Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2011 FBO #3533
SOLICITATION NOTICE

W -- Precision X-Ray X-RAD 225Cx Image Guided Biological Irradiator Lease

Notice Date
7/26/2011
 
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
NCI-110087-MW
 
Archive Date
8/24/2011
 
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
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 6068, Rockville, MD 20852, UNITED STATES. Description The National Cancer Institute requires the following instrument. 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-110087-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. The National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Radiation Oncology Branch (ROB) intends to lease the brand name Precision X-Ray X-RAD 225Cx Image Guided Biological Irradiator. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. JUSTIFICATION FOR BRAND NAME: The lack of conformality associated with our current animal irradiators has limited the scope of questions that can be asked preclinically. Because of the lack of preclinical models for conformal radiation techniques, new technologies and treatment strategies are developed and adopted before an understanding of the long-term effects are known. By expanding our capability to evaluate questions about such effects, we will be able to evaluate relevant endpoints that can better inform the design and implementation of clinical trials involving radiation, particularly in combination with other investigative agents. The image guided, conformal irradiator requested herein will be the first of its kind at NIH and will advance the studies of radiobiology, radiation oncology, and radiation protection to beyond state-of-the-art and lead to numerous productive and valuable research collaborations that will develop data to improve outcomes for patients with cancer treated with radiotherapy. The Precision X-Ray X-RAD 225Cx is the only known instrument which meets all of the salient characteristics stated in the Statement of Work below. STATEMENT OF WORK I. Requirement: The contractor shall provide all labor, materials and equipment to lease with the option to purchase the brand name Precision X-Ray X-RAD 225Cx Image Guided Biological Irradiator. II. Salient Characteristics: The following salient characteristics apply to the X-RAD 225Cx: 1) A Unique Animal Stage: The animal is stationary, and the imaging and treatment apparatus revolves around the stationary subject. 2) Cross Platform Compatibility: The ability to accept fixtures from other modalities and keep the specimen immobilized. 3) The ability to have "birds-eye" imaging view through a treatment cone, which means that there is better confirmation of the treatment localization and faster positioning of specimens in non-3D treatments. 4) Control Point Treatment Methodology: As in clinical treatment systems, a multi-angle beam plan is implemented through an editable control point driven execution plan. Control point treatments can be easily generated and shared with other X-RAD225Cx users (or institutions). 5) A Multi-User searchable localized database which allows researchers to review data sets of images and treatment information by selected studies, which can then be sorted by several selection criteria including specimen name, event occurrences, and completion status. This sharable lab tool allows users to compile statistics on multi-animal or time/usage studies of the platform. 6) Flexibility and expansion capability: Many current users of the system are actively collaborating with users from other institutions to share common tasks such as Monte Carlo simulation and dosimetric characterizations of treatment cones. This collaborative effort is viewed by most users as an inherent support group only achievable by having a widely accepted common platform. It also speeds commissioning and characterization of a system, and is accelerating the development of cross-platform animal positioning fixtures, which can only be used with a stationary animal platform common to other imaging modalities (and the X-RAD225Cx). 7) Rotational gantry topology: Since the specimen remains stationary while the gantry moves, image coregistration is greatly simplified. 8) 360 degree rotational gantry to allow for a full range of beam orientations without repositioning or moving the animal. 9) The ability to image and/or treat multiple specimens simultaneously, with an open source treatment planning system. 10) A self shielded cabinet that can fit into a space no greater than90"h x72"w x 60"d (the actual dimensions of the 225 Cx is 87"h x 67"w x 51"d ). The cabinet must be shielded for 225 kV X-rays with exterior leakage less than 0.5mR/hr at cabinet surface which must meet safety requirements of US Federal Regulation 21 CFR 1020 for cabinet X-ray. The cabinet shall be suitable to for an animal facility with limited available space and without shielded walls. The 225Cx shall be is a fully shielded cabinet system providing (5) X-ray modalities; simple single axis conformal dose delivery, 3D conformal therapy, fluoroscopy, 2D and cone beam CT imaging. III. Lease: The lease is subject to the availability of FY2012 funds. 1. The lease shall include installation of the X-RAD 225Cx Image Guided Biological Irradiator system. The contractor shall provide the original equipment manufacturer's standard commercial warranty. 2. The contractor shall provide all maintenance and replacement parts necessary to maintain the equipment in operating order. Maintenance shall include all updates made by the Manufacturer to the software. 3. Title - During the lease term, the equipment shall always remain the property of the Contractor. The Government shall have no property right or interest in the product except as provided in this leasing agreement and shall hold the equipment subject and subordinate to the rights of the Contractor. 4. Title of the equipment shall transfer to the Government upon exercise of the option to purchase (if exercised). 5. Upgrades and Additions: The Government may affix or install any accessory, addition, upgrade, product or device on the equipment provided that such additions: a) can be removed without causing material damage to the product; b) do not reduce the value of the product, and c) are obtained from or approved by the Contractor, and are not subject to the interest of any third party other than the Contractor. Any other additions may not be installed without the Contractor's prior written consent. 6. Buy-Down - In the event the Government desires, at any time, to acquire title to the equipment leased hereunder, the Government may make one or more payments in addition to the scheduled lease payments to reduce: a) reduce the amounts of subsequent lease payments, b) are applied against future individual lease payments, c) reduce the term of the lease, or d) results in some combination of a, b, or c. 7. Expiration/Termination: a. Upon expiration of the lease or termination of the lease, the Government will return the equipment to the Contractor unless the Government by 30 days written notice elects either: (1) To purchase the equipment for the residual value, or (2) Exercise an option b. Within fourteen (14) work days after the date of expiration, non-renewal or termination of the lease, the Government shall, at its own risk and expense, have the equipment packed for shipment in accordance with the manufactory's specifications and return the product to the Contractor at the location specified by the Contractor in the continental U.S. in the same condition as when delivered, ordinary wear and tear excepted. Any expenses necessary to return the equipment to good working order shall be at the Government's expense. c. The contractor shall conduct a timely inspection of the returned equipment and within 45 days of the return, assert a claim if the condition of the product exceeds normal wear and tear. d. Equipment will be returned in accordance with the terms of the contract and in accordance with Contractors instructions. e. Software - With respect to software, the Government shall state in writing to the Contractor that it has: (1) deleted or disabled all files and copies of the software from the equipment on which it was installed; (2) returned all software documentation, training manuals, and physical media on which the software was delivered; and (3) has no ability to use the returned software. 8. Relocation - the Government may relocate products to another location with the Government with prior written notice to the Contractor. No other transfer, including sublease shall be made by the Government. 9. Risk of Loss or Damage - The Government is relieved from all risk of loss of damage to the product during periods of transportation, installation and during the entire time the equipment is in possession of the government, except when loss or damage is due to the fault or negligence of the Government. IV. Delivery: Contractor shall deliver the item within 14-16 weeks after award to: NIH/NCI Bethesda, Maryland 20892. The Contractor that receives the award will be provided with the complete mailing address and point of contact. Upon delivery, contractor must notify the NCI Contracting Officer's Technical Representative (COTR) to schedule the installation date and time. V. Installation: To be carried out by the manufacturer and shall occur within 10 (ten) days of delivery. VI. Acceptance: The date on which the Government accepts the product in the Commencement Date of the lease. For acceptance to occur, the product must operate in accordance with the product's published specifications and statement of work. Inspection and Acceptance shall be in accordance with FAR 52.212-4. VII. Period of Performance: 1. The period of performance for the lease shall commence on 15 DEC 2011, or the date of acceptance by the government, whichever is later, for twelve (12) months with four one-year option periods. No termination fees shall apply if the Government does not exercise an option. 2. If the Government exercises its option to extend the period of performance will be extended as follows and in accordance with the PRICING SCHEDULE FOR BASE AND OPTION PERIODS. Option Option Period Option Period One (1) 15 DEC 2012 - 14 DEC 2013 Option Period Two (2) 15 DEC 2013 - 14 DEC 2014 Option Period Three (3) 15 DEC 2014 - 14 DEC 2015 Option Period Four (4) 15 DEC 2015 - 14 DEC 2016 The Government has the option to buy the equipment for the price of $1.00 at the end of the final option period. 3.. Options a. Unless the Government exercises Option 1 pursuant to the Options Clause set forth herein, this purchase order will consist of the base period only. Pursuant to clause 52.217-9 set forth below, the Government may, by unilateral purchase order modification, require the Contractor to perform Option 1, Option 2, Option 3, and Option 4 to continue the lease of equipment as incorporated and defined in this purchase order. Option 1 must be exercised prior to exercising Option 2 and so forth. b. FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises it's options, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5.1 years. (End of clause) VIII. Option to Purchase: The Option to Purchase shall be exercised not later than sixty (60) days prior to the last day of the term of the lease. Written notice shall be made to the contractor sixty (60) days prior to the last day of the term of the lease. Payment of the purchase option shall be made upon receipt of an invoice at the address indicated in block 14 of this order. The government shall have option to purchase the equipment at the end of each option period at the price shown below: PURCHASE PRICE 1. Base Period: ending 14 DEC 2012 tiny_mce_marker_______________ 2. Option Period 1 ending 14 DEC 2013 tiny_mce_marker_______________ 3. Option Period 2 ending 14 DEC 2014 tiny_mce_marker_______________ 4. Option Period 3 ending 14 DEC 2015 tiny_mce_marker_______________ 5. Option Period 4 ending 14 DEC 2016 tiny_mce_marker_______________ The Government has the option to buy the equipment for the price of $1.00 at the end of the final option period. IX. Acceptance: Acceptance shall be the date on which the Government accepts the product in the Commencement Date of the lease. For acceptance to occur, the product must operate in accordance with the product's published specifications and statement of work. Inspection and Acceptance shall be in accordance with FAR 52.212-4. X. Payment: Payment shall be made as follows: 10% of line item 1, after delivery of the equipment 40% of line item 1, after installation of the equipment 50% of line item 1, after government acceptance of the equipment Payment for the lease shall be made monthly in arrears. Payment authorization requires submission and approval of invoice per the NCI Invoice & Payment Provisions. All contractors submitting a response to this solicitation shall complete pricing as shown in the schedule below and Item VIII above. PRICING SCHEDULE 1. Delivery and Installation of the 1 ea tiny_mce_marker__________ tiny_mce_marker__________ brand name Precision X-Ray X-RAD 225Cx Image Guided Biological Irradiator. BASE PERIOD: 2. Lease brand name Precision X-Ray 12 mo tiny_mce_marker__________ tiny_mce_marker__________ X-RAD 225Cx Image Guided Biological Irradiator. OPTION PERIOD 1: 3 Lease brand name Precision X-Ray 12 mo tiny_mce_marker__________ tiny_mce_marker__________ X-RAD 225Cx Image Guided Biological Irradiator. OPTION PERIOD 2: 4 Lease brand name Precision X-Ray 12 mo tiny_mce_marker__________ tiny_mce_marker__________ X-RAD 225Cx Image Guided Biological Irradiator. OPTION PERIOD 3: 5 Lease brand name Precision X-Ray 12 mo tiny_mce_marker__________ tiny_mce_marker__________ X-RAD 225Cx Image Guided Biological Irradiator. OPTION PERIOD 4: 6 Lease brand name Precision X-Ray 12 mo tiny_mce_marker__________ tiny_mce_marker__________ X-RAD 225Cx Image Guided Biological Irradiator. QUOTATIONS ARE DUE: August 9, 2011 at 11:00am EST. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR Clause 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (June 2008); FAR Clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (January 2011) WITH DUNS NUMBER ADDENDUM {52.204-6 (April 2008)}; FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (June 2010); FAR Clause 52.242-15 STOP WORK ORDER (August 1989) FAR Clause 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (January 2011). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition; FAR Clause 52.219-28 Post Award Small Business Program Representation FAR Clause 52.222-3 Convict Labor FAR Clause 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR Clause 52.222-21 Prohibition of Segregated Facilities FAR Clause 52.222-26 Equal Opportunity FAR Clause 52.222-36 Affirmative Action for Workers with Disabilities FAR Clause 52.225-1 Buy American Act-Supplies FAR Clause 52.225-5 Trade Agreements FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases Far Clause 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration FAR Clause 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels 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). Quotations must be received in the NCI-OA contracting office by 11:00 a.m. EST on August 9, 2011. Please refer to solicitation number RFQ-NCI-110087-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/NCI-110087-MW/listing.html)
 
Record
SN02511269-W 20110728/110726235742-8e683770398322ac99bf5a0f73db589f (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.