This acquisition will be processed in accordance with simplified acquisition procedures as stated in FAR Part 13.106-1(b)(1).
Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract.
The North American Industry Classification System code is 811219 and the business size standard is $19M.
Period of performance is for twelve (12) months plus two (2) option years:
Base Year: 6/1/2016 through 5/31/2017
Option Year 1: 6/1/2017 through 5/31/2018
Option Year 2: 6/1/2018 through 5/31/2019
It has been determined that there is no opportunity to acquire green products or services under this contract.
The ROB of the CCR treats cancer patients with radiation according to approved clinical protocols. These treatments are complex, and involve simulation of the radiation delivery technique mapped on clinical images with the distribution of radiation dose calculated by sophisticated, proprietary algorithms with the computerized treatment planning system. In order for the beam models, or dose calculation engines, to provide an accurate representation of the radiation field produced by a linear accelerator, precise measurements of that radiation field and all its permutations are required. The Phantom system is used to measure that radiation dose in a three-dimensional treatment field for equipment calibration.
The contractor shall deliver all labor, material, and equipment to perform scheduled upgrades, PMs, and emergency maintenance for the listed equipment and software.
REQUIRED RESOURCES: Field Service Representative shall be factory trained and have two (2) years of experience in servicing all components of the aforementioned instrument. All primary service personnel shall have at least one backup Field Service representative with at least the same level of expertise on all equipment covered by this contract.
PLACE OF PERFORMANCE: Service shall be performed at the following location:
NIH/NCI Building 10 CRC
9000 Rockville Pike
Bethesda, MD 20892
This is not a solicitation for competitive quotations. However, if any interested parties, especially small businesses, believe they can meet the above requirement, they may submit a statement of capabilities. 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. A copy of the capability statement must be received in the NCI Office of Acquisition on or before 11:00 AM EST on May 14, 2016. All questions must be in writing and can be faxed (240) 276-5401 or emailed to Kathy Elliott, Contract Specialist at [email protected]. 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 on Sam.gov, www.sam.gov. No collect calls will be accepted. Please reference solicitation number N02RC62563-61 on all correspondence.