6515--Radiation Therapy Phantom
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA) is conducting a Request for Information (RFI) / Sources Sought to identify qualified sources capable of providing a Radiation Therapy Phantom system. This market research aims to gather information for acquisition planning and potential future solicitations. Responses are due by March 4, 2026, at 4:00 PM EST.
Scope of Work
The VA is seeking a single Radiation Therapy Phantom system, specifically from Sun Nuclear, including:
- Daily ISO Phantom (Part #: 023) and 6DOF ISO Base (Part #: 023-08), designed for repeatable verification of image guidance systems (megavoltage, kilovoltage, CBCT, laser, couch positioning), ensuring isocenter coincidence, meeting AAPM TG-142 recommendations, and compatible with automated analysis platforms for 3D/6DOF shift calculations.
- Advanced Electron Density Phantom (Part #805810) with specific Insert Rods (Aluminum, Titanium, Stainless Steel) and RapidCHECK Automation Analysis Software Platform (Part #806017). This component must provide full-length material-specific inserts for CT-to-electron density calibration, simulate tissue-equivalent materials, be compatible with existing VA systems, meet treatment planning system commissioning requirements, and support periodic calibration. The software should automate CT-to-density calibration and CT image Quality Analysis, be browser-based, and store data locally.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought (Presolicitation)
- NAICS: 334510 (Size Standard: 1,250 Employees)
- Set-Aside: None specified; seeking business size classification.
- Response Due: March 4, 2026, 4:00 PM EST
- Published: February 26, 2026
Response Requirements
Interested companies must provide answers to 19 specific questions, including:
- Country of origin (Buy American Act compliance).
- A capabilities statement detailing how they meet or cannot meet the salient characteristics.
- Feedback or suggestions on the salient characteristics.
- Business size status (e.g., SDVOSB, VOSB, HUBZone, WOSB, Large Business) and confirmation of small business status under NAICS 334510.
- Manufacturer, authorized distributor, or solution provider status.
- Details on COTS status, Non-Manufacturer Rule compliance, and subcontracting limitations.
- Lead time, estimated lifespan, support, FDA clearance, and leasing solutions.
- Information on existing Federal contracts (FSS, GSA, etc.) and product availability on those contracts.
- General pricing for market research purposes.
- SAM.gov Unique Entity ID/Cage Code.
Additional Notes
This RFI is for planning purposes only and does not constitute a solicitation or a request to be added to a bidders list. Responses are not offers and cannot form a binding contract. Responders are responsible for all associated expenses. All proprietary information will be handled accordingly. Submission: Email responses to Nathan Munson at nathan.munson@va.gov. Telephone responses will not be accepted.