Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2013 FBO #4142
DOCUMENT

Q -- Mobile MRI Services Naval Health Clinic Cherry Point - Attachment

Notice Date
3/26/2013
 
Notice Type
Attachment
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
Solicitation Number
N0018913TZ073
 
Response Due
4/1/2013
 
Archive Date
4/16/2013
 
Point of Contact
Antoinette Miles, antoinette.miles@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a sources sought notice to determine the availability of potential small business sources capable of providing Mobile Magnetic Resonance Imaging (MRI) services at the Naval Health Clinic Cherry Point, NC. The Contractor shall perform a normal range of MRI procedures to include pulse sequences and physiologic synchronized imaging. The MRI studies shall be performed within the Contractor's mobile facility (1.5 Tesla Magnet), on Government property, contiguous to Naval Health Clinic Cherry Point, NC, utilizing Contractor equipment and supplies. The Contractor shall also provide technicians to perform MRI services which are required three days per week from 0800 through 1630 hours (8:00am to 4:30pm. The mobile facility shall have, at a minimum, sufficient space to accommodate the following areas: scan room; operator control room, and check-in area. The facility shall also include the following minimum components and systems: - Pulse oximeter; Oxygen delivery systems; Temporomandibular Joint (TMJ) tracking device; Non-ferrous gurney; Wheelchair; MR compatible emergency crash cart and crash cart supplies; patient monitor and video camera; patient intercom system. - Coil systems consisting of: head; cervical spine; thoracic spine; lumbar spine; dedicated knee; extremity (small parts); Helm Holz Neck; body coil (e.g. for pelvic imaging) and shoulder coil. - Oxygen Concentration Monitor. The mobile facility shall have both audible and visual alarms located in the MRI scan room. The audible alarm shall be capable of being heard clearly in the scan room and also in the operator control room. - Safety and Warning Systems. The Contractor shall provide a safety system for magnet quenching and emergency shutdown; cryogen level indicators; visual and audible alarms; heat sensor shut off for room temperature problems. The system shall also include warning devices for low cryogen level, temperature limits, and scan-in-progress. - Fire Detection Systems. The Contractor shall furnish and install smoke detectors throughout the mobile facility that are located on the ceilings and under any raised floors. The smoke detectors shall be Underwriters Laboratory (UL) listed. Each smoke detector shall contain a visible, red LED alarm indicating light, which shall remain lit following detector actuation until the firm alarm is reset manually. The number of smoke detectors shall be sufficient to ensure coverage of the total area encompassed by all functional areas of the mobile facility. The Contractor shall furnish and install all necessary wiring equipment. - Fire Extinguishing System. The mobile facility shall contain a central halon fire suppression system (or equivalent) that provides coverage of all functional areas within the mobile facility. The fire extinguishing system shall be capable of being activated by all the smoke detectors located throughout the mobile facility. The fire extinguishing system shall provide a 30 second delay for manual deactivation. - Emergency Lighting. The mobile facility shall contain battery powered lights (or equivalent) throughout all functional areas within the mobile facility. The lights shall be capable of being automatically activated upon loss of electrical power to the mobile facility. - The Contractor shall provide safety barriers outside the Contractor ™s mobile facility, and hazardous waste disposal. - The Contractor shall supply all contrast materials. The MRI unit shall contain the following items and capabilities: - A minimum of a 1.5 Tesla magnet. - Storage of all tapes, disks and long term data for two (2) years after commencement of services under this contract. - A written manufacturer guarantee to continue being current, including a copy of the contract with the manufacturer that provides all upgrades to the MRI equipment offered by the manufacturer for the entire life of this contract. - Current software upgrades that demonstrates the capability to conduct angiography. - Current software to allow interface and transfer of digital images into the MTF ™s existing Picture Archive Communication System (PACS) system for interpretation. The contractor is responsible for connection to the PACS system. - A service agreement for the MRI equipment that includes two-hour guaranteed maintenance response time, 24- hour parts replacement guarantee, and 95% equipment up-time guarantee. The service agreement shall be provided by an authorized manufacturer's representative. - The MRI unit shall not be older than five (5) years at any time during contract performance, and have been placed in active service not more than three (3) years prior to commencement of services under this contract. The MRI unit ™s operating software/firmware must not be older than one (1) generation. Software/firmware upgrades shall include adequate contractor-provided onsite training of hospital radiologists/techs. Furthermore, the specific qualifications for Magnetic Resonance Imaging (MRI) Technologists include: - Current certification as a Magnetic Resonance Imaging (MRI) technologist and as a diagnostic radiologic technologist as determined by American Registry of Radiologic Technologists (ARRT). - Within 60 days following commencement of services, possess current certification from the MTF in intravenous therapy, including injections. - A minimum of 24 months within the preceding 36 months of full-time experience as a diagnostic radiologic technologist performing MRI services that includes a minimum of one year experience performing MR angiography, and three dimensional studies. A firm fixed price contract is anticipated that will consist of a one (1) year base period and four (4) one year option periods. The North American Industrial Classification System (NAICS) code for this acquisition is 621512 and the standard is $14 million. Offerors possessing the requisite skills, resources and capabilities necessary to perform the stated requirement are invited to respond to this sources sought notice via the submission of a capability statement, no more than three (3) pages in length. The submission should address the following: (1) Corporate Experience. Relevant corporate experience is experience (within the past five years) that is of the same or similar scope (e.g. providing a fully-furnished mobile Magnetic Resonance Imaging (MRI) unit to include all related supplies, equipment, and personnel to provide MRI services), same or similar magnitude (availability of Mobile MRI services for three (3) days per week on long-term (at least one year) effort). This relevant corporate experience should identify the applicable contract number, total days performed per week, contract period of performance, description of the relevant services provided, and a customer point of contact with corresponding telephone number and e-mail address. (2) Equipment. Provide a detailed description of the Mobile MRI unit specifications and its components. This description should address the minimum components and systems as specified in the stated requirement. (3) Risks. As a small business, discuss ways in which your firm would be able to mitigate the financial risks associated with performing a part-time (3 days per week) Mobile MRI services contract at the Cherry Point, NC location at a reasonable cost to the Government for a period guaranteed for one (1) year with four (4) one-year options (each of which are not guaranteed). Please ensure that the company name, address, point of contact information (including phone number and email), and business size/designation is included with the capability statement. All submissions are required to be submitted via e-mail to antoinette.miles@navy.mil no later than 1:00 PM EST on 01 April 2013. Please direct any questions concerning this sources sought synopsis to Antoinette Miles at Antoinette.miles@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018913TZ073/listing.html)
 
Document(s)
Attachment
 
File Name: N0018913TZ073_Sources_Sought.docx (https://www.neco.navy.mil/synopsis_file/N0018913TZ073_Sources_Sought.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0018913TZ073_Sources_Sought.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03021005-W 20130328/130326234836-0fe9223d34eee368b7aaa3880c25d1e8 (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.