SOLICITATION NOTICE
J -- Maintenance Agreement for the TomoTherapy Hi-ART System
- Notice Date
- 4/8/2008
- Notice Type
- Presolicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- 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-80063-MM
- Point of Contact
- MelissaMarino,, Phone: 301-402-4509, Caren N Rasmussen,, Phone: (301) 402-4509
- E-Mail Address
-
marinome@mail.nih.gov, cr214i@nih.gov
- Description
- The National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), intends to procure on a sole-source basis with TomoTherapy Inc., 1240 Deming Way, Madison, WI 53717 for a maintenance agreement for the TomoTherapy Hi-ART System, H-5007-0000. This acquisition will be processed under FAR Part 12, Acquisition for Commercial Items and will be made pursuant to the authority in FAR 13 to use simplified procedures for commercial acquisitions. The North American Industry Classification System Code is 811219 and the business size standard is $6.5M. Period of performance: Performance shall be May 1, 2008 through April 30, 2009 with two one year option periods. The Radiation Oncology Branch of the CCR treats cancer patients with radiation according to approved clinical protocols. The TomoTherapy Hi-ART system is a sophisticated radiotherapy accelerator that provides the ability to perform volumetric pre-treatment imaging to precisely position the patient. The system consists of the accelerator operational components, control computer, treatment planning system, dose calculating parallel processing computer, patient database and registry and associated quality assurance devices. This system is regulated as a medical device by the FDA. The treatments are delivered helically. The ROB has no other treatment system that can deliver treatments of this type. Downtime to component failure can jeopardize the successful treatment patients The contractor shall provide: 1) Two (2) preventive maintenance inspections per year; 2) unlimited emergency repair within forty-eight (48) hours of first call; 3) furnish all required replacement parts with the exception of consumable parts at no additional cost to the Government. Contractor personnel shall have a minimum of two (2) years specialized factory training in order to perform service to this instrument. The TomoTherapy Hi-ART accelerator requires professional maintenance, including scheduled service visits and periodic part replacement, as well as emergency service. Continuous service is best provided with a renewable service contract. TomoTherapy Inc. is the only known vendor that can provide this service, due to the unique nature of the equipment. TomoTherapy Inc. engineers are highly trained by the factory and are supported directly from the factory via telephone and internet. This permits quick diagnosis and troubleshooting for all malfunctions. TomoTherapy holds multiple patents on this system, no other vendor is capable of providing necessary components or critical software updates necessary to improve operability and correct errors. Lastly, replacement components must pass a thorough quality assurance process and be factory certified in order to meet FDA requirements. TomoTherapy Inc. has a regional parts warehouse in this region and replacement parts are readily available. This is not a solicitation for competitive quotations. However, if any interested party believes it can meet the above requirement, they may submit a statement of capabilities. All information furnished shall 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 contracting office by 1:00 PM EDT on April 22, 2008. All questions must be in writing and can be faxed (301) 402-4513 or emailed to Melissa Marino, Contract Specialist at marinome@mail.nih.gov. It is the vendor’s responsibility to call (301) 402-4509 to verify questions have been received. 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/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 NCI-80063-MM on all correspondence.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a7d1d8355cd295fe42713b49d5c23e95&tab=core&_cview=1)
- Record
- SN01549502-W 20080410/080408222247-a7d1d8355cd295fe42713b49d5c23e95 (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 |