Status Report

NASA KSC Computed Tomography System Optimized for Orbiter Reinforced Carbon-Carbon (RCC) Wing Less Panel Evaluation

By SpaceRef Editor
August 6, 2004
Filed under , , ,

General Information

Document Type: Sources Sought Notice

Solicitation Number: RFI-KSCOPMS-DDR01

Posted Date: Aug 06, 2004

Original Response Date: Sep 04, 2004

Current Response Date: Sep 04, 2004

Original Archive Date: Aug 06, 2005

Current Archive Date: Aug 06, 2005

Classification Code: 66 — Instruments & laboratory equipment

Naics Code: 339111 — Laboratory Apparatus and Furniture Manufacturing

Contracting Office Address

NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899

Description

A high resolution computed tomography (CT) system with fast data acquisition and fast image reconstruction is required at NASA?s Kennedy Space Center (NASA/KSC).    

In order to obtain the optimum system, NASA/KSC intends to embark on a two step approach.    

The first step is to request information from potential vendors (RFI) and the second step is a procurement via a request for quotation (RFQ).    

NASA is currently seeking information for industry.     The new system will either be an upgrade to an extant CT system or, alternately, a disparate, stand-alone system.       The best way to achieve the desired end goal will be primarily left to the vendors with input from NASA/KSC personnel.    

NASA/KSC currently has an industrial CT system that was built by Scientific Measurements Systems (SMS) in 1985.     It is a model 201, recently upgraded via addition of new computing capability, motion control stages and corresponding software, and is in active service.    

In addition, NASA/KSC has a bay that contains an existing microfocus X-ray source with image intensifier detector.     This is also an active system.     Further, NASA/KSC has a bay that contains a 420KVp head and a cobalt 60 source.       These sources are used for conventional projection radiography and are also active.     It is the intent that the new CT system will be housed in one of these three bays, while maintaining current x-ray capabilities.         Requirements:

1.     Spatial resolution     The necessary spatial resolution, established via ASTM E1695-95, is to be 4lp/mm, or better, at 50% modulation.     This is 125 um.    

2.       Density Range If the extant system is upgraded, the upgrade should be capable of handling work pieces with a material density range of 0 to 15 grams per cubic centimeter in order to maintain existing capabilities.

3.     Object Size If the extant system is upgraded, the upgrade should be capable of accommodating objects planed to fit within a cube approximately 5 feet on a side, in order to maintain existing capabilities.     However, the actual objects are NOT solids of this dimension.     Rather these are shell-like but of this general size.

4.     Speed It is desired that the data over such a volume, and resultant images, be acquired and displayed within a continuous 24 hour period.      

5.     Special Reconstruction Considerations It is desired that the software for this system have the capability for localized reconstruction (Region Of Interest).

6.     Data considerations If the extant system is upgraded, the upgrade should ensure that planar, contiguous, CT data sets be obtainable in a scanning envelope of 1500mm by 1500mm. Pitch between slices must be obtainable in increments such that 100% sampling of data is achievable for subsequent 3-D reconstructions and/or secondary oblique planar CT views of selected sections.     Volumetric 3D reconstruction preferred (cone beam utilizing area array or repositioning of linear array).     Pseudo 3D slice-type reconstruction (fan beam utilizing liner array) required as a minimum.

7.       Scintillator     Optimum efficiency scintillator material(s) for x-ray and gamma ray conversion shall be described by vendor.

8.     Computing Platforms and Software     It will be left to the vendor to select the computing platform, operating system, algorithm for reconstruction and image generation.     However, the operating system selected, and the memory capability, must be adequate to meet the needs.     While it is recognized that use of shared memories of high capacity computers at remote sites is a possibility for handling large data sets, it is the intent of this system to have the computer on site.    

Output image file formats and raw data files are to be accessible and transportable. Supplemental Information Provided Upon Request: Floor diagrams showing present wall thicknesses, with recent radiation safety data for each of the walls. Information on proposed solutions to the above requirements should be forwarded to Mr. Steve McDanels, Chief, YA-F1, Failure Analysis and Materials Evaluation Branch, NASA, KSC 32931.     Mr. McDanels phone number is (321) 861-8969.    

Interested vendors are requested to provide the following information: 1)     Hardware and software performance verification and warranties 2)     Service support options 3)     Provisions for Government access to software source code 4)     Evidence of demonstrated capability to successfully complete project 5)     Milestone chart reflecting performance period and major events during system implementation at KSC 6)     Brief description of facilities, resources and project key personnel Electronic information and questions can be emailed to Steve.McDanels@nasa.gov.      

Note that this is not a solicitation.     Responses are not considered binding and will not effect the Government’s consideration of a firm for a future contract.       Do not send information that is proprietary or business sensitive.      

Any questions related to procurement matters can be directed to Dave Reeves at 321-867-3999.          

Responses need to be provided by September 4, 2004.

Original Point of Contact

David D. Reeves, Contracting Officer, Phone (321) 867-3999, Fax (321) 867-1029, Email David.Reeves-1@ksc.nasa.gov

Email your questions to David D. Reeves at David.Reeves-1@ksc.nasa.gov

Additional Information

SpaceRef staff editor.