DOCUMENT
J -- 630-14-2-460-0018 ANNUAL QC & CALIBRATION OF ALL X-RAY UNITS - Attachment
- Notice Date
- 6/4/2014
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;James J. Peters VA Medical Center;Network Contracting Office 3 (10N3NCO);130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- VA24314Q0528
- Archive Date
- 6/4/2014
- Point of Contact
- Aleta Jennette-Contract Specialist
- E-Mail Address
-
Aleta.Jennette@va.gov
(aleta.jennette@va.gov)
- Small Business Set-Aside
- N/A
- Award Number
- VA243-14-P-2727
- Award Date
- 5/5/2014
- Awardee
- MEDICAL PHYSICS OF NEW JERSEY, INC.;25 SANDALWOOD DR;EDISON;NJ;088201231
- Award Amount
- $47,904.00
- Description
- A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS Table of Contents SECTION A2 A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS2 A.2 52.213-2 INVOICES (APR 1984)31 A.3 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012)31 CONTRACT ADMINISTRATION DATA (Continuation from Standard Form 1449, block 18A.) 1. Contract Administration: All contract administration matters will be handled by the following individuals: A. CONTRACTOR:Medical Physics of NJ 25 Sandalwood Drive Edison, NJ 08820 Samantha Bunsee (718) 815-6807 sbunsee@petroneassoc.com DUNS: 146663872 TIN: 223631666 B. GOVERNMENT:Aleta Jennette 2094 Albany Post Road Montrose, NY 10548 (914) 737-4400xt2068 or email at Aleta.jennette@va.gov 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X]52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration, or 3. INVOICES: Invoices shall be submitted in arrears in accordance with: a. 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) b. UPON ACCEPTANCE OF ITEMS c. Reference PO IFCAP: 630-C40256 on all invoices to avoid delay in payment. 4. GOVERNMENT INVOICE ADDRESS: All invoices from the contractor shall be submitted electronically in accordance with 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) FACSIMILE, E-MAIL, AND SCANNED DOCUMENTS ARE NOT ACCEPTABLE FORMS OF SUBMISSION FOR PAYMENT REQUESTS. For assistance setting up e-Invoice, the below information is provided: * OB10 e-Invoice Setup Information: 1-877-489-6135 * OB10 e-Invoice email: VA.Registration@ob10.com * FSC e-Invoice Contact Information: 1-877-353-9791 * FSC e-invoice email: vafsccshd@va.gov Vendor inquires: Toll Free Number 1-877-353-9791 E-mail Address: www.fsc.va.gov/fsc/vendors.htm SCHEDULE OF SUPPLIES/SERVICES AND PRICES/COSTS (SF 1449, Continuation of Blocks 19 - 24) Contractor shall provide the following products for the NY VAMC, 423 East 23rd Street, New York, NY 10010-5011. All Furniture shall be delivered FOB Destination and be received by the VA within 30 days after receipt of award. The applicable North American Classification System (NAICS) Code for this requirement is 811219 and the small business size standard is 500 Employees. The following items are known to meet the VA's needs. Vendor shall provide testing for the following : Introduction/Background The VA New York Harbor Healthcare System is dedicated to providing quality health care to veterans using the abilities of all employees supported by our commitment to education and research. We are recognized locally, regionally, and nationally as a leader in quality patient care, positive customer service, medical/allied health education, health-related research and employment opportunities. We seek to be the provider of choice of veterans and the community by offering an efficient, integrated quality health care system capable of providing a full range of primary, specialty and chronic health care services in a system that is readily accessible and responsive to change. Our key business drivers are quality, financial integrity, patient satisfaction and employee satisfaction. Because of potential hazards involved in the use of radioactive materials, the VA recognizes the need for a Radiation Safety Program. The program is intended to protect personnel from unnecessary radiation exposure, to prevent contamination of our natural resources and to meet the state and federal regulations governing the possession and use of radioisotopes. Radiation can be an invaluable tool in healthcare and research and properly used can provide great benefits to mankind with little or no attendant risk. However, improper use can bring risk of high radiation exposure resulting in chronic illness, injury or even death. The key objectives of the Radiation Safety Programs are: "To make every reasonable effort to maintain radiation exposures, and releases of radioactive material in effluents to unrestricted areas As Low As is Reasonably Achievable (ALARA). The concept of ALARA is applied taking into account the state of technology and the economics of improvements in relation to benefits to the public health and safety, and other societal and socioeconomic considerations "To ensure control of the possession and use of "Sources of Radiation" in VA operations, research and operating programs to minimize, insofar as practicable, hazards to personnel and loss of property arising from the use of such materials "To ensure compliance with all Federal, State and local laws covering the use of such materials, machines and devices. Objectives/Requirements Attached are the specifications regarding: (1) qualifications of the contractor physicists, (2) records and reports of the QC of each unit to include QC tests of diagnostic units,(4) patients' dose calculations, (5) QC tests of linear accelerators, and finally in section (6) models and number of diagnostic x-ray units, linear accelerators and number of lead aprons provided. Essential specifications: 1.The contractor must be knowledgeable regarding the JCAHO and New York State, New York City, FDA, ACR, AAPM standards for quality control of the X-Ray units and linear accelerators. 2.The contractor must be board certified by the American Board of Radiology (ABR) or the American Board of Medical Physics (ABMP) for diagnostic and radiation therapy. 3.The contractor must provide necessary information as described in section (1) for the VA panel to assess the qualification of the contractors. 4.The contractor must have liability insurance. 5.The QC report must contain information that is described in section (2) of the attachment. It is essential that the contractor follows reporting format as described in section (2). It is also essential that all described tests as indicated in section (3) and (4) for each unit be included in the report plus any other recommended tests e.g. recommendations from FDA, New York State, AAPM or ACR. All parameters and a brief explanation of each test must also be included in the reports. Three copies of the report must be provided by the contractor. One copy is to be sent to the Chief of the Service in which the X-ray units have been inspected, the second copy must be sent to the Radiation Safety Officer (VA Physicist) and a third copy is to be sent to the Chief, Biomedical Engineering. 6.The contractor must notify the RSO of his inspection schedule at least two weeks in advance. 7.The contractor must notify the Chief of the service (or his representative) and the RSO regarding any non-compliance items immediately after the inspection of the equipment when a unit output exposure level is above regulatory standards. 8.Four of the diagnostic inspections and the annual calibration of the linear accelerator must be conducted in the presence of the RSO, VA's Health physicist. 9.The reports will be reviewed by the VA RSO and the contractor must willingly answer any questions that the RSO has regarding the contractor's report. 10.Annual therapy survey should be coordinated with the current medical physicist who works in the Radiation Therapy Service. 11.The contractor is responsible for providing all calibration, scanning, and survey equipment necessary for the successful completion of the work detailed in the "Scope of Services". 12.The contractor must be available during the JCAHO visit. In this case a separate purchase order will be issued for the contractor. 13.The contractor must be available when radiology service needs the contractor for different physics activities such as shielding assessment and QC of the new unit. In this case a separate purchase order will be issued for the contractor. Qualifications of the contractor: 1.Qualification of the supervisor(s) of the group includes: a.Number of years' experience in performing the annual QC of linear accelerator and QC of the X-ray units. b.Copy of certificate and educational degrees. c.Reference letters from the Chief of Radiology and the Radiation Therapy service regarding the supervisor (s) annual calibration of X-ray units and linear accelerators. d.Indicate % of the time that the supervisor(s) are physically present during the annual QC of linear accelerator and X-ray units. (Note that the % of the time that supervisor spends physically at the site during QC will be monitored by the VA staff; any deviation from the contractor's statement will result in termination of the contract.) e.Indicate the current protocol that will be followed for QC of the linear accelerators and testify that the contractor has in his possession proper equipment to perform the procedures; this includes the list of the equipment.) f.Copies of the previous annual QC of linear accelerator, RF room and CT scan. Reporting and Recoding: The final written report must include: a. Date of inspection. b. Location of the X-ray unit (room number) and service/department. c. Manufacturer, model number, and serial number of the X-ray machine. d. Manufacturer, model number, and serial number of the tube. e. Brief explanation of each procedure of the QC test and parameters used. f. Brief explanation of all generated data or calculated results. g. Any advice regarding the JCAHO, New York State and Food and Drug Administration (FDA), American College of Radiology (ACR) standards, and AAPM (American Association of Physicist in Medicine) must be recorded in the summary of the report. h. Any non-compliance item, which is compared with the JCAHO, New York State and New York City, FDA, ACR and AAPM standards must be recorded in the summary of the report. i. List of measuring equipment and date of calibration. j. Provide a posting table of patient's dose for each technique and skin entrance exposure dose to be posted in each room. k. Three copies of the report must be provided by the contractor. One copy is to be sent to the Chief of the service in which the X-ray units have been inspected, the second copy must be sent to the Radiation Safety Officer and a third copy is to be sent to the Chief, Biomedical Engineering. l. A table of the X-Ray units and the date of the inspection of each unit (similar to the attached table). See section (6). 1. Specifications of Quality Control Tests of Diagnostic Units 1.A. The following tests shall be performed on radiographic fluoroscopic units and portable X-ray units. 1. Collimator Field Size Indicator. 2. Light Field/X-Ray Field Alignment 3. SID Indicators. 4. X-Ray Field/Image Receptor Alignment. 5. Light Intensity of Field Localizing System. 6. Positive Beam Limitation (PBL). 7. Focal Spot Determination. (If it is required by City or State.) 8. KvP Accuracy from minimum used to maximum KvP used. 9. Timer Accuracy for 10, 20, 50, 100, 200, 500 mSec 10. Exposure Reproducibility. 11. mA Linearity. 12. Half-Value Layer (HVL). 13. Measure output (mR/mAs) at several KvPs in accordance with AAPM report # 25. Provide a characteristic output curve (mR/mAs) verses KvP for each diagnostic unit. 15. Comparison of measured output (mR/mAs) with the previous year and note of any discrepancy and provides suggestions according to the discrepancy. 14. Determine the dose to each radiation effected organ and Cancer Determination Index. (The contractor may use reference No.1.) 15. Provide a posting table of determined dose in step 14 for each technique which is used. The table will be posted in each room. Systems with AEC 14. Exposure reproducibility of Fluoro. 15. Density Control Performance. 16. Field sensitivity matching. 17. Measure high contrast special resolution for all field of views and all available modes, e.g. continuous pulse/ digital modes. 18. Measure low contrast minimum detectable hole size. 19. Fluoro entrance exposure rate in: manual mode for different KvPs and automatic mode or any other available mode such as pulse mode/and or digital mode at different available field of views for: Small adult (pediatric), average adult, large adult and heavy patient. 20. Provide a posting table of measured entrance exposure rate level to be posted in the RF room. 20. Compare exposure rates levels with the previous year and note of any discrepancy and provides suggestions according to discrepancy. 21. Determine lead aprons integrity and make sure that necessary lead aprons, gonad leaded aprons or other are available in the room. Each lead apron should be labeled with room number, date of checks and also recorded on a hard copy for the department. 22. Report and record all non-compliance items. 23. Any other tests required by City or State. [1] Marvin Rosenstein, Ph.D. Handbook of Selected Tissue Dose for Projections Common in Diagnostic Radiology, U.S Department of Health And Human Services, December 19, 1998. 1.B. VARIOUS SAFETY CHECKS that shall be checked in each diagnostic X-ray room. a. Visual inspection of cables, connectors, etc. b. Fluoroscopic lead drapes. c. Warning light over entrance door. d. Door interlock- entrance door. e. Door interlock- control booth door. f. Radiographic tube locking devices. g. Collimator light. h. Console panel lights. i. Controls. j. Table controls movements and locks. k. Bucky trays. l. Fluoroscopic carriage movement and locks. m. Review the technologists' QC logbook. 1.C. Fluoroscopic and Cine imaging equipment. The contractor is expected to conduct, perform and report the following tests. 1. X-Ray field -Image Intensifier Alignment. 2. KvP, Accuracy from 50 KvP to maximum available KvPs. 4. Half-Value Layer. 5. Fluoro entrance exposure rate in: manual mode for different KvPs and automatic mode or any other available mode such as pulse mode/and or digital mode at different available fields of views for: Small adult (pediatric), average adult, large adult and heavy patient. 6. Provide a posting table of measured entrance exposure rate level to be posted in the RF room. The post shall include specification of the unit, room number, department and exposure rates and signature of the physicist. 7. Compare exposure levels with the previous year and note of any discrepancy and provides suggestions according to discrepancy. 8. Fluoroscopic Image Evaluation: 8.a Measure high contrast special resolution for all fields of views and all available modes, e.g. continuous, pulse/ digital. 8.b Measure low contrast minimum perceivable hole size. 1.D. Dental Units: Intraoral, Panoramic and portable. 1. Minimum source Skin Distances 2. Radiation beam restricted device. 3. Labeling cones or apparatus for different restricted beam devices 4. HV layers for all available units. 5. Patient exposure related to our film types. 6. Provide a posting table showing patient's exposure for all units. 7. Mechanical support. 8. Availability of lead aprons. 9. Review of film processor. 1.E. Listed below are tests that the Contractor shall perform on the computerized Tomography (CT SCANNERS) on an annual basis. 1. CT number accuracy of water, image noise, image uniformity. 2. Image slice thickness and slice sensitive profile. 3. Slice position accuracy. 4. CT number scale accuracy. 5. Hard copy device. 6. Dose profile width. 7. Spatial resolution. 8. Low-contrast sensitivity. 9. Patient's dose: CTDI w for head, adult and pediatric abdomen. 10 Determine CTDI vol: for available pitch and compare it with the manufacturor CTDI vol, and note any discrepancy. See reference [2] 11- Determine: DLP(mGy-cm) for several exams such as: head, chest, abdomen & pelvis. 13- Calculate effective dose for pediatric and adult body. See reference [2] 16. Scan Protocols. 17. Review of the technologists' logbook. 18. The QC of all CTs must be performed in accordance with ACR requirements. ACR phantom must be used. Reference[2]: Report of AAPM Task Group 23, "The Measurement, Reporting, and Management of Radiation Dose in Ct", January 2008. 1.F. Quality Control in Mammography shall be performed by the contractor on an annual basis which is listed below. (In accordance with FDA.) 1. Mammographic Unit Assembly Evaluation. 2. Collimation assessments. 3. Focal spot size measurement 4. KvP accuracy and reproducibility. 5. Beam quality (Half value). 6. Automatic exposure control. 7. Uniformity of screen speed. 8. Breast entrance exposure and average glandular dose. 9. Image quality evaluation. 10. Artifact evaluation. 11. Review of the technologist's QC logbook. 12. Perform necessary tests as required by ACR, FDA Note! Image quality evaluation for digital mammography must be performed in accordance with the manufacturer. 1.G. Tomo-graphic Tests 1. Tomographic cut level. 2. Tomographic cut thickness. 3. Uniformity of exposure. 4. Resolution plane of cut. 6. All other tests as described for radiographic tests. 1.H. Shielding Integrity of Lead Aprons Shielding integrity of lead aprons, lead gloves and lead collars throughout the hospital must be determined by the contractor. Defective aprons must be reported to the responsible service for disposal. Aprons which have passed the test must be labeled, with the date of test, name of service, room # and initial of the contractor. The contractor is expected to provide a list of lead aprons throughout the hospital. This report includes number of aprons gloves and collars in each room. Estimated total number of lead aprons, whole bodies, collars and gloves: 300 2.Calculation of Entrance Exposure Dose and Organ Dose "This inspection should include the calculation of a patient's entrance exposure dose and a patient's organ dose for all procedures performed in each X-ray room. A posting table of absorbed dose for each technique must be provided for each unit. "Recent diagnostic units such as: CT, C-arm, Radiography and portable digital X-rays have a feature on which the dose to patient is given. This information is given by the Dose Area Product and or by the Dose to the patient. The contractor is expected to compare the dose values on each unit with his measurements. 3.Linear Accelerators 3.A The Annual Calibration of Linear Accelerators must be performed in accordance with the current published protocols accepted by nationally recognized bodies. Calibration is limited to but subject to change as current published protocols are updated. l. X-ray/electron output calibration constancy. 2. Field size dependency of x-ray output constancy. 3. Output factor constancy for electron applicators. 4. Central axis parameter constancy (PDD<TAR). 5. Off-axis factor constancy. 6. Transmission factor constancy for all treatment accessories. 7. Wedge transmission factor constancy. 8. Monitor chamber linearity. 9. X-ray output constancy vs. gantry angle. 10.Electron output constancy vs. gantry angle. 11.Off-axis factor constancy vs. gantry angle. 12.Arc mode. Mechanical testing listed below shall be performed by the contractor on an annual basis. l. Localizing lasers. 2. Distance indicator (ODl). 3. Light/radiation field coincidence. 4. Gantry/collimator angle indicators. 6. Tray position. 7. Applicator position. 8. Field size indicators. 9. Cross-hair centering. 10.Treatment couch position indicators. 11.Latching of wedges, blocking tray. 12.Jaw symmetry. 13.Field light intensity. 14.Collimator rotation isocenter. 15.Gantry rotation isocenter. 16.Couch rotation isocenter. 17.Coincidence of collimator. 18.Gantry, couch axes with isocenter. 19.Coincidence of radiation and mechanical isocenter. 20. Table top sag. 21.Vertical travel of table. Safety tests listed below shall be performed on an annual basis by the contractor. 1. Door interlock. 2. Audiovisual monitors. 3. Emergency off switch. 4. Wedge, electron cone interlocks. 5. Follow manufacturers test procedures. 3. B Specification of the current Linear accelerators: (1) Siemens Oncor Expression Photons: 6 MV and 10 MV Electrons: 6 Mev, 9 MeV 12 MeV, 15 MeV, 18 MeV and 21 MeV, (2) Varian, TrueBeam STX: Photons: 6 MV and 10 MV and 15 MV Electrons: 6 Mev, 9 MeV 12 MeV, 15 MeV, 18 MeV In addition Multi-leaf Collimator, Digital Portal Imager,. IMRT Capability, Patient Positioning Lasers, Pinnacle (ADAC) Integrated Treatment Planning System, Impac (version 8.3) Record and Verify System. (2) VARION/True Beam 6FFF, 10FFF and 15 MV, Electrons 6,9,12,15,18, 21 Mev (2.a) Required training of VARION Operation: The following is a ROUGH outline of what is needed for TrueBeam Operation Training Required for TrueBeam Annual QC. 1)Operation of TrueBeam in Service mode. The service mode for the TrueBeam is much different from previous CLINAC's a.Beam loading and delivery b.Loading and delivery of MLC files, EDW plans, etc. c.Imaging d.Operation of Respiratory Gating System e.Knowing what not to change is very important 2)Operation of TrueBeam in Treatment Mode a.Delivery of select QA plans b.QA mode 3)Operation of all mechanical technology a.Gantry, collimator, couch movements b.Operation of OBI and MV detector elements c.Operation of Brainlab EXACTRAC system d.Accessory elements (electron cones, cone mount, etc) e.Respiratory gating camera The QC of all CTs must be performed in accordance with ACR requirements. ACR phantom must be used. 4.MRI The QC of MRI, Siemens/Symphony 1.5 Tesla must be performed in accordance with ACR requirements. 5.Nuclear Medicine Cameras Two Nuclear Medicine Cameras, SMV DST-XLE and GE-Infinia must be checked in accordance with the AAPM protocols. Place of Performance Services will be provided at the Radiation Safety Service located at VA NY Harbor Healthcare System Brooklyn Campus 800 Poly Place Brooklyn, NY 11209 Compliance The contractor(s) will be compliant with the Joint Commission Accreditation of Health Care Organization (JCAHO) and the VA Medical Center Regulations. Information Security and Privacy The contractor(s) will complete all NYHHS mandatory training which include but not limited to the following: 1.CO Compliance and Business Integrity(CBI) Awareness 2.VA privacy and Information Security Awareness 3.Privacy and HIPAA Training Billing/Payments The Radiation Safety Service shall establish and maintain a record keeping system that will record the hours worked by the contractor employee(s). Contractors shall report to the COR or designee upon arrival at the facility. Invoices must be submitted to the COR delegated to this contract as well as submitted elsewhere as directed on the approved contract. The COR or designee will maintain all invoices and will review them for accuracy prior to payment. Contractor will be paid monthly, in arrears by certified invoice, after receipt of proper invoice. Invoice must reference the contract number and purchase order number, and contain the remittance name and complete address, including telephone number. Security Clause Contractor Personnel Security Requirements All contractor employees who require access to the Department of Veteran's Affairs computer systems shall be subject of a background investigation and must receive a favorable adjudication from the VA office of Security Investigation Center prior to contract performance. This requirement is applicable to all subcontractor personnel requiring the same access. If the investigation is not completed prior to the start date of the contract, the contractor will be responsible for the actions of those individuals they provide to perform work for the VA. Position Sensitivity - The position has been designated as LOW RISK Background Investigation - The level of background investigation commensurate with the required level access is NACI Contractor responsibilities The contractor shall bear the expense of obtaining background investigations. If the investigation is conducted by the Office of Personnel Management (OPM), the contractor shall reimburse the VA within 30 days. The contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a US citizenship and are able to read, write, speak and understand the English language The Contractor shall submit or have their employees submit any required forms from the VA Office of Security and Law Enforcement within 30 days of receipt. Dress Code Dress code for contractor employees shall follow hospital policy. ServiceLocationUnitManufacturerPrice ROM # Model 1Cardiology10-213FluoroSiemens Coroskop 2Cardiology10-215FluoroOEC EPA LabC-arm9600 3Dental BkI-1043IntraoralPlanmeca 4Dental BK10 New X-ray tube Intra oral 5Dental BKI-403PanoramicPlanmeca- promax 6Dental BKService PortableGendex 7Dental BKServicePortableGendex 8Dental St. A-271PanoramicPlammeca promax 9Dental St. A-271IntraoralSiemens 10Dental St.3 New Intraoral 11Dental St. PortableGendex 12GI4-301FluoroPhilips C-arm 13Nuclear2.nd floorSPECTInfina/GE Med CTHawkeya 14OR FluoroPhilips C-armBV PULSERA 15OR FluoroPhilips C-ArM Veradius 16Radiology7th fl.MammoGE Seno DMR 17Radiology CT Toshiba Main BldAcq. 32.1 16 Slice 18Radiology3Radiograph Picker ChestGE 19Radiology3-166SiemensArtis Zee Artis Zee 20Radiology8RadiographyGE Rad.Advantx 21Radiology8FluoroGE Advanta 22Radiology9RadiographyGE Rad 23 9FluoroGE 24Radiology10RadiographyGE RadAdvantx 25RadiologyPort.PortableGE No.1EmergencyAMXIV Plus 26RadiologyPort.PortableGE No.2RadiologyAMXIV 27RadiologyPort"" No.3 28RadiologyPort"" No.4 29RadiologyPortable"" No.5in st. Albans 30RadiologyPortable"Carestream Digital #1 31RadiologyPortable"Carestream Digital #2 32RadiologyCTToshiba Aquilion 64 Slice 33RadiologyOPRadiographyPicker Rad MTX G-723 34RadiologyOP ChestRadiograPicker G-723 35Rad, SA4-A359DigitalPhilips DigitalRadiography 36TherapySimCT SimPhilips Brilliance Big Bore 37UrologyOPFluoroPhilips C-ArmBV300 38Radiology MRISiemens/SymphonySiemens 39LINACSimens ONCOR6 and 10 MV PhotonsElectrons 6,9,12,15,18, 21 Mev 40Nuclear MedSMV DST-XLE 41Nuclear MedGE-Infinia 42LINACVarion/ True Beam6FFF, 10FFF and 15 MVElectrons 6,9,12,15,18, 21 Mev Lead Aprons300 piecesTwo days work Note Item 4 contain 10 X-ray units for dental (intra Oral) Note Item 10 contain 4 X-ray units for dental (Intra-Oral) + Annual QC of MRI and Two Nuclear Medicine Cameras. The QC of all CTs must be performed in accordance with ACR requirements. ACR phantom must be used. The QC of MRI, Siemens/Symphony 1.5 Tesla must be performed in accordance with ACR requirements. Two Nuclear Medicine Cameras, SMV DST-XLE and GE-Infinia must be checked in accordance with the AAPM protocols. Training Required for TrueBeam Annual QC. 1)Operation of TrueBeam in Service mode. The service mode for the TrueBeam is much different from previous CLINAC's a.Beam loading and delivery b.Loading and delivery of MLC files, EDW plans, etc. c.Imaging d.Operation of Respiratory Gating System e.Knowing what not to change is very important 2)Operation of TrueBeam in Treatment Mode a.Delivery of select QA plans b.QA mode 3)Operation of all mechanical technology a.Gantry, collimator, couch movements b.Operation of OBI and MV detector elements c.Operation of Brainlab EXACTRAC system d.Accessory elements (electron cones, cone mount, etc) e.Respiratory gating camera TOTAL $47,904.00 All Items to be delivered to: VA New York Harbor Healthcare System Brooklyn Campus 800 Poly Place New York, NY 11209-7104 Delivery shall be coordinated with Esfandiar Sarfaraz - 212-686-7500 x6285. Any Merchandise should be delivered during normal working hours, between 7:30am and 4:00pm, Monday through Friday. Terms of Warranty: The Contractor warrants that the items will be free from defects from materials and workmanship under normal use for a period of not less than one (1) year for equipment defined herein. Contractor will replace or repair equipment if necessary to the satisfaction of the Government. Contractor shall provide a copy of the written warranty upon acceptance of the equipment. A.2 52.213-2 INVOICES (APR 1984) The Contractor's invoices must be submitted before payment can be made. The Contractor will be paid on the basis of the invoice, which must state (a) the starting and ending dates of the subscription delivery, and (b) either that orders have been placed in effect for the addressees required, or that the orders will be placed in effect upon receipt of payment. (End of Clause) A.3 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA's Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) A.1 52.213-2 INVOICES (APR 1984) The Contractor's invoices must be submitted before payment can be made. The Contractor will be paid on the basis of the invoice, which must state (a) the starting and ending dates of the subscription delivery, and (b) either that orders have been placed in effect for the addressees required, or that the orders will be placed in effect upon receipt of payment. (End of Clause) A.2 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA's Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/Awards/VA243-14-P-2727.html)
- Document(s)
- Attachment
- File Name: VA243-14-P-2727 VA243-14-P-2727_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1403339&FileName=-3757.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1403339&FileName=-3757.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA243-14-P-2727 VA243-14-P-2727_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1403339&FileName=-3757.docx)
- Record
- SN03385940-W 20140606/140604235658-8f9300fbb7a09e905ee900aa6b34428c (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 |