Inactive
Notice ID:80KSC023839236
NASA/Kennedy Space Center (KSC) has a requirement for an NSI X5000 225kV Micro-focus/450kV Meso-focus Computed Tomography System or equal. This procurement will provide the NE-L7 with added capability...
NASA/Kennedy Space Center (KSC) has a requirement for an NSI X5000 225kV Micro-focus/450kV Meso-focus Computed Tomography System or equal. This procurement will provide the NE-L7 with added capability through the acquisition of a digital radiography/computed tomography system. The X5000 or equal will be able to produce a 3D volumetric model of an item under test by utilizing x-ray tubes (225kV or 450kV) along with a digital detector and associated computer hardware/software and will meet the following specifications: The actual size of the cabinet and supporting components, workstation, desk needs to fit within a space of 16’16’x10’ including all access and maintenance clears. The entire unit must be modular to allow for installation/assembly in place in the KSC lab, with all components able to fit through a standard double doorway, without the use of a forklift or crane. The unit must be capable of being powered by a 240V, single phase, 60 amp service. The interior scan envelope must include a minimum focal distance that is effectively zero and a max focal distance no less than 48”. Vertical translation of the tube/detector should be no less than 48”. Rotational stage must have at least a 500lb static capacity, 360 degree continuous rotation capability with a resolution of 0.001 or better. Tilt capability must be a minimum of +/- 20 degree. Translation of the stage must be at least 33”, perpendicular to the beam path. The 225kV Microfocus system must have no less than 320W max power and focal spot size of < 6 microns, capable of providing < 2 micron resolution. The system must also include a 450 kV Meso focus source with multiple voltage/current settings, providing a spot size of 63 – 450 um at power levels of 50-450W respectively, and maintain a voltage stability of +/- 0.1% of Max kV over 8hr. Detector must have at least a 17”x17” active area with no great than 150 micron pixel pitch and capability to capture data at 15fps (or 30 fps with 2x2 pixel binning) System must include an adequate ergonomic workstation/chair/control system. Digital radiography operating system must contain processors with performance equal to or better than the Ten Core Intel Xeon units. Operating system must have no less than 48 GB of RAM and 512 GB operating drive with no less than 3TB of data storage in a Raid 0 configuration. Display must be 4K color and no less than 31”. CT workstation must contain processors with performance equal to or better than a Dual 12 core system, minimum of 384 GB of RAM and 1 TB SSD operating drive with no less than 24 TB of Raid 5 capable storage. System must include no less than 4 High performance display adapters with 32 GB of GPU memory and full 3D rendering capabilities. Software/hardware must include capability to seamlessly stitch multiple images to create an effectively larger field of view. Software /hardware must also include the ability to utilize micro-shifting and multiple image processing to generate improved resolution beyond that of the detectors standard capability. Software must include provisions for generating images/files/volumes that can be exported for customer viewing/manipulation without the need for software purchase. The Government intends to acquire a commercial item using FAR Part 12. Interested organizations may submit their capabilities and qualifications to perform the effort electronically via email to Kristal.kerr@nasa.gov not later than 4:30PM EST on August 8, 2023. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this acquisition on a competitive basis. A determination by the Government not to compete this acquisition on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at: https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf