Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2010 FBO #3196
MODIFICATION

65 -- Gantry Rolling Floor & a Blue Phantom dosimetry water tank for use by the Hampton University Proton Beam Therapy Institute in Hampton, VA

Notice Date
8/23/2010
 
Notice Type
Modification/Amendment
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
RDECOM Contracting Center, Natick Base Ops (RDECOM-CC), Directorate of Contracting, Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
N6311610MP00203
 
Response Due
8/24/2010
 
Archive Date
10/23/2010
 
Point of Contact
Christine Sordillo, 508-233-4126
 
E-Mail Address
RDECOM Contracting Center, Natick Base Ops (RDECOM-CC)
(christine.sordillo@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: N6311610MP00203 Notice Type: Combined Synopsis/Solicitation Synopsis: 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. (i) INTRODUCTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in combination with Subpart 13.5, 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. (ii) SOLICITATION TYPE This solicitation, numbered N6311610MP00203, is issued as a Request for Proposal (RFP). (iii) CURRENTNESS The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. (iv) SET ASIDE None, this is an unrestricted acquisition. (v) REQUIRED ITEMS The government requires the following items: 1). Gantry Rolling Floor The gantry rolling floor will consist of three major components, as follows: - backwall panel - rotating cage - caterpillars These components will provide a stable and minimum 300 pound weight-bearing, horizontal platform fully compatible with a standard Ion Beam Applications, Inc. rotating gantry system. The gantry rolling floor must fit precisely in the patient enclosure within the rotating gantry, must remain horizontal while the gantry rotates, and must be attractively integrated into the rotating gantry and nozzle treatment delivery system. An integrated system, capable of stopping the system, must detect if the gantry rolling floor is inclined compared to the treatment room floor. The gantry rolling floor must accommodate an Ion Beam Applications, Inc. universal nozzle system. Provision must be given, additionally, for x-ray and laser alignment technology to be smoothly integrated. All of these must rotate in unison. Control software and systems must be compatible with the Ion Beam Applications gantry rotation controls and software. 2). Blue Phantom Large volume acrylic water tank for particle beam dosimetry, to consist of the following: - scanning volume minimum (lxwxh) 480 mm x 480 mm x 410 mm - position resolution equal to or better than 0.1 mm - position accuracy equal to or better than 0.1 mm - position reproducibility equal to or better than 0.1 mm - maximum scanning speed 50 mm/s - slanted bottom - control unit and readout with maximum resolution 0.5 fA at 0.4 nA full scale; 5 fA at 40 nA full scale; 0.5 pA at 4 uA full scale - control unit and readout with full scale range: 0.4 nA / 40 nA / 4uA - control unit with ethernet interface - control unit bias voltage range at least 50 through 500 V (vii) DELIVERY All of the items described above shall be delivered FOB, as soon as possible, to: Hampton University Proton Beam Therapy Institute 40 Enterprise Parkway Hampton, VA 23666 (viii) PROPOSAL INSTRUCTIONS The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and is incorporated by reference into this RFP. (ix) EVALUATION OF PROPOSALS The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and is incorporated by reference into this RFP. Proposals will be evaluated on the following factors: Compliance with Government requirements, technical knowledge, past performance, and cost reasonableness. The factors are listed in descending order of importance, and the non-price factors, when combined, are significantly more important than price. The Government intends to use a trade off process to determine which quote offers the best value; therefore, Vendors are cautioned that a contract may not necessarily be made to the lowest priced quote. (x) REPS & CERTS Vendors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their proposals. (xi) STANDARD TERMS & CONDITIONS The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference into this RFP. (xii) STANDARD TERMS & CONDITIONS The clause at 52.212-5 DEVIATION, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items DEVIATION, applies to this acquisition and is incorporated by reference into this solicitation. (xiii) ADDITIONAL TERMS & CONDITIONS The following FAR and DFARS clauses apply to this acquisition and are incorporated by reference: 52.203-3 Gratuities APR 1984 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I OCT 1995 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 2010 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2008 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Dec 2008) (Deviation) 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees DEC 2004 52.222-50 Combating Trafficking in Persons AUG 2007 52.222-54 Employment Eligibility Verification SEP 200952.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.227-1 Authorization and Consent DEC 2007 52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement DEC 2007 52.229-4 Federal, State, And Local Taxes (State and Local Adjustments) APR 2003 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.242-13 Bankruptcy JUL 1995 52.247-34 F.O.B. Destination NOV 1991 52.253-1 Computer Generated Forms JAN 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Jan 2009) (Deviation) 252.225-7001 Buy American Act And Balance Of Payments Program JAN 2009 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.225-7012 Preference For Certain Domestic Commodities DEC 2008 252.225-7013 Duty-Free Entry OCT 2006 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.235-7002 Animal Welfare DEC 1991 252.235-7004 Protection of Human Subjects JUL 2009 252.239-7001 Information Assurance Contractor Training and Certification JAN 2008 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.246-7000 Material Inspection And Receiving Report MAR 2008 52.252-2 Clauses Incorporated By Reference (Feb 1998) 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://farsite.hill.af.mil/farsite_alt.html (xiv) SUBMISSION OF PROPOSALS Proposals shall be submitted electronically to Christine Sordillo via christine.sordillo@us.army.mil. All proposals shall be submitted by 4pm Eastern time on 24 August 2010. **Proposals will only be accepted electronically via the email address provided above. (xv) QUESTIONS Questions regarding this acquisition may contact the contract specialist, Christine Sordillo, at the above listed email address. Additional Info: US Army RDECOM CC Natick Contracting Division Contracting Office Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: CCRD-NA-SY, Natick Contracting Division Building 1, Kansas Street, Natick, MA 01760-5011 Point of Contact(s): Christine Sordillo, christine.sordillo@us.army.mil RDECOM Contracting Center - Natick R&D (RDECOM-CC)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/46669c29edae21b7139bf2e44019ce8a)
 
Place of Performance
Address: RDECOM Contracting Center, Natick Base Ops (RDECOM-CC) Directorate of Contracting, Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02250743-W 20100825/100823234844-46669c29edae21b7139bf2e44019ce8a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.