SOLICITATION NOTICE
66 -- Cylindrical Detector Array
- Notice Date
- 5/2/2011
- Notice Type
- Presolicitation
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Blvd., EPS Suite 600, Rockville, Maryland, 20852
- ZIP Code
- 20852
- Solicitation Number
- NCI-110059-LG
- Archive Date
- 5/31/2011
- Point of Contact
- Laura Glockner, Phone: 3014968607
- E-Mail Address
-
laura.glockner@nih.gov
(laura.glockner@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Cancer Institute (NCI), Center for Cancer Research (CCR), Radiation Oncology Branch plans to procure on a sole source basis the brand name or equal ArcCHECK Rotational IMRT Quality Assurance Measurement System from Sun Nuclear Corporation, 425-A Pineda Court, Melbourne, FL 32940. This acquisition will be processed in accordance with simplified acquisition procedures in FAR Part 13.106 (b)(1). The North American Industry Classification System code is 334517 the business size standard is 500 employees. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. The Radiation Oncology Branch (ROB) at the National Cancer Institute (NCI) treats cancer patients with radiation according to approved clinical protocols. The standard treatment delivered to patients is Intensity Modulated Radiation Therapy (IMRT). In this treatment modality, the multi-leaf collimator settings are adjusted dynamically to shape the dose distribution at each delivery angle in order to optimize the dose distribution. The treatment delivery is highly complex and requires individualized determination of its accuracy via quality assurance (QA) measurements. ROB has such a QA device for conventional IMRT treatments. The ROB intends to acquire a cylindrical QA phantom for the assessment of rotationally delivered IMRT treatments. The salient characteristics for the required system are as follows: - The detector array shall be cylindrical and contain 1386 diodes in a helical grid spaced 1.0 cm apart with a 1 cm offset. - The array diameter shall be 15.0 cm and the array length shall be 15 cm. - The array shall be encased in PMMA at a depth of 2.9 cm. The array shall have an inherent buildup of 3.2 g/cm2 and an inherent backscatter of 3.2 g/cm2. The detector shall have an internal cylindrical cavity of 15 cm diameter. The following cavity inserts shall be included. - A solid inner plug. - A 2-piece PMMA cylindrical insert (15 cm diameter by 21 cm length). The outer plug shall accommodate a range of inner plug options. An inner plug accommodating a user-specified ionization chamber shall be supplied. - A modular plug insert enabling film measurements and with versatility to take ion chamber measurements in up to 25 unique locations within the cavity. A film cassette, one ion chamber plug (please specific ion chamber model), and additional plugs to create a homogeneous insert shall be included. - The diode detectors shall have an active area of 0.64 mm2 and a volume of.000029 cm3. They shall have a stability of better than 0.5%/kGy at 6MV, a dose-rate dependence of ±1% or better between 75-250cm SSD and shall be capable of measuring electrons of energies between 6-25 MeV and photons between 1.25 MeV (60Co)-25 MV. - The detector interface shall be through a single power/data cable. The data update frequency shall be at intervals of 50 msec or less. The detector mass shall be 16 kg. It shall operate on standard 120/220V power. - Software shall be provided to operate the detector array, perform measurements and collect and analyze data shall be provided. This software shall be capable of operating on a PC under the Windows Operating System (Windows 2000 - Windows 7, 32 bit). - Data analysis software shall include Software for 3D and DVH dose analysis on patient geometry with full DICOM CT data overlay. Also includes 3D IMRT QA with axial, sagittal, and coronal analysis tools, and quantitative multi-modality DICOM plan inter-comparisons. - 3DVH software shall be capable of estimating the absolute patient dose. It shall provide analysis by Patient-specific DVH. It shall not require a secondary dose algorithm. It shall permit the estimation of the impact of treatment planning system and treatment delivery errors. It shall provide statistics per anatomical structure. It shall be fully DICOM-RT compatible. It shall support VMAT and RapidArc treatment delivery techniques. It shall provide an analysis of beam-by-beam errors. It shall not require user commissioning or data modeling. Sun Nuclear is the sole manufacturer and distributor of the ArcCHECK Rotational IMRT Quality Assurance Measurement System. ArcCHECK is the only available QA system that utilizes a cylindrically symmetric detector array. This array, coupled with a series of inserts provides for true 3-dimensional measurement of the delivery of a rotational IMRT treatment plan, including both normalized and absolute dose. Sun Nuclear's software is also proprietary and provides for 3-Dimentional and Dose-Volume Histogram dose analysis in the patient geometry and permits the importation of patient treatment plan dose distributions via DICOM-RT for the comparison of the accuracy of calculated versus measured results. Their unique software also maps the detector array into 2-Dimensional planes, providing Axial, Sagittal and Coronal measurements suitable for conventional IMRT quality assurance. Sun Nuclear Corporation is the only known vendor that can provide equivalent equipment, service, support, and software upgrades for this system. This is not a solicitation for competitive quotations. However, if any interested party believes they can meet the above requirement, they may submit a statement of capabilities. All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the above unique specifications described herein. An original and one copy of the capability statement must be received in the NCI Office of Acquisition on or before 11:00 AM EST on May 16, 2011 11:00 a.m. EST. No electronic capability statements will be accepted (i.e. email or fax) an original and one copy must be sent to the NCI Office of Acquisition to the address stated above. All questions must be in writing and can be faxed (301) 402-4513 or emailed to Laura Glockner, Contract Specialist at laura.glockner@nih.gov. A determination by the Government not to compete this proposed contract based upon 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. In order to receive an award, contractors must have valid registration and certification in the Central Contractor Registration (CCR) www.ccr.gov and the Online Representations and Certifications Applications (ORCA), http://orca.bpn.gov. No collect calls will be accepted. Please reference solicitation number NCI-110059-LG on all correspondence.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/NCI-110059-LG/listing.html)
- Record
- SN02438180-W 20110504/110502234648-bcbe12beccc144e413d70c426b2b0d2a (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 |