Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2009 FBO #2842
MODIFICATION

65 -- Lease of Mobile CT Scanner

Notice Date
9/3/2009
 
Notice Type
Modification/Amendment
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA-241-09-RQ-0439
 
Response Due
9/8/2009
 
Archive Date
10/8/2009
 
Point of Contact
James Kneeland
 
E-Mail Address
Contract Specialist
(James.Kneeland@VA.Gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Sources Sought - Mobile CT Scanning This is a SOURCES SOUGHT NOTICE. This is NOT a solicitation for proposals or quotes. The purpose of this Notice is to obtain information regarding: (1) the availability and capability of qualified small business sources that can furnish all labor, supervision and equipment to provide a Mobile CT Scanner; 2) to determine the availability of potential small businesses. Interested small businesses should indicate their status as: Service Disabled Veteran Owned Small Business, Veteran Owned Small Businesses, HUBZone small business, 8(a), Small businesses with other socio-economic status or Small businesses with no special socioeconomic categories; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. The NAICS code for this service is 621512 and the size standard is $13.5 million. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this Notice. Contract duration will be a base year and four option years. THIS IS STRICTLY MARKET RESEARCH THAT WILL ASSIST THE DEPARTMENT OF VETERANS AFFAIRS, BOSTON HEALTHCARE SYSTEM PLAN THEIR ACQUISITION STRATEGY. Proposals will not be accepted at this time. General Statement of Need STATEMENT OF WORK/SPECIFICATIONS 1.0 OVERVIEW SERVICES: Contractor shall provide all expertise, trained personnel, equipment and supplies as necessary to deliver and install this unit at the West Roxbury campus of the VA Boston Healthcare System (VABHS). Contractor shall provide a Mobile CT scanning system and associated equipment (hereinafter referred to as a mobile unit). Above shall include a multislice CT scanner (minimum 16 detector), which shall be delivered F.O.B. Destination to the West Roxbury campus, VABHS 1400 VFW Parkway, West Roxbury, MA 02132. Contractor will be provided a minimum seventy-two (72) hours notice when the mobile unit is no longer required. If the return of the unit is anticipated to be in the middle of a normal workweek, the Contractor price will be prorated and price will be decreased accordingly. This agreement shall include all labor, material, tools, maintenance/repairs, equipment, hookup, delivery, and the complete removal of the mobile unit upon conclusion of the Contractor period. Mobile unit will be delivered and removed on a date and time mutually agreed upon between the COTR and the Contractor. It is also agreed upon and understood that only qualified/trained VA technologists will be allowed to perform scans on the Contractor furnished equipment. VA may need to perform CT scans at anytime therefore, the Mobile unit will be available and the VA will have access on site 24 hours a day, 7 days a week (24/7) for the agreed upon period. Contractor shall be responsible to maintain all of the equipment in good working order at all times and shall reimburse the VA for any reasonable costs which may be associated with any defective workmanship or equipment failure as further defined herein. 1.1 TERM OF POTENTIAL CONTRACT: The contract is effective after award from the date specified for a 4 month period with an option to renew for additional month(s). The contract is subject to the availability of VA funds. No service shall be performed by the Contractor after dates indicated, unless authorized by the Contracting Officer in writing. 1.2 TRAINING: Government personnel shall provide all patient services. Contractor is required to provide all necessary training for full operation of the Mobile CT unit if necessary. Contractor shall make the necessary arrangements with the Contractors Technical Representative (COTR) to schedule training sessions. Training sessions are excluded from being performed on weekends and federal holidays. 1.3 USE OF EQUIPMENT: It is agreed upon and understood that a qualified VABHS CT technologist(s) (who has completed and received the proper training on the use of the equipment) will be authorized to use the Contractors furnished equipment 24/7 to perform a variety of CT exams. 1.4 PURPOSE: The intent of the services is to provide interim services while a new CT scanner is being installed at the West Roxbury, Ma campus of VABHS. Contractors equipment shall be state-of-the art in order to achieve high quality scans for VA patient diagnosis. 1.5 CONTRACTORS FURNISHED EQUIPMENT: Equipment shall include but not be limited to a fully equipped multislice mobile CT Scanner (16 detector minimum) where studies will be performed on the contractors furnished equipment. Contractor shall submit an equipment specification list of all equipment, including the CT Mobile Unit with his/her signed quotes as further detailed in Paragraph 1.7. Include name of manufacturer, model number, manufacturers brochures, cut sheets, equipment specifications, and all pertinent data. All equipment to be used will be FDA approved imaging equipment placed at a location designated by the COTR on site at the West Roxbury campus. The entire offering of a CT Mobile service shall meet all local, state, federal, industry, JC, NEC, NFPA, VA, OSHA, and other regulatory standards internal or external that the VABHS is currently accountable for. 1.6 SYSTEM CAPABILITY REQUIREMENTS: The Contractor shall provide a Mobile CT which will allow the VA personnel/staff to perform a wide range of exams as listed below as follows: 1. Diagnostic CT imaging 2. CT scans including but not limited to all Body and Neuro CT procedures. 3. Limited CT-guided interventional procedures. 1.7 EQUIPMENT LIST: to be provided at no additional cost to VABHS. Scanner and all associated equipment - Both hardware and software, which shall have ability to send DICOM images to VABHS PACS and Laser Camera: DICOM network connection to existing graphics workstations. The mobile unit shall be equipped with an Optical disk archival system however VA will be responsible for MOD. Notwithstanding, the patient data and optical disk is the property of the VABHS. The mobile unit shall be equipped with CD-R burning capabilities as a backup to network transfer of data. 1.8 ACCESSORY EQUIPMENT: Accessory equipment that shall be provided by the Contractor: Handicap accessibility - via ramp or lift Intercom system between the control room and scanning room Medrad Envision Injector 1.9 EQUIPMENT SPECIFICATIONS: The following minimum performance characteristics of the equipment are required: 16 or 64 detector configuration with 0.6mm minimum slice thickness. Connectivity to PACS as well as existing graphics workstations (Siemens Leonardo and GE Advantage Workstation). Graphics software to include capability for MPR, MIP and VR reconstructions, as well as CT Colonography and Virtual Bronchoscopy packages. Multislice (16 detector minimum) mobile CT system with a Medrad Envision Injector. DICOM [connectivity / functionality between VABHS CareStream PACS] Optical disk archival system Contractor will be required to make whatever adaptations are necessary so that the Contractors equipment is compatible with the VA furnished services defined herein. The Mobile CT shall provide images with consistently high technical quality. It shall also be capable of acquiring diagnostic quality CT images that meet the standard of care. The Mobile CT unit shall be ready for use regardless of outside environmental conditions. The Mobile CT unit shall maintain a temperature to assure proper operation of the scanner without frequent calibration and provide for patient comfort. Meet all federal, state and local fire and safety requirements. Telecommunications: The mobile unit shall be equipped with an outlet connection capable of transmitting data and voice through a Government provided network cable. The Government will provide the connection required for the transmission of images, data and voice. (PACS interface contact person shall be provided to the successful Contractor during the post-award orientation). 1.10 ADDITIONAL REQUIREMENTS/MOBILE CT UNIT: Contractor shall provide a Mobile CT Unit that meets the following physical requirements: Has been approved by the FDA and meets or exceeds minimal standards for the type of equipment being provided as defined herein. The Contractors Mobile CT shall provide the space sufficient for the monitoring of sedated patients and conducting CPR and code if needed. 1.11 VA PROVIDED UTILITIES/SERVICES: VABHS, SHALL PROVIDE THE FOLLOWING UTILITIES/SERVICES (IF NECESSARY) FOR OPERATION OF THE MRI MOBILE UNIT: Maintenance of the site which meets the requirements for the system. Housekeeping during use of the mobile unit. Provision of utilities including electricity, telephone service and network. Provision of a Radiologist to oversee procedures, to protocol studies. VA Staff to respond medical emergencies. VA will be responsible for scheduling of patients to maximize patient throughput and will provide clerical support for scheduling, patient registration and other administrative responsibilities related to the CT Schedule. Provision of medical staff when required for procedures. Transportation of patients to/from their medical ward or escort of patients from the waiting area to the mobile CT. Provision of medical supplies necessary to perform the procedure. Provision of standard protocols for CT technical staff and availability of radiologist to confer with regarding non-standard protocols. VA physicians will obtain any written consent that may be required in accordance with VA regulations. In accordance to the Original Equipment Manufacturers (OEM) electrical specifications. Use of telephone extension while mobile unit is on site in order to permit personnel of the unit to make and receive telephone calls, and to facilitate the movement of patients to and from the unit. Telephone calls placed and received by the personnel of the unit on the extension shall be restricted to the appropriate free dialing areas and long distance without charge to the VABHS. 1.12 EQUIPMENT MAINTENANCE/REPAIRS: Equipment provided shall be in good working order at all times in order to provide high quality scans required under this solicitation and any resulting contract. Contractor shall be completely responsible for the preventive maintenance, emergency and general repairs, replacement of any defective parts/components, safety, cleaning, and upkeep of all equipment furnished by the Contractor. Preventative maintenance/repairs on the CT mobile unit and all associated equipment shall be performed in accordance with the Conformance Standards and manufacturers recommendations. If the equipment should fail during normal working hours, emergency repairs will be performed on-site by qualified service engineers within a four hour response time in order to reduce equipment downtime. Contract price shall be reduced by a reasonable amount in the event that the contractor is unable to meet the response times stated herein or as mutually agreed upon with the COTR based upon patient scheduling. Notwithstanding, if it is determined that the equipment cannot be repaired on site within an agreed upon period of time, the contractor agrees to replace the Mobile Unit within forty-eight (48) hours of equipment failure. Contract price will be adjusted for any days in which the equipment cannot be used. VA shall be responsible for the overall housekeeping of the unit including but not limited to removal and proper disposal of all debris on a daily basis or as often as necessary to maintain a sanitized and neat environment in accordance with the Conformance Standards. 1.13 PARTS: The Contractor shall furnish and replace parts to meet times specified in this agreement. The Contractor has ready access to all parts, including unique and/or high mortality replacement parts. All parts supplied shall be compatible with existing equipment. The contract shall include all parts required. The Contractor shall use new or rebuilt parts. All parts shall be of current manufacture and have complete versatility with the presently installed equipment. All parts shall perform identically to the original equipment specifications. Rebuilt parts, used parts or those removed from another piece of equipment shall not be installed without specific approval by the CO or the COTR. Contractors equipment must be compatible with the VA existing equipment and/or systems in order to provide an interface between the Mobile CT Unit and the Contractors equipment and the VA firewall. VA personnel will be assigned to the successful Contractor during the post award orientation to establish network connectivity from the trailer through the VABHS firewall. The Contractor and OIT official will discuss firewall security and patient data purging procedures from the Contractors computer hard drives on the trailer unit. CT Mobile Unit Driver shall be licensed as applicable to operate and drive the mobile vehicle in which the unit is housed. Contractor is responsible for delivery and set up of unit on site. 1.14 RECORDS AND CONFIDENTIALITY Records created by the Contractor in the course of treating VA patients under this agreement are the property of the VA and shall not be accessed, released, transferred or destroyed except in accordance with applicable federal laws and regulations. Whenever possible, records and reports will be made available in digital form. VA Boston shall be provided with the system hard drive or the contractor shall provide documentation of a system cleansing of information. This shall be signed off by the West Roxbury facility Information Security Officer (ISO). The treatment and administrative records created by, or provided to, the Contractor under this agreement are covered by the VA system of records entitled Patient Medical records- VA (24VA136). In responding to VA Patient requests that copies of their patient records be released to a third party, the Contractor shall refer the VA patient/family to the Release of Information Act (ROI), located within the VA Business office for response. 1.15 TORT CLAIMS The Federal Tort Claims Act does not cover the Contractor and/or its employees. When the group or its employees has been identified as a provider in a tort claim, the Group or Group Employee is responsible for notifying their own legal counsel and/or insurance carrier. Any subsequent settlement or judgment arising from a group or Group employees act or omission under this agreement is the responsibility of the Group, Group employee and/or insurance carrier unless such act or omission was at the direction of the VA clinical staff member or other VA employee. 1.16 QUALITY CONTROL All studies shall conform to VA protocol established by VA Radiologists prior to any examination being performed. Studies will be performed according to VA BHS protocols. VA estimates 16-20 CT exams to be completed daily. The information provided is NOT intended to be a solicitation for proposals but rather for potential small businesses in determining their capability to meet requirements. The exact locations of the equipment and other specifications will be addressed in the solicitation. All qualified and interested small businesses should notify this office in writing (phone calls will not be accepted) by first-class mail (or email to James.Kneelands@VA.gov) on or before 10:00 a.m. EST on September 9, 2009. Responses should include: 1) identification and verification of the company certified by the Small Business Administration and indicating socio-economic category 2) a positive statement of your intent to submit a proposal for the solicitation. This is NOT a Request for Proposals and does NOT constitute any commitment by the Government. Responses to this Sources Sought Notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market research/Sources Sought Notice. Responding small businesses should have an active CCR registration, DUNS number and up to date ORCA registrations. SDVOSBs and VOSBs MUST be registered in VetBiz.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA-241-09-RQ-0439/listing.html)
 
Record
SN01940861-W 20090905/090904002718-020c75290c7f0bfb51d8c0718d547413 (fbodaily.com)
 
Source
FedBizOpps 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.