Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2011 FBO #3395
SOLICITATION NOTICE

J -- Silver Fixed Support Agreement

Notice Date
3/10/2011
 
Notice Type
Presolicitation
 
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, Maryland, 20852
 
ZIP Code
20852
 
Solicitation Number
NCI-110042-MW
 
Archive Date
4/5/2011
 
Point of Contact
Melissa R. Ward, Phone: 301-402-4509, Caren N Rasmussen, Phone: (301) 402-4509
 
E-Mail Address
wardmr@mail.nih.gov, cr214i@nih.gov
(wardmr@mail.nih.gov, cr214i@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Boulevard, EPS Suite 600, Room 6072, Rockville, MD 20852, UNITED STATES. Description The National Cancer Institute (NCI), Center for Cancer Research (CCR), Radiation Oncology Branch, plans to procure on a sole source basis with Varian Medical Systems Inc., 2250 Newmarket Pkwy., Suite 120, Marietta GA 30067 for a Silver Fixed Support Agreement for the government-owned Varian Clinac-21EXserial number 1742 which includes an Independent Treatment Console (TREAT) serial number 1411, Millennium-120 Multileaf Collimator (MLC) serial number 1461, PortalVision (PV) serial number 3933 and RPM Gating serial number 0076. This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and will be made pursuant to the authority in FAR 13.106-1(b)(2) and 13.501-(a)(1) using simplified acquisition procedures for commercial acquisitions. The North American Industry Classification System Code is 811219 and the business size standard in $7.0M. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. Period of Performance: Performance shall be for twelve months with two twelve month option periods. The ROB of the CCR treats cancer patients with radiation according to approved clinical protocols. The ROB must maintain its treatment equipment in good working condition in order to provide quality patient care and a sound foundation for advanced clinical research. Patients are treated on a daily, weekly, or monthly schedule, depending on the cancer type, location and size. The treatments can involve multiple pieces of equipment including the CT Simulator and Linear Accelerators. This equipment is required to be in superlative shape to prevent harmful delays due to down time, and/or prevent the patient from being treated in an unsafe manor. Currently, the ROB is using Varian Linear accelerators for the radiation treatment of patients with various kinds of cancers. The ongoing exposure to this radiation is critical to the treatment of patients. It is important that once a patient starts undergoing these treatments, that the specific schedule of exposure be precise and timely. The contractor shall provide all labor, material and equipment to provide preventive maintenance for government-owned: Clinac-21EX s/n 1742 which includes, TREAT s/n 1411, MLC s/n 1461, PV s/n 3933, and Gating s/n 0076.Contractor shall provide: 1) one (1) preventive maintenance inspection per component during the contract period; 2) emergency repair services on an unlimited basis during the term of this contract; 3) all required replacement parts, with the exception of consumable parts to include batteries. Parts shall be new or remanufactured to original equipment specifications and certified by the manufacturer for use with the equipment; and 4) software service in accordance with the manufacturer's latest established service procedures, to include telephone access to technical support for use of program software and trouble shooting of the operating systems. Personnel shall be factory trained and experienced in servicing the type of equipment covered by this contract. All primary service personnel shall have at least one backup support who shall have at least the same level of expertise on the equipment covered by this contract. Varian Medical Systems is the world leader and the manufacture of treatment delivery systems for radiation therapy. Varian has supplied the two linear accelerators used by ROB for the majority of patient treatments in the department. Additionally, Varian supplied the treatment planning systems used for the determination of optimal treatment deliveries. All of this hardware is fully integrated through the use of Varian's ARIA patient management system, which maintains the database of patient treatments (an electronic chart) and passes the necessary information to the accelerator each time a patient is to be treated, monitors each treatment to ensure correct delivery and records each treatment, as well as associated imaging documentation in the patient record. The result is a highly sophisticated and complex system which requires specialized knowledge on the part of service personnel in order to correctly diagnose and correct problems. Additionally much of the hardware and all of the software involved is proprietary in nature, with the rights belonging to Varian Medical Systems. The equipment mentioned above must be maintained using factory trained technicians due to equipment specific and treatment specific software and hardware. Individuals with the required level of training for service of this system and all integrated subsystems are employed exclusively by Varian. Varian continually retrains their service personnel as new hardware and software is released to clinical systems to ensure that the highest level of service is provided. Varian is the sole source of software and updates necessary for proper equipment operation. This is not a solicitation for competitive quotations. However, if any interested party believes they can meet the above requirement, they may submit a statement of capabilities. All information furnished must 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 Office of Acquisitions on or before 11:00 AM EST on March 21, 2011. No electronic capability statements will be accepted (i.e. email or fax). An original and one copy must be sent to the NCI Office of Acquisitions at the address stated above. All questions must be in writing and can be faxed (301) 402-4513 or emailed to Melissa Ward, Contract Specialist, at wardmr@mail.nih.gov. 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 and 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 solicitation number NCI-110042-MW on all correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/NCI-110042-MW/listing.html)
 
Record
SN02398407-W 20110312/110310234930-8f35a3c54f72ed505344b74ccbcbce91 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.