DOCUMENT
65 -- 3D Water Tank/Sun Nuclear/DCOS - Attachment
- Notice Date
- 2/13/2015
- Notice Type
- Attachment
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Caribbean Healthcare System;Administrative Building;#10 Calle Casia Suite #4M440;San Juan PR 00921-3201
- ZIP Code
- 00921-3201
- Solicitation Number
- VA24815Q0757
- Response Due
- 2/20/2015
- Archive Date
- 3/2/2015
- Point of Contact
- Israel Rodriguez
- E-Mail Address
-
641-7582,
- Small Business Set-Aside
- Total Small Business
- Description
- 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. The solicitation number is VA250-15-Q-0757 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. This is a small business set-aside and the associated NAICS code is 334519 and small business size standard is 500 employees. The requirement is for 3D Scanner, components and training. This is a VA Caribbean Healthcare System, San Juan, PR requirement and shall be FOB destination to Hillsborough, NJ. Delivery required within 90 days after contract award including customer training coordination. Delivery location for components at VA Cargo Consolidation Point Warehouse Location is: 152 ROUTE 208 SO. B-15 HILLSBOROUGH, NJ 08844 Network Contracting Office (NCO) San Juan, PR requires the following items, brand name or equal: Contract Line Item Number 1 - Sun Nuclear Item 1230000-0; 3D Scanner (BNC). Relative dosimetry cylindrical 3D water scanning system. Ring drive mechanism positions detector in any relevant 3D location, making the detector axis always perpendicular to the profile scanning direction. One year hardware and software warranty. One day installation and setup included. System includes: 1. Museum quality PMMA tank resists deformation with 686mm outside diameter, 600mm system height, 13mm wall thickness, 19mm bottom thickness, 37kg weight. 2. Electrometer with industry leading specifications including dual independent measurement input channels. 3. Multi-functional hand pendant. 4. One detector holder kit. 5. SNC Dosimetry software with unlimited workstation software license with comprehensive functionality including automatic beam center location, leveling accuracy verification, and pre-defined editable scanning scripts. 6. RTP export interface with TPS, 1, EA. Contract Line Item Number 2 - Sun Nuclear Item 123000-2; 3D Reservoir Water reservoir for Sun Nuclear 3D SCANNER system. Includes bi-directional pump. Prepared for TPR option. 1 EA. Contract Line Item Number 3 - Sun Nuclear Item 1230000-3; 3D MiniLift 3D SCANNER electronic lift table with 50cm vertical travel and vertical stability better than 1.0mm over two days with full tank and at maximum lift height. Legs fold inward to compact size for easy portability. When extended legs fully clear all common Linac floor mounted couch disks improving setup quality and eliminates the risk of tank-shift when the couch disk is stepped on, 1, EA. Contract Line Item Number 4 - Sun Nuclear Item 1230000-9; 3D SCANNER TPR Option Interfaces with 3D SCANNER to perform TPR measurements. Includes TPR measurement software integrated into 3D SCANNER software, holder for ultrasonic sensor and reference detector for attachment to linac head, 1, EA. Contract Line Item Number 5 - Sun Nuclear Item 1230000-9; WP PROFILER Water-Proof PROFILER linear diode detector array for use with 3D SCANNER. Interfaces with 3D SCANNER software for real-time measurement of therapy beams. Includes holder for attachment to 3D SCANNER., 2, EA. Contract Line Item Number 6 - Sun Nuclear Item TRNG-T1; Customer Training One day on site product training. Includes one full day of in depth product training by a qualified Sun Nuclear representative. Refer to Product Training Datasheet (attached) for the number of training units that need to be allocated for each product (one training unit = 1 day). Additional consecutive days can be purchased at a discounted price. Allow 4 weeks minimum for scheduling, 1, DY. Contract Line Item Number 7 - Sun Nuclear Item 1230247; Universal Chamber Detector holder for 3D SCANNER Universal Chamber Detector Holder for 3D SCANNER, 1, EA. Contract Line Item Number 8 - Sun Nuclear Item 1230248; Vertical Detector Holder for 3D SCANNER (requires Universal chamber holder 1230247) Vertical Detector Holder for 3D SCANNER (requires Universal chamber holder 1230247), 1, EA. Contract Line Item Number 9 - Sun Nuclear Item 1230155; Farmer Chamber Detector Holder for 3D SCANNER. Farmer Chamber Detector Holder for 3D SCANNER, 1, EA. Contract Line Item Number 10 - Sun Nuclear Item 1230355: Markus Parallel Plate Detector Holder for 3D SCANNER, 1, EA. Contract Line Item Number 11 - Sun Nuclear Item 1230365; Roos Parallel Plate Detector Holder for 3D SCANNER, 1, EA. Contract Line Item Number 12 - Sun Nuclear Item 1230485; 7mm Detector Holder Kit for 3D SCANNER Includes horizontal detector holder and radial offset detector holder; part numbers: 1230340 and 1230490, 1, EA. Contract Line Item Number 13 - Sun Nuclear Item 1041304; 0.125cm ³ SemiFlex Chamber Setup Cap Used for setup and setup verification with a PTW 31010 detector Contract Line Item Number 14 - Trade in for MP2. Credit for trade or return of a product. Credit will be applied to the invoice once the entire system has been received at Sun Nuclear. VACHS responsible for return shipping costs. Additional terms and conditions shall be outline with quotation. The salient characteristics of this device include: (1) Provide for automated measurement and analysis of megavoltage photon and electron beams to include: percent depth dose, beam profiles, and point dose measurements. (2) Provide measurement of percent depth dose curves, beam profiles, and point dose measurements for field sizes up to 40 cm x 40 cm and to a depth of 40 cm. (3) Provide stand and water reservoir for the phantom. (4) Provide two-channel electrometer and cables. (5) Provide two waterproof ionization chambers & holders designed for beam data acquisition. (6) Provide ability to export beam data to Eclipse Radiation Therapy Treatment Planning System (7) Provide on-site installation and training. (8) One year warranty on hardware/software to include upgrades. (9) Software shall be compatible with Microsoft Windows XP Service Pack 3. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-72. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/Far/. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications or confirm that the annual representations and certifications was completed electronically via the SAM website accessed through http://www.acquisition.gov: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-18, 52.225-1, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Evaluation: will be made using the procedures under FAR 13. Offers will be evaluated on price and other factors. Other factors are Technical, Past Performance and Delivery Schedule. Offers should also include best expected delivery date. The following VAAR Clauses apply: 852.203-70 Commercial Advertising 852.211-70 Service Data Manuals 852.232-72 Electronic submission of payment requests 852.246-70 Guarantee 852.246-71 Inspection Quotations are to be submitted as all or none electronic to Mr. Israel Rodriguez at Israel.Rodriguez-perez@va.gov no later than December 30, 2014 at 2PM EST. Only electronic offers will be accepted. Contracting Office Address: Department of Veterans Affairs; Network Contracting Office 8 (NCO 8); Admin Building #440 Suite 456 10 Calle Casia San Juan, PR 00921-3201 Place of Performance: Department of Veterans Affairs; VA Caribbean Health Care System; 10 Casia Street San Juan PR 00921-3201. Point of Contact(s): Mr. Israel Rodriguez, Contract Specialist at (787) 762-7582, extension 34973 via email; Israel.Rodriguez-perez@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SJVAMC672/SJVAMC672/VA24815Q0757/listing.html)
- Document(s)
- Attachment
- File Name: VA248-15-Q-0757 VA248-15-Q-0757_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1864990&FileName=VA248-15-Q-0757-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1864990&FileName=VA248-15-Q-0757-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- Record
- SN03643255-W 20150215/150213235559-191dd563a2f019001dd2edc5efdcb0c7 (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 |