Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2012 FBO #3793
SOLICITATION NOTICE

66 -- Brand Name TomoTherapy or Equal 3-D Scanning Water Phantom - Attachment 1: Additional Technical Response Instructions

Notice Date
4/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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
RFQ-NCI-120047-MW
 
Archive Date
5/5/2012
 
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
Attachment 1: Additional Technical Response Requirements 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 requires the following items. This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. RFQ-NCI-1200047-MW includes all applicable provisions and clauses in effect through FAR FAC 2005-49 (January 2011) simplified procedures for commercial items. The North American Industry Classification Code is 334516 and the business size standard is 500 employees. HHSAR 352.223-71 Instruction to Offerors - Sustainable Acquisition Offerors must include a Sustainable Acquisition Plan in their technical response that describes their approach and the quality assurance mechanisms in place for applying FAR 23.1 - Sustainable Acquisition Policy (and other Federal laws, regulations and Executive orders governing green purchasing) to this acquisition. The Offeror's response must demonstrate compliance with FAR 23.1, "Sustainable Acquisition Policy" and the interim rule entitled "Sustainable Acquisition" at http://www.gpo.gov/fdsys/pkg/FR-2011-05-31/pdf/2011-12851.pdf (FAR case 2010-001, FAC 2005-52). The Government is seeking to determine whether the Offeror has demonstrated a commitment to advance sustainable products and services. See Attachment 1 for additional technical response instructions. Award will be made in the aggregate for all items. I. Requirement: The contractor shall provide and install one brand name Tomotherapy, or equal, 3-Dimensional Scanning Water Phantom with associated controlling equipment and scanning software. The Water Phantom shall fit inside and be compatible with an existing government-owned Tomotherapy Hi-ART Radiotherapy Accelerator. The contractor shall provide a representative on-site for assembly of the system, software installation, acceptance and training. The contractor shall also provide; 1) telephone technical support from 8:00 AM Eastern Time to 5:00 PM Eastern Time, Monday through Friday; and 2) upgrades to the Licensed Software either in downloadable form via the Contractor's website or by mail during the first year of the Software End User License Agreement at no additional cost to the government. Field Service Representatives shall be factory trained and have at least two (2) years' experience in troubleshooting all components of the aforementioned software. Salient Characteristics: a. The scanning volume shall be at least 520mm x 140mm x 220mm (x,y,z). b. The exterior volume of the tank shall be at least 658mm x 407mm x 340mm (x,y,z). c. There shall be engraved crosshairs on all five tank walls. d. The positioning mechanism shall utilize magnetostrictive sensor technology to certify positional accuracy of ±0.1mm over the entire scan range. e. A horizontal inclination adjustment system shall be used for high precision detector positioning. f. A compact Common Control Unit (CCU) shall provide for full software control of the Controller and Electrometers. i. The CCU shall provide current scales selectable between 0.4nA, 40nA and 4A. ii. Maximum resolution shall be 0.5fA at 0.4nA full scale, 5fA at 40nA full scale and 0.5pA at 4A full scale. iii. Leakage current shall typically be <1fA. iv. Bias range shall be from ±50V to ±500V. v. An RS485 interface shall be provided for an external trigger. g. The electrometers shall permit the use of ionization chambers and solid state detectors (diodes) at the same time. h. A universal detector holder shall be provided. i. Controller software shall provide: - Modern software based on latest technology - Significantly simplified setup - Easy and flexible queue handling - Modern user interface and advanced graphics - Easy data exchange with OmniPro family - Support of all international and industry protocols - Undo / Redo - Auto-Save function - Comments and help bubbles - Highlights discrepancies prior to measurement - Easy & fast queue creation (Multiple Edit, copy/paste, filtering) - filtering + sorting base for grouping scans and optimization of queues - Functions for modify, extend and exchange queues - Import of RFQ files (queue files) from OmniPro-Accept 6.6c - 1D, 2D and 3D data views - Online display of the measurements - Controller panel for easy connection to the CCU - Online data anlaysis for each scan in the data analysis panel - Electron and photon depth curves/profiles - TPR/TMR - Isodose / Array calculation - Mathematics: add, multiply, subtract and divide curves - Complete set of data modification tools, e.g. Rescale, move, mirror - Creation and export of tables - appropriate data archiving - customized print templates The contractor shall provide a list of exact specifications when submitting their response. II. Delivery and Installation: The 3-Dimensional Scanning Water Phantom shall be delivered and installed at the National Institutes of Health (NIH) at the following location: NIH/NCI/CRC 10 Center Drive, Building 10, Room B2-3650, Bethesda, MD 20892. Delivery, installation and training shall be completed within three months from date of contract award. III. Payment: The contractor will receive payment in arrears, after completion and acceptance of installation and training. Payment authorization requires submission and approval of invoice to the NCI Contracting Officer's Representative (COR) and to NIH Commercial Accounts per the attached Invoice & Payment Provisions. QUOTATIONS ARE DUE: April 20, 2012 at 1:00pm EST. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR Clause 52.211-6 BRAND NAME OR EQUAL (AUG 1999) FAR Clause 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (Feb 2012); FAR Clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (Feb 2012) FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (Feb 2012); FAR Clause 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (Feb 2012). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition; FAR Clause 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) FAR Clause 52.209-6 Protecting Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) FAR Clause 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) FAR Clause 52.219-28 Post Award Small Business Program Representation (Apr 2009) FAR Clause 52.222-3 Convict Labor (Jun 2003) FAR Clause 52.222-19 Child Labor - Cooperation with Athorities and Remedies (Jul 2010) FAR Clause 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR Clause 52.222-26 Equal Opportunity (Mar 2007) FAR Clause 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) FAR Clause 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011) FAR Clause 52.225-3 Buy American Act- Free Trade Agreements- Israeli Trade Act (June 2009) (ii) Alternate 1 (Jan 2004) FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) Far Clause 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://amb.nci.nih.gov or from Melissa Ward, Contract Specialist at wardmr@mail.nih.gov. OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA). PLEASE NOTE: In order to receive an award, contractor must be registered in and have valid certifications in the Central Contractor Registration (CCR) (http://www.ccr.gov) and the Online Representations and Certifications Application (ORCA) (http://orca.bpn.gov). Hard copies of quotations must be received in the NCI-OA contracting office by 1:00 p.m. EST on April 20, 2012. Please refer to solicitation number RFQ-NCI-120047-MW on all correspondence. No collect calls will be accepted. Faxed or electronic mail quotations will NOT be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/RFQ-NCI-120047-MW/listing.html)
 
Record
SN02719254-W 20120413/120411234922-846c0ee2414cf7946cf41ea94f7ff842 (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.