Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2003 FBO #0561
SOLICITATION NOTICE

J -- Service agreement for X-knife and ImageFusion Software

Notice Date
6/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Research Contracts Br., 6120 Executive Blvd. EPS Suite 600, Rockville, MD, 20852
 
ZIP Code
20852
 
Solicitation Number
NCI-30072
 
Response Due
6/26/2003
 
Archive Date
7/11/2003
 
Point of Contact
Malinda Holdcraft, Purchasing Agent, Phone (301) 402-4509, Fax (301) 402-4513, - Caren Rasmussen, Lead Contract Specialist, Phone (301) 402-4509, Fax (301) 402-4513,
 
E-Mail Address
holdcram@exchange.nih.gov, cr214i@nih.gov
 
Description
The National Cancer Institute (NCI), Radiation Oncology Branch, (ROB), plans to procure a service agreement with Radionics Software Application, Inc., 22 Terry Avenue, Burlington, MA 01803, for a base year plus two (2) option year period for stereotactic radiosurgery system which includes fixed applicators, couch stabilizers, dual accelerator installation, minimum multileaf collimator, and computerized system for stereotactic conformal and dynamic treatment planning. The services will be procured in accordance with the simplified acquisition procedures authorized in FAR Part 13. The North American Industry Classification System code is 811310 and the business size standard is $6M. The work being generated by NCI, and the clinical protocols used by the ROB clinic, require that current, up to date devices be implemented for the stereotactic radiosurgery system. ROB will exchange the existing, outdated HP computer and monitor for a new computer and monitor. In addition, Radionics shall provide service for the stereotactic radiosurgery system allowing the continued treatment of patients on current and future protocols. Currently, the patients are being treated off site due to the current status of the machine and doctors cannot properly provide treatment to their patients. The service agreement for this system shall include upgrading these units to current standards used on newer models. The current system functions on existing NCI and future purchases of linear accelerators. The system provides stereotactic positioning, immobilization and alignment hardware, precision stereotactic applicators and an FDA approved treatment-planning system. This system is vital to the growing success of the Radiation Oncology Clinic, as well as, the well-being of our patients. There is no known equivalent surgical software and hardware available on the market that can be integrated for use with the stereotactic radiosurgery system and linear accelerator. Preventative Maintenance: Contractor shall perform standard contract maintenance during the contract period. All parts, labor, and travel expenses required to keep instrument functioning properly shall be included. Service shall be performed by technically qualified factory trained personnel. Service consists of recalibration of the system, lubrication of motion stages, testing of all safety interlocks, and inspection and replacement, if needed, of all other components in the system in accordance with the manufacturers latest established service procedures. All equipment shall be operationally tested through at least one complete operating cycle at the end of the preventive maintenance inspection to assure optimum and efficient performance. Emergency Services: Emergency service shall be provided during the term of this contract at no additional cost to the Government. Emergency service shall be provided during normal working hours, Monday through Friday, excluding Federal holidays. The workstation is backed by the Contractors four (4) hour service response team. Emergency service calls shall not replace the necessity for scheduled PMI's. Personnel: Personnel shall have factory training and experience in servicing the stereotactic radiosurgery system including the Xknife and ImageFusion software and hardware covered by this service contract. All primary service personnel shall have at least one backup support and have at least the same level of expertise on the equipment covered by this contract. Period of Performance: Base year, upon award through 12 months; Option year 1 and 2 shall be for 12 months. FAR Clause 52.217-8 "Option to Extend Services" (November 1999) and FAR Clause 52.217-9 "Option to Extend the Term of the Contract" (March 2000) applies. The software and hardware of the Xknife and ImageFusion shall be in accordance with the manufacturers latest established service procedures, to include telephone access and technical support for use of program software and trouble shooting of the operating systems at no additional costs to the Government. Software maintenance and updates shall include automatic transmittal of upgrades to software as well as new version of the Xknife and ImageFusion software. Xknife and ImageFusion software and hardware is proprietary to Radionics Software Applications, Inc. As a result, Radionics is the only known source that can provide the software and hardware required to bring the aforementioned system up to the standards and specifications required to maintain the instrument being used in clinical protocols and patients. This is not a request for competitive quotation. However, if any interested party believes it can perform the above requirement, it may submit a statement of capabilities. The statement of capabilities and any other furnished information must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform this requirement. Capability statement must be received in the contracting office by 1:00 PM EDT, (local Washington DC time), on June 26, 2003. If you have questions, please contact Malinda Holdcraft, Purchasing Agent via fax 301-402-4513 or via electronic mail at holdcram@exchange.nih.gov. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No collect calls will be accepted.
 
Place of Performance
Address: NIH
Zip Code: 20892
Country: USA
 
Record
SN00344497-W 20030613/030611213247 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.