Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2017 FBO #5686
SOURCES SOUGHT

66 -- Respiratory Gating for Scanners

Notice Date
6/16/2017
 
Notice Type
Sources Sought
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02RC72573-36
 
Archive Date
7/5/2017
 
Point of Contact
David H. Romley, Phone: 2402767822
 
E-Mail Address
david.romley@nih.gov
(david.romley@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE: Respiratory Gating for Scanners Notice Number: N02RC72573-36 Issued By: National Cancer Institute (NCI), Office of Acquisitions (OA) http://www.nci.nih.gov or http://rcb.cancer.gov/rcb-internet/ Key Dates: Capability Statement Due Date: June 20, 2017 by 12:00 pm EST. This Small Business Sources Sought Notice (SBSS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Cancer Institute (NCI). The purpose of this Sources Sought Notice is to identify qualified Small Business concerns including 8(a), HUBZone or Service-Disabled Veteran-owned businesses that are interested in and capable of performing the work described herein. The NCI does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This requirement is assigned North American Industry Classification System (NAICS) code 335999 with a size standard of 500 employees. As a result of this Sources Sought Notice, the NCI may issue a Request for Quotation (RFQ). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NCI shall arise as a result of a response to this Sources Sought Notice or the NCI's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. The objective of this acquisition is to procure a Varian Respiratory Gating for Scanners System as a replacement for the existing Varian Respiration Position Monitoring System, as necessary to support developing clinical and research protocols for the Radiation Oncology Branch, NCI. The Varian Respiratory Gating for Scanners (RGSC) is used to provide respiration synchronized image acquisition from a CT scanner in order to generate patient-specific sonograms linked with external fiducial positions for controlling external beam treatment delivery based on respiratory cycle (respiratory gated treatment delivery). ROB currently has an old Varian Respiratory Position Management (RPM) system to perform this function, but it has never worked properly with ROBs Phillips Brilliance Big Bore CT Simulator and is utterly useless with the new generation respiratory gating system supplied with the new TrueBeam accelerators. Additionally, the old RPM system is based on the Windows XP operating system that CIT has declared as unacceptable due to security issues. The new RGSC system will function properly with the Philips CT Simulator and provide image sets that can be utilized with the TrueBeam system. Contractor Requirements are: Contractor shall provide one Respiratory Gating for Scanners (RGSC) with the following salient characteristics: • System shall consist of a microprocessor-based controller, scanner interface, infrared camera (couch, wall or ceiling mounted), and a minimum of five (5) marker blocks. • System shall be able to characterize a patient's unique respiratory pattern using an infrared camera and reflective fiducial block mounted on the patient's chest, near the diaphragm. • System shall transmit this information to the Government-owned CT Simulator through an interface to control image acquisition on order to provide an image set synchronized with the patient's breathing pattern. • System shall utilize a sonogram/image database that is integrated with the Government- owned Varian ARIA Patient Management and Varian ECLIPSE Treatment Planning Systems. • Database shall provide this information to Government-owned TrueBeam STX accelerator control consoles in order to control and deliver respiratory gated radiation therapy. • System shall provide for retrospective 4-Dimensional (4D) image acquisition. • On-site installation, interface and configuration shall be performed by Contractor personnel who are appropriately authorized and trained. • System shall provide for prospective image acquisition. • The Contractor shall provide one and one-half (1½) days of off-site training for one (1) physicist or therapist on the principles, practice and clinical implementation of respiratory gating in radiation oncology. • Contractor shall provide a 1 year warranty against defects in equipment and material. Warranty shall include software updates as applicable. • System shall provide for breath-hold, gated image acquisition. • System shall provide for audio breath coaching to assist the patient in establishing a stable breathing pattern. A visual, couch-mounted coaching device which connects to the system via wireless link shall optionally be available. How to Submit a Response: 1. Page Limitations: Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed 10 single sided pages including all attachments, resumes, charts, etc. (single spaced, 12 point font minimum) that clearly details the ability to perform the requirements of the notice described above. All proprietary information should be marked as such. Responses should include a minimum of a one page resume of the individuals meeting the requirements, and up to two pages demonstrating experience over the past two years meeting the requirements of this notice. Statements should also include an indication of current small business status; this indication should be clearly marked on the first page of your capability statement (preferable placed under the eligible small business concern's name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner. Organizations shall demonstrate 1.) Technical Approach 2.) Personnel Requirements and Organizational Experience. 2. Due Date: Capability statements are due no later than June 20, 2017 by 12:00 pm EST. 3. Delivery Point: All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the unique specifications described herein. All questions must be in writing and emailed to David.Romley@nih.gov. A determination by the Government not to compete this requirement 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) and the Online Representations and Certifications Applications (ORCA) through sam.gov. No collect calls will be accepted. Please reference number N02RC72573-36 on all correspondence. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a RFQ may be published in Fed Biz Opps. However, responses to this notice will not be considered adequate responses to a solicitation(s). Point of Contact: Inquiries concerning this Notice may be direct to: David Romley at David.Romley@nih.gov. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC72573-36/listing.html)
 
Record
SN04548341-W 20170618/170616235308-65fe67d27904a391254783c8bff8e491 (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.