Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2014 FBO #4628
SOLICITATION NOTICE

66 -- Maintenance Agreement for Varian Clinac-21EX, S/N H272999

Notice Date
7/25/2014
 
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, Bldg 1050, Frederick, Maryland, 21702, United States
 
ZIP Code
21702
 
Solicitation Number
N02RC42590-62
 
Point of Contact
Tiffany D. Kittrell, Phone: 2402765434
 
E-Mail Address
Tiffany.kittrell@nih.gov
(Tiffany.kittrell@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Title: Maintenance Agreement for Varian Clinac-21EX, S/N H272999 Notice Number: N02RC42590-62 Proposed Posted Date: July 25, 2014 Proposed Response Date: August 8, 2014 Classification Code: J066 NAICS Code: 811219 Small Business Size Standard: $19M Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room1E144,Bethesda, MD 20892 USA. Description: The National Cancer Institute (NCI), Center for Cancer Research (CCR) plans to procure on a sole source basis with Varian Medical Systems located at 2250 New Market Parkway Suite 120 Marietta, GA 20067 for Maintenance for the Varian Clinac-21EX, S/N H272999. This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and will be made pursuant to the authority in FAR 13.106-1(b)(2) and 13.501-(a)(1) using simplified acquisition procedures for commercial acquisitions. The North American Industry Classification System Code is 811219 and the business size standard is $19 million. Only one award will be made as a result of this solicitation. This contract will be awarded as a firm fixed price contract with 12 month base period (2) 12 month option periods. It has been determined that there is no opportunity to acquire green products or services under this procurement. Period of Performance: One year from the time of award with a12 month base period with (2) 12 month option periods. The Radiation Oncology Branch (ROB) of the Center for Cancer Research (CCR) treats cancer patients with radiation according to approved clinical protocols. Currently, the ROB is using Varian Clinac linear accelerators for the radiation treatment of patients with various kinds of cancers. Precise dosage and timing of radiation delivery is critical to the treatment of patients, and it is essential that this treatment schedule be maintained once a patient starts undergoing these treatments. Equipment down time can result in harmful delays to patient treatment and malfunction can cause the patient to be treated in an unsafe manor. The purpose of this acquisition is to obtain a maintenance agreement for the Varian Clinac-21EX, S/N H272999. The contractor shall provide factory-trained personnel with experience and certifications required to service this system. The contractor shall be able to provide the following: Deliverable 1: Preventive Maintenance: The contractor shall perform no less than one (1) preventive maintenance inspection during the contract period. Service shall be performed by factory trained field service representatives. Service shall consist of a thorough cleaning, calibration, adjusting, inspection, lubrication and testing of all equipment in accordance with the manufacturer's latest established service procedures. All equipment shall be operationally tested through at least one (1) complete operating cycle at the end of the preventive maintenance inspection to assure optimum and efficient performance. Contractor shall perform all safety and reliability upgrades mandated by the manufacturer. Deliverable 2: Emergency Service: Emergency repair service shall be provided on an unlimited basis during the term of this contract at no additional cost to the government. Emergency service shall be provided between 8am and 5pm Monday through Friday excluding contractor and Federal holidays. Upon receipt of notice that any part of the equipment is not functioning properly, the Contractor shall furnish a qualified factory-trained service representative within twenty-four (24) hours to inspect the equipment and perform all repairs and adjustments necessary to restore the equipment to normal and efficient operating condition. Emergency service calls shall not replace the necessity for PMI. Contractor shall guarantee an uptime percentage of at least 97%. Contractor shall provide telephone/remote support and diagnostic services to help maintain the system. Agreement includes parts and labor; does not cover service from damages relating to environmental changes, including but not limited to changes in supplied power, water, air temperature and/or humidity, abuse, neglect or acts of nature. Deliverable 3: Replacement Parts: The contractor shall furnish all required replacement parts at no additional cost to the Government, with the exception of consumable items such as batteries and light bulbs. Parts shall be new or remanufactured to original equipment specifications and certified by the manufacturer for use with the equipment. Deliverable 4: Software Updates and Service: The contractor shall provide Software Service in accordance with the manufacturer's latest established service procedures, to include telephone access to technical support for use of program software and trouble shooting of the operating systems, at no additional cost to the Government. Software updates shall include bug fixes, minor feature changes, and/or functionality/performance improvements to the device firmware, firmware for all associated sub-components listed in Section 1, and operating console software. The contractor shall receive advance approval for the installation of all software updates and revisions from the Government. Defective software shall be replaced at no additional cost to the Government. Due to proprietary software and sub-components Varian Medical systems is the only known provider of the source and support by the NCI. This is not a solicitation for competitive quotations. However, if any interested party, especially a small business, believes they can meet the above requirement, they may submit a proposal. 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. The proposal must be received at the NCI Office of Acquisitions on or before 11:00 AM EST on August 8, 2014. All responses and questions must be in writing and can be faxed (301) 402-4513 or emailed to Tiffany Kittrell, Contract Specialist at Tiffany.kittrell@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) and the Online Representations and Certifications Applications (ORCA) through sam.gov. No collect calls will be accepted. Please reference solicitation number N02RC42590-62 on all correspondences.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/FCRF/N02RC42590-62/listing.html)
 
Record
SN03438575-W 20140727/140725235043-72c4edced686b2b332882cc2d43019f7 (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.