Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2011 FBO #3597
MODIFICATION

58 -- System for Analysis of Radiochromic and Radiographic Films

Notice Date
9/28/2011
 
Notice Type
Modification/Amendment
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, Maryland, 20814-4799
 
ZIP Code
20814-4799
 
Solicitation Number
HU0001-11-Q-0176
 
Archive Date
2/26/2011
 
Point of Contact
Christina Johnson, Phone: 3012953069, Anthony M Revenis, Phone: 301-295-3068
 
E-Mail Address
cjohnson@usuhs.mil, arevenis@USUHS.mil
(cjohnson@usuhs.mil, arevenis@USUHS.mil)
 
Small Business Set-Aside
N/A
 
Description
This requirement is full and open. The Uniformed Services University of the Health Sciences (USUHS) located on the National Naval Medical Center (NNMC) in Bethesda, MD intends to solicit offers to purchase a system for analysis of radiochromic and radiographic films for purposes of radiation dosimetry. This is a combined synopsis/solicitation for a commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The solicitation number is HU0001-11-Q-0176, and it is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48, effective 30 DEC 2010. NAICS code 334519, Other Measuring and Controlling Device Manufacturing applies. This is a firm-fixed price requirement. The required delivery date is 60 days ARO. Price: The contractor should provide pricing as set up below: Contract Line Number (CLIN), description, and unit of issue. Your offer is based on meeting the established minimum specifications. CLIN 0001 Radiation Dosimetry System 1.00 EA tiny_mce_marker ________ MINIMUM SPECIFICATIONS: The minimal requirements for this procurement are: Film Scanner: Type: Flatbed Film size: at a minimum 12" x 16" Spatial resolution: at a minimum 2400 dpi Color: at a minimum 48-bit Mode: both reflective and transparent Software: Operations necessary for linac commissioning, regular QA and verification of IMRT plans according to the existing protocols. System as a whole: Proven capability of effective work with both radiochromic and radiographic films in the clinical radiation oncology environment. Published results of evaluation by an independent party of the performance characteristics in such applications. Installation/Operations Instrument Customer training involves one or two days training on the basic system functionality: includes an overview of the system, setup, reporting, analysis, images, and system maintenance. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable offeror, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price. PROVISIONS AND CLAUSES The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.); 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 52.219-28 Post-Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 52.232-36 Payment by Third Party 252.204-7004 Required Central Contractor Registration. Alternate A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items; 252.225-7000 Buy American Act--Balance of Payments Program Certificate; 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://www.arnet.gov/far To be eligible for contract award, all contractors must be registered in the Central Contractors Register (CCR), http://www.ccr.gov, and be registered with the Online Representations and Certifications Application (ORCA), http://orca.bpn.gov. For instructions on registering, please visit the individual web sites. Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s) 2. Total price 3. Offerors must provide detailed specifications for both the scanner and the software as well as copies of peer-reviewed publications by independent parties reporting performance characteristics of the system. 4. Prompt Payment Terms 5. Remittance address, Tax Identification Number, DUNS number and Cage Code Direct any questions or inquiries in writing by January 28, 2011 to Christina Johnson, Contract Specialist, via e-mail: cjohnson@usuhs.mil, ATTN: HU0001-11-Q-0176. Responses to this solicitation are due 11 February 2011 at 12:00 p.m. eastern local time. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Christina Johnson at cjohnson@usuhs.mil, ATTN: HU0001-11-Q-0176. Please reference the solicitation number on your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USUHS/BethesdaMD/HU0001-11-Q-0176/listing.html)
 
Record
SN02596076-W 20110930/110928235926-5b44cf8e0c054ea714ea723bfa10f982 (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.