Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 16,1997 PSA#1867

National 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