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 soliciting quotes for a Radiation Therapy Phantom for the VA Greater Los Angeles Healthcare System. This is an unrestricted Request for Quote (RFQ), issued as a combined synopsis/solicitation, with the intent to award a single Firm-Fixed Price (FFP) contract. The procurement is for a "brand name or equal" product. Quotes are due by March 20, 2026, at 4:00 PM PST.
Scope of Work
The VA requires a radiation therapy phantom system that includes:
- Daily Isocenter Phantom + Six Degrees of Freedom Isocenter Base: Must provide repeatable verification for image guidance systems (megavoltage, kilovoltage, CBCT, laser, couch positioning), ensure coincidence of radiation/light/imaging fields, meet AAPM TG-142 recommendations, be compatible with automated analysis platforms, and enable accurate 3D/6-DOF shift calculations for robotic couch accuracy. It must also be compatible with existing Sun Nuclear QA tools.
- Advanced Electron Density Phantom + extra Insert Rods (Aluminum, Titanium, Stainless Steel) + software: Must include full-length (16.5 cm) material-specific inserts for CT-to-electron density calibration, simulate various tissue-equivalent materials, be compatible with existing VA equipment, meet treatment planning system commissioning requirements, and represent head/torso geometry based on ICRU Report 44 standards. The software must automate CT-to-density calibration and CT image QA, be browser-based, and store data locally.
Contract & Timeline
- Contract Type: Firm-Fixed Price (FFP)
- Period of Performance: Within 90 days of order placement.
- Place of Performance: VA Greater Los Angeles Healthcare System Supply Warehouse, 11301 Wilshire Blvd., Los Angeles, CA 90073.
- NAICS Code: 334510 (size standard 1,250 employees).
- Questions Due: March 18, 2026, 4:00 PM PST.
- Quotes Due: March 20, 2026, 4:00 PM PST.
- Published: March 12, 2026.
Set-Aside
This acquisition is unrestricted.
Evaluation
Award will be made using a Lowest Price Technically Acceptable (LPTA) evaluation process on an Acceptable/Unacceptable basis, as per FAR Provision 52.212-2. Technical acceptability will be determined by verifying that "equal to items" meet all salient characteristics.
Submission Instructions
Offerors must submit quotes on company letterhead, including completed pricing forms, company details (name, address, phone, DUNS#), total price, and a completed FAR Clause 52.212-3 or ORCA document. Alternatively, the Price/Cost Schedule of the attached SF 1449 may be used. Quotes must be emailed to Nate Munson at Nathan.Munson@va.gov, referencing solicitation # 36C26226Q0487 in the subject line. Quotes are limited to 15 pages (excluding pricing schedule) and must clearly identify any "equal to" items. Suppliers must provide an Authorized Distributor Letter (ADL) from the OEM dated within 90 days.