Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2026 SAM #8860
SOLICITATION NOTICE

65 -- Radiation Therapy Phantom

Notice Date
2/26/2026 12:25:18 PM
 
Notice Type
Presolicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26226Q0424
 
Response Due
3/4/2026 4:00:00 PM
 
Archive Date
04/03/2026
 
Point of Contact
Nate Munson, Contract Specialist, Phone: 562-681-2951
 
E-Mail Address
nathan.munson@va.gov
(nathan.munson@va.gov)
 
Awardee
null
 
Description
This request for information (RFI/Sources Sought) is issued solely for information and planning purposes. This is NOT a solicitation. THERE ARE 19 QUESTIONS AT THE BOTTOM OF THIS DOCUMENT. PLEASE ANSWER THEM COMPLETELY AND THOROUGHLY. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI in accordance with (IAW) Far 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI 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 RFI. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought Notice / RFI only. The purpose of this Sources Sought Notice / RFI is to gain information about potential qualified sources and their size classification relative to NAICS 334510 (size standard of 1,250 Employees). Responses to this Sources Sought Notice / RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice / RFI, further RFIs and/or a solicitation or other announcements may be published. The Department of Veterans Affairs (VA) is seeking sources capable of providing a Radiation Therapy Phantom. (1) Manufacturer: Sun Nuclear Item Description: Radiation Therapy Phantom Quantity: 1 Components must include: Daily ISO Phantom (Part #: 023) 6DOF ISO Base (Part #: 023-08) Insert Rod Aluminum Advanced Electron Density Phantom Model 1467 (Part #805779) Insert Rod - Titanium - Advanced Electron Density Phantom Model 1467 (Part #805780) Insert Rod - Stainless Steel - Advanced Electron Density Phantom Model 1467 (Part #805781) Advanced Electron Density Phantom (Part #805810) RapidCHECK Automation Analysis Software Platform (Part #806017) Equal to product Information: Main component: Radiation Therapy Phantom Salient Characteristics Daily Isocenter Phantom + Six Degrees of Freedom Isocenter Base Must provide a repeatable method for verifying alignment of image guidance systems, including but not limited to: megavoltage, kilovoltage, Cone-Beamed Computed Tomography, laser, and couch positioning. Must ensure coincidence between the radiation field, light field, and imaging isocenter. Must meet the American Association of Physicists in Medicine Task Group 142 recommendations for daily imaging Quality Assurance. Must be compatible with automated analysis platforms for consistent reporting and trending. Must provide a precision base compatible with the Daily Isocenter Phantom. Must enable accurate three dimensional and 6-degree-of-freedom shift calculations to verify robotic couch accuracy. Must allow stable and repeatable phantom positioning for daily Quality Assurance checks. Must be compatible with Sun Nuclear Quality Assurance tools and analysis software currently in use at the Greater Los Angeles VA. Advanced Electron Density Phantom + extra Insert Rods for Advanced Electron Density Phantom (Aluminum Insert Rod, Titanium Insert Rod, Stainless Steel Insert Rod) + software Must include full-length (exactly 16.5 cm) material-specific inserts for Computed Tomography to-electron density calibration. Must simulate various tissue-equivalent materials for accurate Hounsfield Units-to-density correlation. Must be compatible with the Advanced Electron Density Phantom currently in use at the Greater Los Angeles VA. Must meet calibration requirements for treatment planning system commissioning. Must provide a precision-molded phantom for Computed Tomography Quality Assurance and electron density calibration. Must represent head and torso geometry with known density inserts based on International Commission on Radiation Units and Measurements Report 44 standards. Must allow correlation between Hounsfield Units and electron density for accurate dose calculation. Must support periodic calibration and verification procedures required by regulatory and clinical standards. Software must be able to do Computed Tomography-to density calibration automated on Advanced Electron Density Phantom, and CT image Quality Analysis, browser-based, platform and data to be stored locally.� The list of salient characteristics is intended to be descriptive, not restrictive, of the supplies/services that are required. If your company is interested and capable of providing the required supplies, please provide 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) As defined in FAR Part 52.225-1 regarding the Buy American Act, please list the country of origin for each line item. (2) Submit your capabilities statement illustrating how your organization can/cannot meet the list of salient characteristics requirements. For instances where your company cannot meet the salient characteristics requirement(s), please explain. For instances where your company can meet the salient characteristics requirement(s), please show how your company meets/exceeds each requirement. (3) Please review the list of salient characteristics requirements and provide any additional feedback or suggestions. If none, please reply as N/A. (4) 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. (5) Is your company considered small under the NAICS code identified in this RFI? (6) Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of salient characteristics? (7) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of contact and size status (if available). (8) If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified. (9) Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR § 125.6? (10) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items? (11) Non-Manufacturer Rule: If applicable, can you confirm your business complies with the Non-Manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Not exceed 500 employees? Primarily engage in the retail or wholesale trade and normally sell the type of item being supplied? Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? (12) What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. (13) What is estimated life span of your solution? What support/services does that entail? (14) Does your proposed equipment have FDA clearance? Please specify what FDA clearance(s) have been obtained. (15) Does your organization offer a leasing solution? Please elaborate. (16) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number(s). (17) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract. (18) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (19) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to Nathan.munson@va.gov. Telephone responses will not be accepted. Responses must be received no later than Wednesday, March 4th, 2026 by 4:00 PM EST. All responses to this Sources Sought/RFI will be used for planning purposes only. Responses to this Sources Sought Notice / RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further RFIs and/or a solicitation or other announcement is issued as a result of the information provided from this RFI, all interested parties must respond to the specific posting separately IAW the specifications of that announcement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1b98b0eca09149c3acdda6a79231624e/view)
 
Place of Performance
Address: VAMC Greater Los Angeles 11301 Wilshire Blvd, Los Angeles 90073, USA
Zip Code: 90073
Country: USA
 
Record
SN07728737-F 20260228/260226230041 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.