SPECIAL NOTICE
J -- Preventive maintenance for one (1) Government-owned Precision X-Ray SmART+ system
- Notice Date
- 12/15/2022 8:25:54 AM
- Notice Type
- Special Notice
- NAICS
- 81121
—
- Contracting Office
- NIH NCI Bethesda MD 20892 USA
- ZIP Code
- 20892
- Response Due
- 12/22/2022 9:00:00 AM
- Point of Contact
- Miguel Diaz
- E-Mail Address
-
miguel.diaz@nih.gov
(miguel.diaz@nih.gov)
- Description
- The Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Radiation Oncology Branch (ROB) intends to procure, on a sole source basis, preventive maintenance for one (1) Government-owned Precision X-Ray SmART+ system from Precision X-Ray Irradiation of 14 New Road Madison, CT 06443. This acquisition will be processed under FAR Part 12 � Acquisition for Commercial Items and will be made pursuant to the authority in FAR Part 13.106-1(b)(1); and is exempt from the requirements of FAR Part 6. The response close date of this notice for this requirement is in accordance with FAR 5.203(a)(1). The North American Industry Classification System (NAICS) code is 811219 and the business size standard is $22 million. BACKGROUND Small animals are frequently used in the study of cancer therapies. Radiation is a cornerstone of cancer treatment. Modeling the response of tumors to radiation is complex, and often requires the use of animals to model the complex interactions of tumor with surrounding normal tissue and the immune system, which cannot be modeled in tissue culture. Traditional small animal irradiators provide a treatment capability similar to what was achievable clinically 20-30 years ago, with beams entering from a single direction and dose calculated based on a single point in the animal. Further, shielding must be manufactured for each type of treatment, to allow selective irradiation of the tumor while avoiding normal tissues. Current clinical treatments often are delivered using a helical delivery or multiple beams and are accompanied by image guidance, such as a pretreatment CT (computed tomography) scan to verify patient positioning. Small animal irradiators with these capabilities allow investigators to more closely approximate and model treatments delivered to patients. SCOPE � The Contractor shall provide all labor, material and equipment necessary to maintain and provide preventive maintenance for the Precision X-Ray SmART+ system. This system is a small animal radiation device that rotates around an isocenter similar to modern clinical radiation units and allows for treatment of fields of any size and shape from 1 mm to 12 x12 cm which is appropriate for rodents and similar sized animals.� The device produces cone-beam computed tomography images of up to 3 animals at one time. �This image guidance is then used to create a radiation treatment that specifically targets a tumor or region of interest.� The CT images can also be fused with MRI or PET images for further targeting.� All maintenance services shall be performed on-site in accordance with the manufacturer�s standard commercial maintenance practices. 2.0������ TYPE OF ORDER This is a firm fixed-price purchase order. �������������������������������� 3.0������ SPECIAL ORDER REQUIREMENTS 3.1������ PREVENTIVE MAINTENANCE� The Contractor shall perform one (1) planned preventive maintenances during the contract period of performance.� Only technically qualified factory-trained personnel shall perform service.� Service shall consist of a thorough cleaning, calibration, adjusting, inspection, and testing of all equipment in accordance with the manufacturer�s latest established service procedures.� Free software updates (major software upgrades that include new programs and/or applications) are not included. 3.2������ EMERGENCY SERVICE On-site, emergency repair services shall be provided during the term of this contract at no additional cost to the Government.� Emergency on-site support and service shall be provided during regular operating hours (Monday through Friday excluding federal holidays) and priority on-site service for down instrument. Upon receipt of notice that any part of the equipment is not functioning properly the Contractor shall provide a 2-hour initial response consisting of sufficient remote troubleshooting and 72-hour on-site response a qualified factory-trained and certified service representative 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 planned preventative maintenance. All labor and travel shall be included. Within 5-7 days of the completion of any emergency repair services performed, the contractor shall provide a brief report to the Technical Point of Contact (TPOC) stating the equipment malfunction that occurred, the repair efforts, and the duration that was required to restore the equipment to operation. The report shall be provided in electronic format (Word or PDF file). ����������� 3.3������ REPLACEMENT PARTS� The Contractor shall furnish all required replacement parts at no additional cost to the Government, with the exception of consumables. Parts shall be new to original equipment specifications. 3.4������ SOFTWARE UPDATES/SERVICE� The Contractor shall provide free software updates (major software upgrades that include new programs and/or applications are not included). 3.5������ SERVICE EXCLUSIONS The Contractor shall not be responsible for any repairs necessitated by abuse, neglect, vandalism, Acts of God, fire or water.� These repairs shall be the subject of a separate purchase order and shall not be performed under this contract.� ����������������������������������������������������������������������������������� 3.6������ PERIOD OF PERFORMANCE The base period of performance shall be for twelve (12) months from 01/31/2023 � 01/30/2024, followed by three (3) 12-month option periods: -���������� 01/31/2024 � 01/30/2025 -���������� 01/31/2025 � 01/30/2026 -���������� 01/31/2026 � 01/30/2027 3.7������ PERSONNEL QUALIFICATIONS Only technically qualified factory-trained personnel shall perform service to Precision X-Ray, SmART+ system in B2-3461 as covered by this contract.� Precision X-ray proprietary technology design can only be serviced by authorized and certified Precision X-ray technical service personal. The technical service personnel must revalidate every year through a technical evaluation. Unauthorized technical personnel are prohibited from performing any type of technical work on this system. This notice is not a request for competitive quotation. However, if any interested party, especially small business believes it can meet the above requirement, it may submit a capability statement for the Government to consider. The response and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement.� Responses must be received in the contracting office by 12:00 PM ET, on December 22, 2022.� All responses and questions must be via email to Miguel Diaz, Contracting Officer at miguel.diaz@nih.gov.� A determination by the Government not to compete this proposed requirement 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 be registered and have valid certification through SAM.GOV and have Representations and Certifications filled out. Reference 75N91023Q6487837 on all correspondence.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/06c8dd3223624082bbc6d58762e21abe/view)
- Record
- SN06544304-F 20221217/221215230059 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |