DOCUMENT
W -- MOBILE MRI TRAILER - Attachment
- Notice Date
- 10/24/2018
- Notice Type
- Attachment
- NAICS
- 621512
— Diagnostic Imaging Centers
- Contracting Office
- Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
- ZIP Code
- 53214-1476
- Solicitation Number
- 36C25219Q0049
- Response Due
- 11/2/2018
- Archive Date
- 1/1/2019
- Point of Contact
- DIANE SACK
- Small Business Set-Aside
- N/A
- Description
- Page 2 of 4 SOURCES SOUGHT SYNOPSIS MOBILE MAGNETIC RESONANCE IMAGING (MRI) The Department of Veterans Affairs is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in, and the resources to support, a requirement for a mobile Magnetic Resonance Imaging (MRI) for the Veterans Affairs Illiana Health Care System, 1900 East Main St, Danville, Illinois. The results of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 621512 Diagnostic Imaging Centers. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals/quotes; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Contractors must provide all pertinent information to the POC for consideration by the Contracting Officer (CO). Failure to submit sufficient information for the CO to ascertain contractor capabilities is the full responsibility of the contractor. The CO will not be responsible to engage with any contractor(s) for additional information before making a determination of procurement method. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the listed services are invited to submit a response to this Sources Sought Notice by 4 PM CST on November 2, 2018. All responses under this Sources Sought Notice must be emailed to diane.sack@va.gov. SCOPE OF WORK: Contractor must provide all equipment, tools, and initial labor to provide for rental of a mobile Magnetic Resonance Imaging (MRI) trailer/unit for VA referred beneficiaries of the Veterans Affairs Illiana Health Care System, 1900 East Main St, Danville, Illinois 61832 (hereinafter referred to as VAIHCS) via a mobile MRI unit. MRI studies will be performed as deemed medically appropriate and requested by VAIHCS. PERIOD OF PERFORMANCE: Possibility of a base with up to four, one-year option periods. 1. Schedule of Supplies/Services MRI Work Hours: The MRI trailer will be used to perform studies Monday through Friday: 8:00 a.m. to 5:00 p.m. Extended hours and weekends may be utilized at the discretion of the facility. The facility will be closed on National Holidays. 2. Contractor Responsibilities: 2.1 Contractor will be responsible for all transportation, delivery, set-up, connection to VA provided 450v power, data and phone lines. Trailer would be required to connect to the existing corridor attached to B-58 and provide functioning service. The hydraulic lift will not be used. The contractor must note the site has a nearby electrical transformer and they must confirm there will not be any electrical interference. 2.2 Contractor shall provide OEM recommended Preventative Maintenance on MRI, trailer and and accessories at no additional charge to the Government. The contractor will be responsible for providing training of the MRI to VA personnel. 2.4 Contractor is also required to maintaining applicable insurance policies commensurate with normal business practices and as required by Federal/State/Local laws, and to provide copies of those certificates to the VAIHCS. INSURANCE - EVIDENCE OF COVERAGE: Before commencing work under any resultant contracts, the Contractor will be required to furnish certification to the Contracting Officer that the coverage required has been obtained and such Policy shall state "THIS POLICY MAY NOT BE CHANGED OR CANCELED WITHOUT WRITTEN NOTICE TO THE VA." Said policy must bear an appropriate "loss payable clause" to the United States as its interest may appear. Such evidence of insurance will not be waived. 3. VAIHCS Responsibilities: 3.1 VAIHCS will provide a Parking site with all required power and utility hook ups. Dimensions and Specifications: The parking site in place has the following dimensions: 20 x 60 in size and is asphalt The site is arranged so that the trailer is parked to match the corridor and the patient access door. Electrical service: Single power receptacle (Russell-Stoll DF2504FRAB) connected to a 200-amp 3 pole 480 volt disconnect switch. Two (2) telephone connections and two (2) data connections. Data connections have RJ45 jacks. Cable to telephone and data connections is category 5e. No water connection is provided. 4. MRI Equipment 4.1 MRI system is contained within a parked mobile unit The Contractor must provide a clean well-maintained state-of-the-art mobile MRI unit with a minimum or a 1.5 tesla magnet system designed to perform body, abdominal, neurological, vascular, and extremity/ joint imaging, with minimum capabilities as described in Attachment B, including appropriate coils for all imaging studies performed at VAIHCS. ATTACHMENT B MINIMUM TECHNICAL SPECIFICATIONS FOR THE PROPOSED MRI Equipment Contractor would be required to provide a state of the art 1.5T with a minimum 70 cm bore, that includes the following: MRI Protocols (including, but not limited to) Brain (MRI and MRA), Orbit/Face/Neck, Spine (Cervical, Thoracic, & Lumbar), Routine MSK, Abdomen/Pelvis, Pelvis-Male and Female, Brachial Plexus, Carotid and Renal MRA. MRI software packages should include the following, but not limited to: 2D/3D Imaging ADC Mapping Neuro Angio Body Ortho EPI/DWI T2 Dark fluid 3D TSE Fast Imaging (i.e. Blade or Propeller, but not limited to) Care Bolus 2D/3D Phase Contrast Post-processing Non-contrast MRA and CE MRA Parallel Imaging Single Shot EPI DICOM Worklist DICOM SCU Coils: Appropriate coils will be included to accommodate and accurately examine all MRI procedures and protocols listed above. System should also include: Contrast Power Injector Minimum of 400 lb load table limit Ability to plug in multiple coils which can be used simultaneously HVAC system for environmental control On board Generator to maintain HVAC in event of shore power failure Equipment will be capable of sending images to destinations including (printer, PAC s, Hospital RIS System, etc) Accessories Best Bore size to accommodate over weight MRI patients and claustrophobia Optional Accessories to enhance VA Patient experience and comfort such as Digital video goggles and audio headset. Enhanced communication between patient and MRI technologist. Positioning Sponges and Straps MRI Safe Transfer Table Metal Detector Hand Held Metal Detector MRI Safe Wheel chair MRI Safe Fire Extinguisher Options to upgrade MRI system configuration and capabilities during life of contract
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25219Q0049/listing.html)
- Document(s)
- Attachment
- File Name: 36C25219Q0049 36C25219Q0049.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4649941&FileName=36C25219Q0049-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4649941&FileName=36C25219Q0049-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25219Q0049 36C25219Q0049.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4649941&FileName=36C25219Q0049-000.docx)
- Record
- SN05133695-W 20181026/181024230737-485404817d04aacb6bf24e65b46a5a79 (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 |