Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2012 FBO #3765
SOLICITATION NOTICE

J -- Service Agreement for Nucletron Oncentra Workstation and mHDR-V2 remote afterloading system.

Notice Date
3/14/2012
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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-120042-MD
 
Archive Date
4/12/2012
 
Point of Contact
Miguel Diaz, Phone: (301) 402-4509, Caren N Rasmussen, Phone: (301) 402-4509
 
E-Mail Address
miguel.diaz@nih.gov, cr214i@nih.gov
(miguel.diaz@nih.gov, cr214i@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Boulevard, EPS Suite 600, Room 6079, Rockville, MD 20852, UNITED STATES. Description The National Cancer Institute (NCI), Center for Cancer Research (CCR) plans to procure on a sole source basis with Nucletron Corp of 7021 Columbia Gateway Drive, Suite 200, Columbia, MD 21046 for a Service and Maintenance Agreement for a Government Owned Nucletron Oncentra Workstation and mHDR-V2 remote afterloading system. This acquisition will be processed in accordance with simplified acquisition procedures as stated in FAR Part 13.106-1(b)(1). The North American Industry Classification System Code is 811219 and the business size standard is $19.0 Million. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. The period of performance shall be twelve (12) months from date of award with one (1) twelve month option period. The Radiation Oncology Branch of the CCR treats cancer patients with radiation according to approved clinical protocols. One of the treatment modalities employed by ROB is brachytherapy. This employs an advanced, computer controlled device for positioning and moving a radioactive source in a controlled fashion. It also incorporates a specialized treatment planning system which translates the desired dose distribution into control functions which drive the treatment planning system. A service contract is required for service in the event of failure of any component of the HDR or the TPS. The purpose is a service agreement for the Nucletron Oncentra Workstation and mHDR-V2 remote afterloading system. Contractor shall provide all labor, material and equipment necessary to maintain and provide preventive maintenance for a government-owned Nucletron Oncentra Workstation (s/n 85512) and mHDR-V2 remote afterloading system (s/n 31253). All maintenance service shall be performed on-site in accordance with the manufacturer's standard commercial maintenance practices. NCI has determined that Nucletron Corp is uniquely qualified to provide the required service agreement. Nucletron is the only known source of spare parts and software required for these instruments. Additionally, service of these units is strictly governed by the US Nuclear Regulatory Commission under 10CFR 35.49, 10CFR 35.67, 10CFR 35 Subpart H, and 10CFR 35.605. Service providers must meet strict regulations, must be specially trained, possess an NRC license to handle radioactive materials and the individual radioactive sources must be strictly accounted for. Nucletron is the only provider known to the NCI that can fully meet these requirements. For the aforementioned reasons, Nucletron Corp is the only known source for this requirement. 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 Acquisitions on or before 11:00 AM EST on March 28, 2012. 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 Acquisitions to the address stated above. All questions must be in writing and can be faxed (301) 402-4513 or emailed to Miguel Diaz, Contract Specialist at miguel.diaz@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-120042-MD on all correspondences.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/NCI-120042-MD/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, NIH/NCI Building 10, Room B2-3650, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02696907-W 20120316/120314235717-098ffa1ffe97b510046a3b07e2654eb6 (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.