Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2006 FBO #1711
SOLICITATION NOTICE

J -- Service Agreement for a ACQSIM CT Simulator

Notice Date
8/1/2006
 
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, Office of Acquisitions, 6120 Executive Blvd. EPS Suite 600, Rockville, MD, 20852
 
ZIP Code
20852
 
Solicitation Number
NCI-60127-NG
 
Response Due
8/11/2006
 
Archive Date
8/26/2006
 
Description
The National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), intends to procure on a sole-source basis with Philips Medical Systems, 595 Miner Road, Cleveland, Ohio 44143 for service and maintenance for an ACQSIM CT Simulator. This acquisition will be processed under FAR Part 12, Acquisition for Commercial Items and will be made pursuant to the authority in FAR 13 to use simplified procedures for commercial acquisitions. The North American Industry Classification System Code is 811219 and the business size standard is $6.5M. Period of performance: September 1, 2006 or upon award, whichever is later with two (2) twelve (12) month options, if exercised by the Government. The ACQSIM CT unit is used to treat cancer patients in the NCI clinic. This unit is used for a patient?s initial screening process, treatment planning, and treatment progress. The work being generated, and the clinical protocols used by the clinic require that current, up to date devices be used. The procurement of the ACQSIM CT Simulator maintenance will allow treatment of patients on current and future protocols. This machine is vital to the growing success of the NCI, as well as the well being of our patients. Philips Medical Systems shall provide: 1) an annual preventive maintenance each year; 2) unlimited emergency repair within forty-eight (48) hours; 3) furnish all required replacement parts with the exception of consumable parts at no additional cost to the Government; and 4) provide free software upgrades. Personnel that have been factory trained on this instrument shall have at least a minimum of one (1) year experience in working on this instrument. It is critical to the NCI/CCR that the equipment is calibrated accurately and maintained according to the manufacturer?s specifications. Any deviation from the specifications could jeopardize the health of patients. This system is used to plot the treatment path and procedures, and coordinate with the dosimetry system in planning the dose rate, placement and path of the radiation beam generated by our linear accelerators. This is the only system at the NCI that can provide the dose treatment planning and analysis needed for each patient under a treatment protocol in the NCI clinic. The internal components and mechanisms of this instrument are proprietary and Philips Medical Systems is the only known source capable of fulfilling the service contract on this instrument. Updates to the operating software are solely available through Philips Medical Systems, and with Philips Medical Systems being the manufacturer they have unlimited access to parts and technical support. 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 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 NCI contracting office by 1:00 PM EDT on August 11, 2006. All questions must be in writing and can be faxed (301) 402-4513 or emailed to Malinda Holdcraft, Contract Specialist at holdcram@exchange.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, contractors must have valid registration/certification in the Central Contractor Registration (CCR) www.ccr.gov and the Online Representations and Certifications Applications (ORCA), http://orca.bpn.gov. No collect calls will be accepted. Please reference NCI-60127-NG on all correspondence.
 
Place of Performance
Address: Bethesda, Maryland
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01102841-W 20060803/060801220331 (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.