Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 08, 2006 FBO #1535
SOLICITATION NOTICE

J -- Linear Accelerator and Varis Treatment Workstation Maintenance

Notice Date
2/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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
Reference-Number-NCI-60040-NV
 
Response Due
2/15/2006
 
Archive Date
3/2/2006
 
Description
The National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Radiation Oncology Branch (ROB) intends to procure on a sole-source basis with Varian Inc., 3120 Hansen Way, Palo Alto, CA 94304 for service and maintenance of its Government owned Linear Accelerator Model #2100/2300 and Varis Treatment Workstation. The service and maintenance agreement will be for a 1 year period. This equipment is used for the radiation treatment of patients with various kinds of cancer. For these patients the ongoing exposure to this radiation is critical to their treatment and it is important that once the patient starts undergoing these treatments, that the specific schedule of exposure be precise and timely. Varian uses proprietary software and hardware configurations on their equipment. The linear accelerator is run through a computer workstation, affected by the proprietary software. To service this equipment, the technician must have knowledge and consent to interact with this software and hardware. The Varis Treatment Workstation also runs on proprietary software and takes the patient?s treatment information from the ROB?s Eclipse Treatment System which is used to plan and plot each and every patient?s individual dosage and exposure, converts the data and sends it directly to the linear accelerators for the actual treatment. The maintenance agreement will consist of a minimum of 4 preventive maintenance services performed quarterly as well as emergency service with in 24 hours. The replacement parts are to be furnished at no additional cost to the Government, with the exception of consumable parts to include batteries. To keep this equipment in top working order all parts and items used must be compatible with the existing system to maintain operability for patient treatment. This acquisition will be processed under FAR Part 12 ? Acquisition for Commercial Items and will be made pursuant to the authority in FAR 13.5 to use simplified procedures for commercial acquisitions. Varian is the only source known that is able to keep this equipment calibrated and maintained, and be able to provide the required software and hardware updates needed to keep this piece of patient treatment equipment up and running. This is not a solicitation for competitive quotations. However, if any interested party believes it can meet the above requirement, they may submit a statement of capabilities. All information furnished shall be in writing and must contain sufficient detail to allow the NCI researcher to determine if it can meet the above unique specifications described herein. An original and one copy of the capability statement must be received in the contracts office by 1:00 PM EDT (local Washington, D.C. time) on February 15, 2006. All questions must be in writing and can be faxed (301) 402-4513 or emailed to dm170b@nih.gov . It is the vendor?s responsibility to call (301) 402-4509 to verify questions have been received. A determination by the Government not to compete this proposed contract 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. In order to receive an award from the NCI contractors must be registered in the Online Representations and Certifications Applications (ORCA) in order to receive an award. Please refer to http://orca.bpn.gov in order to register. In addition, contractors must be registered in the Central Contractor Registration (CCR) www.ccr.gov. No collect calls will be accepted. NAICS 811219. Size Standard 6M.
 
Place of Performance
Address: Bethesda, Maryland
Zip Code: 20892
 
Record
SN00980659-W 20060208/060206211737 (fbodaily.com)
 
Source
FedBizOpps 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  © 1994-2020, Loren Data Corp.