|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 16,1997 PSA#1867National Cancer Institute, Research Contracts Branch, Cancer Etiology
Contracts Section, Executive Plaza South, Rm. 620, 6120 Executive
Blvd., MSC 7224, Bethesda, MD 20892-7224 66 -- LINEAR ACCELERATOR SOL N02-SC-71049-83 POC Sarah P. Payne,
Contract Specialist, (301) 496-9-8612 This is a combined
synoposis/solicitation for commercial items description, prepared in
accordance with the format in FAR 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, No. N02-SC-71049-83,
is issued as a Invitation for Bid (IFB). The solicitation/contract will
include all applicable provisions and clauses in effect through FAR FAC
90-46. The Standard Industrial Classification Code is 3826 and the
business size is 500 employees. However, this requirement is not
set-aside for small business. A. The contractor shall furnish and
install a linear accelerator and VEO baseframe which produces a single
photon energy created by 6 MeV electrons striking on a target.
Installation shall include control and power cables, control system,
utility and HVAC, connection to an existing RMS-2000 Record-and-Verify
system. B. The contractor shall mount all equipment verically. The
standing wave accelerator guide shall prevent electrons from passing
through a magnet and be capable of fitting into the existing treatment
room. C. The linear accelerator shall have a dose rate adjustable in
at least 5 steps from 100 to 600 monitor units per minute. Output
stability in all selectable dose rates shall be within +/- 3%. D.
Equipment shall integrate seamlessly with existing Record-and-Verify
system (RMS-2000) or the contractor shall supply and install a
Record-and-Verify system that integrates with all existing radiotherapy
equipment. E. The linear accelerator shall accept all NIH owned
custom-fabricated patient support and immobilization devices or the
contractor shall provide or modify such devices so that they can be
used interchangeably with all existing, as well as new, equipment
provided. F. The linear accelerator shall provide a depth dose for the
photon beam of 67% +/-1.5% for a 10cm X10cm at a depth of 10cm and a
target-to-surface distance of 100cm. Depth of maximum build-up shall be
1.5cm +/- 0.2cm. G. The symmetry of radiation beam shall be monitored
in both transverse and radial planes at all times while the beam is on
and shall be interlocked to terminate if the asymmetry of either
exceeds 2%. H. The contractor shall provide an additional hand pendant.
I. The contractor shall supply a port film graticule. J. The contractor
shall remove the existing Clinac 4/100 baseframe as manufactured by
Varian Associates. The contractor shall provide a VEO baseframe or
equivalent, as necessary for stereotactic alignment of the machine
isocenter and shall equip the accelerator with motion disable and couch
locks. K. The contractor shall furnish a baseframe capable of providing
adjustments of table axis to align with the rotational axis of the
linac gantry and the beam centerline to within a 0.5 mm radius sphere.
L. The contractor shall provide an on-line power conditioner. M. The
contractor shall remove the existing ETR couch from the Clinac 4/100 to
be replaced, and install it on the existing Varian Clinac 20 as
necessary for full operation. The installation shall include a
compatible spare hand pendant and cable. The contractor is encouraged
to accept in trade as partial payment for the existing controller. N.
The contractor shall replace the door to the Clinac 4/100 treatment
room with an appropriately shielded, motorized door similiar to the
door on the Clinac 2300 C/D treatment room. The contractor shall remove
the existing baseframe, install a new baseframe and restore the floor
to the original condition. The contractor shall provide all demolition,
concrete work, casework, mechanical, electrical and finish work. O. The
contractor shall provide Argus QC-4 quality assurance software or
equal. P. The contractor shall provide a scanning dosimetry system
(water tank and water reservoir) for dosimetric measurements that is
compatible with the existing Scanditronix RFA-300 controller and
software. The Advanced Transport Carriage/Reservoir and Pump shall have
the dimensions of 50cm X 50cm X 50cm, and the water reservoir shall
store the correct amount of water to completely fill the tank using a
high-speed pumping system, and shall be contained in a utility cart
with a storage drawer. Q. The entire control system/operator interface
shall be indentical to that of the existing Clinac 2300 C/D, allowing
for operators to move easily between two machines. R. The contractor
shall supply and mount four (4) precision lasers (Gammex Turret
Ther-a-cross A790, or equal) for patient alignment. S. All Bidders are
encouraged to accept the existing Varian Clinac 4/100 in trade as
partial payment on the new accelerator. The Linear Accelerator must
have a minimum warranty period of one (1) year, including parts and
labor. Delivery shall be made F.O.B. Destination, no later than 120
days after contract award, to : Radiation Oncology Branch, NCI/NIH
Building 10, Room B3-B69, 9000 Rockville Pike, Bethesda, MD 20892.
Bidders must provide literature, owner's manuals, warranties, and/or
other existing materials that demonstrate that their offer meets the
foregoing requirements. The contract will be awarded to the responsible
bidder with the lowest-price offer that fully meets the requirement of
the solicitation. This solicitation incorporates the provisions at FAR
52.212-1, INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS, and at FAR
52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL
ITEMS. The resulting contract will incorporate requirements of the
clause at FAR 52.212-4, CONTRACT TERMS AND CONDITIONS -- COMMERCIAL
ITEMS, and the requirements contained in paragraphs (a),
(b)(1,2,3,4,6,7,8 and 9) of the FAR 52.212-5, CONTRACT TERMS AND
CONDITONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS --
COMMERCIAL ITEMS. HHSAR 352.302-1, DEFINITIONS and at HHSAR 352.232-9,
WITHHOLDING OF CONTRACT PAYMENTS. FAR clause 52.212-2, EVALUATION --
COMMERCIAL ITEMS (October 1995), will not be used in the evaluation of
offerors submitted. The existing product literature, owner's manual
with maintenance procedures will be used as a basis for evaluation with
submitted offers. Past Performance will also be considered. Bidders
must submit a completed copy of FAR 52.212-3, OFFEROR REPRESENTATIONS
AND CERTIFICATIONS -- COMMERCIAL ITEMS, with their bid. Full text
copies of these representations and certifications or other cited
provisions and clauses may be obtained from Sarah P. Payne (301)
496-8612 or fax (301) 402-4513. Offers must be in writing and are due
no later than TWENTY-ONE (21) days after publication of this notice.
Please cite solicitation number on your bid. T. Site Visit: All
interested bidders are invited to inspect the existing facility and
local conditons that will effect the installation and operation of the
required equipment/installation. The site visit will be made available
for inspection for all prospective bidders at Building 10, Room B3-B301
at 1:00 O'CLOCK P.M., ON JUNE 17, 1997. During the inspection,
questions concerning the local conditions and problems that may arise
shall be put in writing and shall be responded to by the Contracting
Officer. However, nothing done or said during the inspection shall be
considered as altering, or modifying or qualifying any contract
resulting from this solicitation, unless such a change is made in
writing by the Contracting Officer. In no event will failure to inspect
the site constitute grounds for rejection of a bid. (0162) Loren Data Corp. http://www.ld.com (SYN# 0281 19970616\66-0001.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|