Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2015 FBO #4940
SPECIAL NOTICE

65 -- Linear Accelerator Test Equipment

Notice Date
6/1/2015
 
Notice Type
Special Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Logistics Command, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
 
ZIP Code
21702-9203
 
Solicitation Number
N6264515RCP3504
 
Archive Date
9/30/2015
 
Point of Contact
Christina Boyd-Brown, Phone: 301-619-2059, Shannon Hess, Phone: (301) 619-0287
 
E-Mail Address
Christina.BoydBrown.civ@mail.mil, Shannon.P.Hess2.civ@mail.mil
(Christina.BoydBrown.civ@mail.mil, Shannon.P.Hess2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Medical Logistics Command intends to negotiate on a sole source basis IAW FAR 13 with Sun Nuclear Corp. 3275 Suntree Blvd, Melbourne, FL 32940-7514, as the only responsible source that can provide Linear Accelerator Test Equipment for Naval Medical Center Portsmouth. The requirement is for linear accelerator test equipment for Naval Medical Center Portsmouth. The equipment shall be capable of performing Quality Assurance assessments for the newly acquired Stereotactic Radiosurgery equipment at Naval Medical Center Portsmouth in accordance with American Association of Physicists in Medicine (AAPM), American College of Radiology (ACR), and American Society of Therapeutic Radiology and Oncology (ASTRO) guidelines. The equipment shall be capable of testing patient dose quality assurance (QA) and characterizing and adjusting the treatment beam profile. The patient QA test equipment shall include a cylindrical detector array with sub-millimeter resolution. The patient QA equipment and beam characterization equipment shall be gantry mountable. The equipment shall include water equivalent buildup phantoms with a cross section of 35.3cm x 36.7cm and various thicknesses ranging from 0.3cm to 5.0cm. All required hardware, software, and licenses shall be included. The equipment shall be capable of managing and analyzing data, managing user access, and logging data for audit. The required equipment shall be from a single manufacturer. The equipment shall be compatible with the installed base of radiation detection devices and software at Naval Medical Center Portsmouth. Vendor shall be an Original Equipment Manufacturer (OEM) authorized maintenance contractor for the proposed equipment/systems such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The systems shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America; even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. The system shall be installed in compliance with OSHA requirements. Upon delivery, the vendor shall be responsible for uncrating the unit/system, transporting it through the facility to the location of intended use for installation, and removing of all trash created in this process. If interim storage is required, the vendor shall make arrangements for the storage. This acquisition is being conducted under simplified acquisition procedures IAW FAR 13. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 334510 with a small business size standard of 500. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data sufficient to determine capability in providing the same product. All capability statements received by the closing date of this synopsis will be considered by the Government. A determination by the Government not to compete based on 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. Submit capability statements via email (using PDF, MS Word, Excel attachments) to Christina Boyd-Brown at Christina.BoydBrown.civ@mail.mil. Statements are due not later than 4:00 P.M. ET on 16 June 2015. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264515RCP3504/listing.html)
 
Place of Performance
Address: Fort Detrick, Frederick, Maryland, 21703, United States
Zip Code: 21703
 
Record
SN03749244-W 20150603/150601235633-a341ee814bd0dc2b60a0935864aaec8d (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.