|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 5,1998 PSA#2045National Cancer Institute, Research Contracts Branch, PSAS, 6120
Executive Blvd, EPS/Room 638, Bethesda, MD 20892-7227 66 -- RADIATION THERAPY TREATMENT PLANNING SYSTEM SOL RFQ80096(NR) DUE
032398 POC Marsha Gorham, Purchasing Agent (301)402-4509 & Trish Haun,
CO This is a combine synopsis/solicitation for Commercial Items (CI),
prepared in accordance with the format in the Federal Acquisition
Regulation (FAR) 12.6, as supplemented additional information included
in this notice. This announcement constitutes the only solicitation
and a separate written solicitation will not be issued. The
Solicitation No. RFQ80096 is issued as a Request For Quote. This
solicitation document and incorporated provisions and clauses are those
in effect through FAR Circular 97-03. The acquisitions is being made in
accordance with the test program for using simplified procedures for
certain commercial items authorized in FAR 13.6. This acquisition is
set-aside for small business. The Standard Industrial Classification
Code is 3829 and the business size standard is 500. Delivery shall be
made F.O. B. Destination, no later than 120 days after contract award
to NIH/NCI 9000 Rockville Pike, Bldg 10, Room B3B69, Bethesda, Maryland
20892. The contract will be awarded to the responsible offeror with the
lowest-price offer that fully meets to the requirement of the
solicitation. The contractor shall furnish a highly accurate, Radiation
Therapy Treatment Planning System.. The system shall include both
2-dimensional and 3-dimensional capabilities. This is a patient care
system, thus redundancy of critical features such as the
workstations(s), must be assured. The highly accurate Radiation Therapy
Treatment Planning System (RTTPS) shall include the following salient
characteristics, features, and functions: 1. Two separate 128 bit UNIX
based workstations capable of providing 2-Dimensional and
3-Dimensional planning functions. Each workstation shall include the
following minimum characteristics: Workstations shall be capable of
true multi-tasking operations, Processor's shall incorporate clock
speeds of 180 MHZ or faster, Random Access Memory (RAM) of 288
megabytes or greater, Hard Disk Drive of 9.0 gigabytes or greater, 12X
Cd-rom Scsi Drive, 4.0 gigabyte 4 mm DAT tape Drive, 1280 x 1024 20''
Color Monitor, PC-systle Keyboard and Mouse, Graphic Generator capable
of displaying solid images with 3-Dimensional shading and transparency
features at a rate of at least 30 frames per second, Graphics Control
Device. 2. Digitizing Tablet, 3. Laser style printer, network ready,
to support both workstations, 4. Printer/Plotter unit to be networked
and shared by the workstations. 5. Color Video Printer with dual
capability for both 8.5 inch by 11 inch film and 9.5 inch by 14 inch
paper. Color Printer to be dye sublimation type. Shall be network ready
to support both workstations. 6. DICOM 3.0 capable, Ethernet interface
to Government furnished General Electric (GE) High Speed RP CT and
Signa MRI, with associated interfaces. Ethernet transceiver and
associated hardware to be included. 7. Optical Disk to allow CT and MRI
data to be received from the GE High Speed Advantage and from the GE
Signa MRT, with associated interfaces. 8. Film Scanner with software
interface for receiving digitized images into the RTTPS. 9. Multiple
slice automatic contouring of patient images, includes ability to
select variable slice separation during a study, up to 999 images. 10.
Asymmetric beam modeling. 11. Non-coplanar beam modeling. 12. Clarkson
or equivalent photon algorithm. 13. Pencil beam or equivalent electron
algorithm. 14. Irregular field point dose calculation with ability to
accomplish simultaneous opposed beam planning. 15. Dose Volume
Histogram (DVH) capable, with ability to combine structures, view
multiple plan DVH comparisons, and view DVH for structure combinations.
16. Digitally reconstructed Radiographs (DRR) capable, with ability to
view on screen, provides for real time automatic update of DRR, and
DRR shall support output in a DICOM 3.0 format. 17. Shall be interfaced
to the National Institutes of Health (NIH) network and partners such as
the National Naval Medical Center (NNMC). Capability to use planning
data co-operatively with the NNMC and their Computerized Medical
Systems, such as the FOCUS Radiation Therapy Planning System. 18.
Perform 3-Dimensional volume calculations through use of a dose spread
array algorithm. Use both superposition and Fourier Convolution. 19.
Brachytherapy treatment planning shall include the following: Linear
source modeling, Seed source modeling, Catheter reconstruction, Ability
to visualize in 3-Dimensions, Isodose distributions, Analysis tools for
dose volumes. 20. Time monitor unit software. 21. Image fusion. 22.
Soft tissue automatic contouring software for structures such as the
liver and kidneys. Provides medical staff with targeting information
for these soft tissue structures. 23. Software listed shall be operable
on all workstations. 24. A minimum of five days of system manufacturer
training shall be included. 25. Warranty to include complete system
coverage for one year. 26. Two sets of manuals and a tutorial guide for
new users shall be included. Descriptive literature must be furnished
as part of the bid. The literature furnished must be identified to show
the item in the Solicitation to which it pertains the descriptive
literature is required to establish for the purposes of bid evaluation
and award, details of the product the bidder proposes to furnish as to
materials, components, performance characteristics, etc. Failure of
descriptive literature to show that the product offered conforms to the
salient characteristics/specifications and other requirements of this
solicitation will require rejection of the bid. Failure to furnish the
descriptive literature by the data specified in the Solicitation will
require rejection of the bid. 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 latter provision includes the DUNS NUMBER
ADDENDUM. The resulting contract will incorporate the requirements of
the clause at FAR 52.212-4, CONTRACT TERMS AND CONDITIONS -- COMMERCIAL
ITEMS, and the requirements contained in paragraphs (a) and (d) of the
clause at FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO
IMPLEMENT STATUES OR EXECUTIVE ORDERS COMMERCIAL ITEMS-DEVIATION FOR
SIMPLIFIED ACQUISITIONS. The contract will also incorporate certain
clauses cited in paragraphs (b) and (c) of the clause at FAR 52.212-5.
All capability statements submitted must include a completed copy of
FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL
ITEMS, with their offer. Offerors must submit a completed copy of FAR
52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS,
with their offer. These representations and certifications must be sign
by an authorized representative of the offeror. Full text copies of
these representations and certifications or other cited provision and
clauses may be obtained from Marsha Gorham, Purchasing Agent on
(301)402-4509 or by fax on (301)402-4513. Offer must be submitted in
writing and are due no later than twenty (20) days after the
publication of this notice. Please cite the solicitation number on your
proposal. Collect calls will not be accepted. See numbered Note 1.
(0062) Loren Data Corp. http://www.ld.com (SYN# 0238 19980305\66-0003.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|