SPECIAL NOTICE
65 -- 36C249-24-AP-2233 - IBA Watertank (Radiation & Oncology)
- Notice Date
- 4/17/2024 1:06:24 PM
- Notice Type
- Special Notice
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- 249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
- ZIP Code
- 37129
- Solicitation Number
- 36C24924Q0262
- Response Due
- 4/22/2024 8:00:00 AM
- Archive Date
- 06/21/2024
- Point of Contact
- Derrek Sherrill, Contract Specialist, Phone: 240-215-8893
- E-Mail Address
-
derrek.sherrill@va.gov
(derrek.sherrill@va.gov)
- Awardee
- null
- Description
- Special Notice Special Notice Page 5 of 5 Special Notice *= Required Field Special Notice Page 1 of 5 SUBJECT* 36C249-24-AP-2233 - | Blue Phantom and SRS QA SRS GENERAL INFORMATION CONTRACTING OFFICE S ZIP CODE* 37129 SOLICITATION NUMBER* 36C24924Q0262 RESPONSE DATE/TIME/ZONE 04-22-2024 10:00 CENTRAL TIME, CHICAGO, USA ARCHIVE 60 DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS N PRODUCT SERVICE CODE* 6515 NAICS CODE* 334517 CONTRACTING OFFICE ADDRESS Department of Veterans Affairs Network Contracting Office 9 (90C) NCO 9 1639 Medical Center Parkway, Suite 204 Murfreesboro TN 37129 POINT OF CONTACT* Contract Specialist Derrek Sherrill derrek.sherrill@va.gov 240-215-8893 ADDITIONAL INFORMATION AGENCY S URL https://www.va.gov/memphis-health-care/locations/lt-col-luke URL DESCRIPTION Lt. Col. Luke Weathers Jr, VAMC AGENCY CONTACT S EMAIL ADDRESS EMAIL DESCRIPTION DESCRIPTION Intent to Sole Source - IBA Dosimetry America, Inc. SPECIAL NOTICE: 36C24924Q0262 The Department of Veterans Affairs, Network Contracting Office 9 intends to issue a sole-source firm-fixed-price contract to IBA Dosimetry. In accordance with Federal Acquisition Regulation (FAR) 13.106-1(b)(1)(i) and on behalf of the Lt. Col. Luke Weathers, Jr Veterans Affairs Medical Center (VAMC), Network Contracting Office (NCO) 9 intends to issue an open market sole source firm-fixed priced contract to IBA Dosimetry America Inc. located at 470 Springpark PL, Ste 700 | Herndon, Virginia 20170-5253. The rationale basis for the sole source acquisition is that IBA Dosimetry America Inc. (Large Business) is the only responsible source that can provide the original equipment manufacturer (OEM) for the Blue Phantom SmartScan Beam Analysis System and myQA SRS quality assurance technology, accessories, hardware installation, software installation, and training. IBA Dosimetry is the sole designer, manufacturer, and servicer of the Blue Phantom SmartScan Beam Analysis System and myQA SRS quality assurance technology. This includes the hardware and accompanying myQA software that is required for application. IBA Dosimetry America Inc. directly to the end user facilities and as such, there are no agents or dealers authorized to represent this product. No other division of IBA Dosimetry America Inc., nor any other company makes similar or competing products. The North American Industry Classification System (NAICS) for this requirement is 334517 | Irradiation Apparatus Manufacturing - Product of Service Code for this requirement is 6515 | Medical and Surgical Instruments, Equipment, And Supplies. This sector's Small Business Administration (SBA) size standard is 1,200 employees. Background. The Lt. Col. Luke Weathers Jr. VAMC Radiation Oncology Clinic Care Center located at 116 North Pauline Street | Memphis, TN 38105, needs to upgrade/replace the currently owned IBA Smartscan water tank and phantom and SRS QA equipment only, which is at its end-of-life, accessories, hardware installation, software installation, and training. Delivery must be FOB destination 90 days after receipt of order. ITEM INFORMATION Items Quantity SMARTSCAN Solution 115V consists of: Part # SC01-011 1 EA SMARTSCAN Waterphantom Part # SC02-000 1 EA Water phantom Carriage lift table XM, 115V Part # HA03-115 1 EA SMARTSCAN Waterreservoir 115 V with bi-directional pump and US-plug Part # SC05-010 1 EA Stealth CHAMBER for Varian Linac, TNC Parallel Plate Ref.-Signal Ion-Chamber Part # DS50-003-XL-T 1 EA CC13 Ion chamber: 0.13 ccm shonka plastic, waterproof, BNC Triax Part # DS02-100 1 EA Triaxial ion chamber/diode cable, 5 m on cable reel, BNC Part # DS10-105 2 EA Adapter TNC triax inner thread (m) to BNC outer thread (f) Part # EB908000 2 EA Large Universal Detector holder for CC-/FC chambers with a diameter 10-15 mm Part # NP20-150 1 EA Upgrade from Accept 6.x to myQA Accept (CCU upgrade required), site license Part # UQ04-005 1 EA Upgrade from OmniPro ImRT+ to myQA Patients, site license included Part # UQ02-002 1 EA Laptop C30NB Part # Z-C30NB 1 EA myQA Accept CD incl. inlay Part # UC170500 1 EA myQA Accept - user's guide Part # UM170600 1 EA myQA Patients - user's guide Part # UM170400 1 EA myQA Software CD incl. Booklet Part # UC170000 1 EA myQA Platform - user's guide Part # UM170000 1 EA myQA SRS detector Part # SR01-000 1 EA myQA SRS Phantom Part # DS03-100 1 EA myQA Patients SRS QA Plug-In measurement interface Part # MQ02-210 1 EA The information above is intended to be descriptive, and not restrictive, to indicate the quality of equipment that will be satisfactory. It is the responsibility of the interested source to demonstrate to the Government that the interested source can provide equipment that fulfills the required specifications. If you are interested, and can provide equipment that meets or exceeds the specifications listed, please provide the requested information below: The anticipated North American Industry Classification System (NAICS) code is 334510. Mark if your firm is eligible for participation in one of the following small business programs. If so, please indicate the program: [ ] yes [ ] no - Small Business (SB) [ ] yes [ ] no - HUBZone [ ] yes [ ] no - Small Business 8(a) [ ] yes [ ] no - Small Disadvantaged Business (SDB) [ ] yes [ ] no - Women-Owned (WO) Small Business [ ] yes [ ] no - Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no - Veteran Owned Small Business (VOSB) [ ] yes [ ] no - Large Business [ ] yes [ ] no - Other (please specify) [ ] yes [ ] no Are you the Original Equipment Manufacturer (OEM)? [ ] yes [ ] no If not the OEM, are you an authorized distributor, and can produce a letter from the OEM? [ ] yes [ ] no Is this product available on your GSA/FSS or other GWAC Contract? If so, what is your contract number?_____________________ [ ] yes [ ] no Does your equipment conform to the Buy American Act and FAR 52.225-1? 52.225-1 Buy American-Supplies | Acquisition.GOV [ ] yes [ ] no Does your equipment conform to the Trade Agreements? What is the estimated Delivery Date After Receipt of Order (ARO)? _____________ Please include the following information: Company Name: POC: UEI: Address: Email: In addition to providing the information requested above, responding companies are encouraged to include any relevant information (specifications, cut sheets, brochures, capability statement, experience etc.) to confirm the company s ability to meet the requirements outlined in this request. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. This notice shall not be construed as a commitment by the Government to issue a solicitation, or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Other important considerations: Cite any other information that is necessary for potential respondents to understand the nature of the potential requirement or proposed acquisition. Capability statement /information sought: Response to this announcement shall not exceed ten (10) pages and should include the following information: (1) A tailored capability statement indicating the firm s ability to provide a product and related services; (2) The respondents DUNS number, organization name, address, point of contact, and size and type of business (e.g., SDVOSB/VOSB, etc,) pursuant to the applicable NAICS code; (3) Information should be provided electronically in a Microsoft Word or Adobe PDF format. This notice of intent is not a request for competitive quotes. However, interested parties may identify their interest and capability to respond to the requirement and submit quotations with the subject line ""Special Notice # 36C24924Q0262 by Monday, April 22, 2024, 10:00 a.m. central time to derrek.sherrill@va.gov. Responses received will be evaluated; however, a determination by the Government not to compete with the proposed procurement based upon responses received to this notice is solely within the discretion of the Government. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure its response is complete and sufficiently detailed to allow the Government to determine the organization s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Contracting Office Address: Department of Veterans Affairs Network Contracting Office 9 SPECIAL NOTICE: 36C24924Q0262 1639 Medical Center Parkway, Suite 204 Murfreesboro, TN 37129 Government Point of Contact: Derrek Sherrill Contract Specialist derrek.sherrill@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0226c08d7ea240b18c182bd868445401/view)
- Record
- SN07033096-F 20240419/240417230056 (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 |