Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2005 FBO #1364
SOLICITATION NOTICE

99--99 -- Mobile MRI

Notice Date
8/19/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Puget Sound Health Care System, Contracting Officer, (S138P&C), 1660 S. Columbian Way, Seattle, Washington 98108
 
ZIP Code
98108
 
Solicitation Number
260-05-01165
 
Response Due
9/9/2005
 
Archive Date
10/9/2005
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation to procure the rental of a Mobile Magnetic Resonance Imaging (MRI) unit staffed with A.R.R.T to include one (1) certified MRI technologist to perform professional MRI services daily between the hours of 07:30 a.m. to 4:00 p.m., Monday through Saturday, six (6) days a week at the VA Puget Sound HealthCare System, 1660 S. Columbian Way, Seattle, WA 98108 in accordance with FAR Subpart 12.6. The contractor shall furnish a Mobile Magnetic Resonance Imaging MRI (unit) and a certified MRI technician to provide outpatient and inpatient MRI Studies to include all equipment, maintenance, supplies, and licenses necessary for the operation of the equipment, labor, transportation, reports and technical assistance. The MRI technologist will be required to scan routine studies such as (brain, C-spine, knee, etc.) in thirty (30) minute time slots and scan double studies or MRA studies in sixty (60) minute time slots. The VA will provide the following in support of this contract: (1) schedules (2) space for trailer (3) patient parking (4) a small facility for patients to get undressed (5) 480 Volt 3-phase power box (6) cat5 or T1 line (7) Russell-stowe connector from power box to MRI (8) Gladolinium from in house pharmacy (9) electricity and water for MRI unit. The emergency room or radiology will provide contrast reaction coverage. All studies, films, records, files, and documents remain Government property. This announcement incorporates provisions and clauses from the Federal Acquisition Regulations (FAR) and VA Acquisition Regulations (VAAR). NAICS code is 532120 with size standard $21,500,000 per annum. This is an unrestricted solicitation and constitutes the only bid document that will be issued. This contract shall be for a period of three (3) months with the option to extend one (1) additional month, not to exceed Jan 31, 2006 starting from the date of award. The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer will be most advantages to the Government. The following factors will be considered during the evaluation process. Offers will be evaluated based on: (1) Past performance: Provide three (3) current references where your company has performed the same or similar type of work as described in this solicitation. Each reference must represent work that was performed within the past three (3) years. Include company name, address, telephone number and point of contact. (2) Technical: Provide documentation of training, education, and experience of the personnel providing service under this contract showing his/her certified as a MRI technician capable of performing the duties and workload outlined in this contract. Provide evidence of all local licenses and/or permits required for the operation of the equipment. (3) Provide complete documentation showing the dimensions and specifications of the mobile trailer, power and plumbing connections that will be used or required: width, height length, voltage, configuration, frequency, regulation etc. (4) Price: All evaluation factors, when combined, are approximately equal to cost or price. How to apply: The contractor shall provide a written price quotation for each month (3 months) and one (1) month option to extend the contract; equal to four (4) months. Contractor shall include with their quotes a completed copy of 52.212-3 or complete the annual representations and certifications electronically at http://orca.bpn.gov; and responses to the technical evaluation factors. Offers must be received by September 9, 2005 by 3:00p.m. Submit offers to: VA Puget Sound Healthcare System, 1660 S. Columbian Way, Bldg. 18 Room 107, Seattle, WA 98108, Attn: Filida Enoch (S138P&C). Quotations may be faxed to: (206) 764-2565. No telephonic responses will be processed. Please reference solicitation number RFQ 260-05-01165 on quotation packages and all inquires. The following clauses and provisions in the Federal Acquisition Regulation are applicable to this solicitation: 52.212-1 Instructions to Offerors-Commercial items (Jan 2005); 52.212-2 Evaluation?Commercial Items (Jan 1999); 52.212-3, Offeror Representations and Certifications--Commercial Items (Mar 2005). Far 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 2003), 52.212-5 Contract Terms and Conditions (July 2005). 52.217-9 Option to Extend the Term of the Contract (Mar 2000); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222.36 Affirmative Action for Workers with Disabilities (June 1998); 52.225-13 Restrictions on Certain foreign Purchases (Mar 2005); 52.232-18- Availability of Funds (Apr 1984), 52.232.19- Availability of Funds for the next Fiscal Year (Apr 1984); VARR 852.270 Commercial Advertising (Nov 1984); VAAR 852.271-70 Nondiscrimination in Services Provided Beneficiaries (Apr 1984); 52.225-1 Buy American Act (June 2003); 52.222-26; Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Veterans (Dec 2001); 52.232-34- Payment by Electronic Funds Transfer--Central Contractor Registration (May 1999), Required Central Contractor Registration; 52.252-2- full text and fill-in (Feb 1998), 52.252-6 full text and fill in are applicable to this acquisition (Apr 1984). The full text of these clauses may be accessed electronically at: www.arnet.gov/far. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration (CCR) database, no exceptions. To register, you may apply at http://www.ccr.gov
 
Place of Performance
Address: 1660 S. Columbian Way; Seattle, WA
Zip Code: 98108
Country: United States
 
Record
SN00874704-W 20050821/050819211948 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.