Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 28, 2014 FBO #4752
DOCUMENT

65 -- 3D Water Phantom - Attachment

Notice Date
11/26/2014
 
Notice Type
Attachment
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Veterans Affairs;Columbus;Chalmers P. Wylie Ambulatory Care Center;420 North James Road;Columbus OH 43219-1834
 
ZIP Code
43219-1834
 
Solicitation Number
VA25015Q0054
 
Response Due
12/12/2014
 
Archive Date
2/10/2015
 
Point of Contact
Asril Yusuf
 
E-Mail Address
Yusuf@va.gov<br
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is VA250-15-Q-0054 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. This is a small business set-aside and the associated NAICS code is 334519 and small business size standard is 500 employees. The requirement is for 3D Scanner, components and training. Delivery location is Dayton VAMC, Dayton, OH and shall be FOB destination. Delivery required within 30 days of contract award. Network Contracting Office (NCO) Columbus, OH requires the following items, brand name or equal: Item Number 1 - Sun Nuclear Item 1230000-0; 3D Scanner (BNC). Relative dosimetry cylindrical 3D water scanning system. Ring drive mechanism positions detector in any relevant 3D location, making the detector axis always perpendicular to the profile scanning direction. One year hardware and software warranty. One day installation and setup included. System includes: 1. Museum quality PMMA tank resists deformation with 686mm outside diameter, 600mm system height, 13mm wall thickness, 19mm bottom thickness, 37kg weight. 2. Electrometer with industry leading specifications including dual independent measurement input channels. 3. Multi-functional hand pendant. 4. Scanning and reference detector holders. 5. SNC Dosimetry software with unlimited workstation software license with comprehensive functionality including automatic beam center location, leveling accuracy verification, and pre-defined editable scanning scripts. 6. RTP export interface with TPS, 1, EA. Item Number 2 - Sun Nuclear Item 123000-3; 3D Mini Lift 3D SCANNER electronic lift table with 50cm vertical travel and vertical stability better than 1.0mm over two days with full tank and at maximum lift height. Legs fold inward to compact size for easy portability. When extended legs fully clear all common Linac floor mounted couch disks improving setup quality and eliminates the risk of tank-shift when the couch disk is stepped on, 1 EA. Item Number 3 - Sun Nuclear Item 1230000-2; 3D Reservoir; Integrated water reservoir for Sun Nuclear 3D Lift table. Includes bi-directional pump. Prepared for TPR option, 1, EA. Item Number 4 - Sun Nuclear Item 1230247; Universal Chamber Detector Holder for 3D SCANNER, 1, EA. Item Number 5 - Sun Nuclear Item 711003; Scanning ion Chamber; Fully guarded therapy chamber with acrylic wall and aluminum electrode. Waterproof, open chamber volume. Cable length 1.3m, connecting system BNC. Includes acrylic buildup cap and 31mm rigid system for mounting, 2, EA. Item Number 6 - Sun Nuclear Item 1230485; 7mm Detector Holder Kit for 3D SCANNER; Includes horizontal detector holder and radial offset detector holder; part number: 1230340 and 1230490. Included with purchase of 3D Scanner, 1, EA. Item Number 7 - Sun Nuclear Item 1041304; 0.125 SemiFlex Chamber Setup Cap. Used for setup and setup verification with a PTW 31010 detector. Included with 7mm Holder Kit, 1, EA. Item Number 8 - Sun Nuclear Item TRNG-T1; Customer Training, one day on site product training, 1, DY. Item Number 9 - Warranty - one year parts and labor, 1, EA. Item Number 10 - Operators manuals, 2, EA. Item Number 11 - Service manual containing parts lists and schematic diagrams, 1, EA. Item Number 12 - Discount on line item 1, 1, EA. The salient characteristics of this device include: (1) Provide for automated measurement and analysis of megavoltage photon and electron beams to include: percent depth dose, beam profiles, and point dose measurements. (2) Provide measurement of percent depth dose curves, beam profiles, and point dose measurements for field sizes up to 40 cm x 40 cm and to a depth of 40 cm. (3) Provide stand and water reservoir for the phantom. (4) Provide two-channel electrometer and cables. (5) Provide two waterproof ionization chambers & holders designed for beam data acquisition. (6) Provide ability to export beam data to Eclipse Radiation Therapy Treatment Planning System (7) Provide on-site installation and training. (8) One year warranty on hardware/software to include upgrades. (9) Software shall be compatible with Microsoft Windows XP Service Pack 3. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-72. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/Far/. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications or confirm that the annual representations and certifications was completed electronically via the SAM website accessed through http://www.acquisition.gov: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-18, 52.225-1, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Evaluation: will be made using the procedures under FAR 13. Offers will be evaluated on price and other factors. Other factors are Technical, Past Performance and Delivery Schedule. Offers should also include best expected delivery date. The following VAAR Clauses apply: 852.203-70 Commercial Advertising 852.211-70 Service Data Manuals 852.232-72 Electronic submission of payment requests 852.246-70 Guarantee 852.246-71 Inspection Quotations are to be submitted as all or none and mailed to Asril Yusuf at Asril.Yusuf@va.gov no later than December 12, 2014 at 2PM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CoVAOPC757/CoVAOPC757/VA25015Q0054/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-15-Q-0054 VA250-15-Q-0054.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1747805&FileName=VA250-15-Q-0054-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1747805&FileName=VA250-15-Q-0054-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Dayton;VA Medical Center;4100 W. Third Street;Dayton, OH
Zip Code: 45428
 
Record
SN03582603-W 20141128/141126234026-e5b99565239969a2eb9d0e19b49d388f (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.