SOLICITATION NOTICE
66 -- Upgrade to Existing IBA (Scanditronix) RFA-300 Scanning Water Phantom
- Notice Date
- 5/22/2012
- Notice Type
- Presolicitation
- NAICS
- 334519
— Other Measuring and Controlling Device 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-120066-LG
- Archive Date
- 6/20/2012
- Point of Contact
- Laura Glockner, Phone: 3014968607
- E-Mail Address
-
laura.glockner@nih.gov
(laura.glockner@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive boulevard, EPS, Suite 600, Room 6070, Rockville, MD 20852, UNITED STATES Description The National Cancer Institute (NCI), Center for Cancer Research (CCR), Radiation Oncology Branch (ROB) plans to procure on a sole source basis an upgrade of its existing IBA (Scanditronix) RFA-300 Scanning water phantom to the brand name IBA Blue Phantom 2 system from IBA Dosimetry America, 3150 Stage Post Drive, Suite 110, Bartlett, TN 38133. This acquisition will be processed in accordance with simplified acquisition procedures as stated in FAR Part 13.106-1(b)(1). The North American Industry Classification System code is 334519 and the business size standard is 500 employees. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. The delivery date shall be 12 weeks from date of award. It has been determined that there is no opportunity to acquire green products or services under this contract. The Radiation Oncology Branch of the CCR treats cancer patients with radiation according to approved clinical protocols. All patients undergoing radiation therapy have a treatment plan calculated by a computer model which simulates the radiation dose distribution to be delivered to the target area. This simulation generates the dose distribution from a complex set of actual beam measurements and convolves them with anatomical image data from CT or MRI to generate a three-dimensional radiation dose distribution that a physician can use as the basis for a prescription. ROB currently utilizes the IBA (formerly Scanditronix) RFA-300 (S/N 504-017). This model has been superseded, replacement parts are difficult to find, and the scanning software has reached the end of its lifecycle. The purpose of this procurement is to upgrade this phantom to the current production model, the brand name IBA Blue Phantom-2. IBA Dosimetry America is the only known contractor that can provide and install the required upgrade to the existing IBA RFA-300 Scanning Water Phantom. The IBA Blue Phantom-2 upgrade possesses the following salient characteristics: a. The scanning volume shall be at least 480mm x 480mm x 410mm (l,w,h). b. The exterior volume of the tank shall be at least 675mm x 645mm x 560mm (l,w,h). c. The positional resolution shall be ≤ ±0.1mm. d. The positional accuracy shall be ≤ ±0.1mm. e. The positional reproducibility shall be ≤ ±0.1mm. f. Positional accuracy, resolution and reproducibility shall be determined via magnetostrictive sensors and shall be certified over the entire scan range. g. Long-term positional accuracy shall be certified by laser calibration over the operational lifetime of the phantom. h. Scanning control shall use DC motors for continuous scanning. Maximum scanning speed shall be at least 50mm/sec. Scanning via stepping shall also be possible. i. A validated 4-point micro leveling frame on the top of the tank shall be provided for precise leveling of the scanning mechanism separate from the water tank. j. A compact Common Control Unit (CCU) shall provide for full software control of the Controller and Electrometers. The Contractor shall either utilize an existing, compatible Government owned CCU or provide a CCU which meets the specifications described in sections k through p below. k. The full scale range shall be selectable at 0.4 nA, 40 nA and 4 uA. l. The maximum resolution of the CCU shall be 0.5 fA at 0.4 nA full scale, 5 fA at 40 nA full scale and 0.5 pA at 4 uA full scale. m. Leakage current shall typically be less than 1 fA. n. The CCU time constant shall be 20 msec or less. o. The electrometers shall permit the independent, simultaneous use of ionization chambers and solid state detectors (diodes). Bias voltage shall be adjustable in each channel from ±50 V to ±500 V. p. An RS-485 trigger interface shall be provided. q. Communications connection between the CCU and the control computer shall utilize existing network infrastructure via Ethernet, (100BaseT or greater). r. A universal detector holder shall be provided. s. Controller software shall provide: - Modern software based on latest technology. - Significantly simplified setup. - Easy and flexible queue handling. - Modern user interface and advanced graphics. - Support of major national, international and industry protocols and a complete library of mathematical interpolating and smoothing functions. - Undo / Redo. - Auto-Save function. - Comments and help bubbles. - Highlights discrepancies prior to measurement. - Easy & fast queue creation (Multiple Edit, copy/paste, filtering). - Filtering + sorting base for grouping scans and optimization of queues. - Functions for modify, extend and exchange queues. - Import of RFQ files (queue files). - 1D, 2D and 3D data views. - Online display of the measurements. - Controller panel for easy connection to the CCU. - Online data analysis for each scan in the data analysis panel. - Electron and photon depth curves/profiles. - TPR/TMR. - Isodose / Array calculation. - Mathematics: add, multiply, subtract and divide curves. - Complete set of data modification tools, e.g. Rescale, move, mirror. - Creation and export of tables. - Appropriate data archiving. - Customized print templates. t. A Linear Detector Array (LDA) shall be provided with the following characteristics: - Shall utilize Hi-pSi diode detectors with a 2.0 mm active area. - 99 detectors shall be provided, spaced 5mm apart, center-to-center. - Detector sensitivity shall typically be 35 Gy/nC with an effective point of measurement of <1mm. - The detector shall be indexed to position at angles of 0°, 45°, 90° and 135° relative to the scan axis. u. A separate Water Reservoir with the following features shall be provided: - A bi-directional pump with a maximum flow rate of 20 l/min. - A water storage capacity of 220 l, with an empty weight of 70 kg. v. A Lift Table with the following features shall be provided: - The lift shall be electrically controlled with a vertical range of 660mm to 1160mm. - An adjustable tilt of up to 20mm shall be provided. - A horizontal adjustment range of 15mm, as well as up to a ±5° rotation in the X-Y plane shall be provided. - Lift stabilization feet which span the accelerator turntable shall be provided. w. A Treatment Planning System (TPS) interface shall be provided to a Government specified TPS. The interface shall both generate queue of the necessary scans required for the selected TPS as well as reformat the scanned date for direct importation by that TPS. x. Two 0.13cc ionization chambers shall be provided for photon measurements. The chambers shall be waterproof, fully guarded and vented through a waterproof sleeve. y. One Roos-type 0.4cc parallel plate ionization chamber shall be provided for electron measurements. The chamber shall be waterproof, fully guarded and vented through a waterproof sleeve. This is not a solicitation for competitive quotations. However, if any interested party believes they can meet the above requirement, they may submit a statement of capabilities. All information furnished must 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 Office of Acquisitions on or before 11:00 AM EST on June 5, 2012. No electronic capability statements will be accepted (i.e. email or FAX), and original and one copy must be sent to the NCI Office of Acquisitions at the address stated above. All questions must be in writing and can be faxed (301- 402-4513) or emailed to Laura Glockner, Contract Specialist at laura.glockner@nih.gov. 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 and 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 solicitation number NCI-120066-LG on all correspondence.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/NCI-120066-LG/listing.html)
- Record
- SN02755529-W 20120524/120523000727-0f9fe963996528be9447ca2fb0a76d94 (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 |