizable isotope libraries for specific applications. Display and Software Display: Digital touchscreen interface (varies by model). Data Output: Integrated software allows data to be saved, exported, and printed. Reports: Can generate detailed reports for regulatory compliance. Connectivity: USB, Ethernet, or wireless options for data transfer to PACS or EMR systems. User Programs: Allows for customizable QC protocols. Quality Control Self-check protocols for: Constancy Sensitivity Energy Calibration Supports adherence to NRC, USP 825, and similar international regulatory guidelines. Counting Modes Wipe Test Mode: Detects contamination and verifies cleaning protocols. Provides readings in counts per minute (CPM) or disintegrations per minute (DPM). Bioassay Mode: Measures small quantities of activity in biological samples. Custom Counting: Allows for user-defined assays or measurements. Power Supply: Voltage: Operates on standard 110-240V AC power. Battery backup option for uninterrupted operation. Dimensions and Weight: Size: Compact design for bench-top placement. Weight: ~20-30 lbs depending on the shielding and detector configuration. Regulatory Compliance Designed to comply with: NRC regulations for radiation detection. USP 825 for radiopharmaceutical handling. CAP standards for laboratory operations. Applications: Routine wipe testing for contamination monitoring. Bioassay measurements for internal dose assessments. Routine nuclear medicine quality control. Salient Characteristics for the Countertop Well Counter (CAPRAC-t): 1. Touchscreen Interface: Features a modern touchscreen for user-friendly operation. 2. High Sensitivity: Provides accurate wipe test and sample counting results. 3. Auxiliary Shielding: Includes optional PET auxiliary shielding with 1 ½-inch lead for enhanced radiation protection. 4. Sample Testing: Accommodates a variety of test tubes and wipe test samples. 5. Durability: Comes with removable screen protectors to ensure longevity. 6. Compact Size: Designed for efficient countertop use in a hot lab or controlled space. 7. Integrated Printing Capability: Compatible with roll printers for documentation of test results. 8. Regulatory Compliance: Ensures adherence to NHPP standards for contamination testing and environmental safety. Place of Performance: Department of Veterans Affairs Baltimore VA Medical Center 10 N. Greene St. Baltimore MD 21201 ------------------------------------------------------------------------------------------------------------------------------ The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc. (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you are a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling, and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to this notice shall be submitted via email to Michael.Jones16@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Thursday, February 13, 2024, at 10:00AM EST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.