Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 5,1998 PSA#2045

National 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