Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 02, 2019 FBO #6369
SOLICITATION NOTICE

65 -- Electronic view window system with MRI Compatable video camera, Digital video recording (VA-19-00051483) 36C245-19-AP-1736/512-19-3-542-0125

Notice Date
4/30/2019
 
Notice Type
Synopsis
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Contracting Oiffce NCO-5;849 International Drive;Suite # 275;Linthicum,MD 21090
 
ZIP Code
21201
 
Solicitation Number
36C24519Q0297
 
Response Due
5/6/2019
 
Archive Date
5/16/2019
 
Point of Contact
Deborah.Reardon@va.gov, 410-691-1140
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK MRI Video Monitoring System 3T 1.0 BACKGROUND The VA Baltimore operates 2 MRI Imaging units that are utilized daily to acquire various MR Imaging exams on our Veterans. We currently operate a 3 Tesla MR machine that requires MR safe video monitoring system to be used exclusively for patient monitoring during MR exams. This is a requirement and requires our current system to be upgraded. This system is used to replace the View Window normally installed in an MRI Scan room. The window represents a substantial reduction in Radio Frequency shielding effectiveness and has proven to reduce signal to noise ratio during fMRI studies. MR monitoring systems are made specifically to be MR safe to be used in a high magnetic environment. It is essential they do not contain ferrous material and are shielded adequately to provide safe operation. These systems are specifically designed for MR suites and provide ability of staff to monitor all patient activity while being scanned. 2.0 SCOPE The scope of work for this contract consists of a purchase of specialized pieces of medical and electronic equipment that are compatible with our current MR machines and supply the ability to complete the associated MR exams. 3.0 TASKS Contractor shall provide the following products: 1 2 CCD Low Light Color Camera system. 2 2 Fiber optic video transmission system. 3 2 MRA custom manufactured R F Housing with filtering. 4 2 Camera lenses, Varifocal, 90-degree view to 20 degree view. 5 2 Die-cast aluminum camera mount brackets. 6 2 62.5 / 125 multi-mode fiber cable. 25-meter length. 7 1 Radio Frequency noise test and certification. 8 1 Control room camera with wide angle lens 9 1 Waiting Room camera with wide angle lens 10 1 Supply and install a 40 Inch Digital television display with mounting bracket. Other sizes and types available. 11 1 Digital Video Recorder with 72 Hour storage drive and network connection. 12 1 Delivery, installation, operator training and 1 Year Warranty Installation of The vendor shall provide and install the MR video monitoring system and any associated software upgrade at the Baltimore VA Medical Center. The vendor must provide a FSE for the installation and testing of the product. Training Training should be targeted to the specific audiences that will use and or support the solution. Initial training should be provided on-site. 6. Equipment Upgrades From time to time Updates and/or Upgrades on applicable Programs may result in the requirement or recommendation by the vendor that VA upgrade the Equipment and/or upgrade VA-provided hardware components. Any such necessary Equipment and/or VA-provided hardware upgrades shall be at the sole responsibility and cost of VA, whether the original Equipment was purchased from the vendor or purchased separately by VA. 8. Implementation Services and Upgrades From time to time Updates and/or Upgrades on applicable equipment may result in the requirement or recommendation by the vendor that VA receives various services to implement effectively. Such services include but are not limited to user training, administrator training. Any such necessary services shall be charged at the discretion of the vendor and are at the sole cost of VA. PREVENTIVE MAINTENANCE (PM) A. Contractor shall perform Preventive Maintenance and system performance checks as requested. B. The contractor shall furnish documentation, including all measurement and calibration data to certify that the system is performing in accordance with the performance specifications. REPORTING REQUIREMENTS The contractor shall report to Radiology/Biomedical Engineering to "check-in" upon arrival and prior to performance of work under this contract. This check-in is mandatory and can be accomplished in person or by phone contact. When the service(s) is/are completed, the FSE shall document the services rendered on a legible ESR(s). The FSE shall be required to check out with the Radiology/Biomedical Engineering Department (location to be specified at time of contract award) and submit the ESR(s) to the COR. Failure to comply, either in whole or in part, with either the notification or ESR requirements will be deemed significant non-compliance with the contract and may be justification for termination of the contract. COMPETENCY OF PERSONNEL INSTALLING AND SERVICING EQUIPMENT A. Each respondent must have an established business, with an office and full-time staff. The staff includes a "fully qualified" FSE and a "fully qualified" FSE who will serve as the backup. B. "Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) shall have successfully completed a formalized training program. For field experience, the FSE(s) shall have a minimum of two years of experience, with respect to scheduled and unscheduled preventive and remedial maintenance on equipment. C. The FSE shall be authorized by the contractor to perform the maintenance services as required. All work shall be performed by "Fully Qualified" competent FSEs. The contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the contractor services at the VA. The CO may authenticate the training requirements, request copies of training certificates or credentials from the contractor at any time for any personnel who are servicing or installing any VA equipment. The CO and/or the COR specifically reserve the right to reject any of the contractor's personnel and refuse them permission to work on the VA equipment. 4.0 GENERAL REQUIREMENTS 4.1 Order Type This effort shall be proposed as a Firm Fixed Price (FFP) contract. 4.3 Place of Performance The work will be performed at the VA facilities located within VISN5 at the Baltimore VA Medical center. 4.5 Parking, Security and VA Regulations The contractor's FSE shall wear visible identification at all times while on the premises of the VA. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police-Security Service. The VA will not invalidate or make reimbursement for parking violations of the contractor under any conditions. Smoking is prohibited inside any buildings at the VA. Cellular phones and two-way radios are not to be used within six feet of any medical equipment. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in a citation answerable in the United States (Federal) District Court, not a local district state, or municipal court. 5.0 REFERENCE INFORMATION Definitions/Acronyms A. Biomedical Engineering - Supervisor or designee B. CO - Contracting Officer. C. COR - Contracting Officer's Representative. D. PM - Preventive Maintenance Inspection. Services which are periodic in nature and are required to maintain the equipment in such condition that it may be operated in accordance with its intended design and functional capacity with minimal incidence of malfunction or operative conditions. Service shall consist of calibration and testing in accordance with the manufacturer's latest established service procedures to ensure operation of equipment within manufacturer's or VA's performance specifications, whichever is the most rigorous. PM includes cleaning, inspecting lubricating and testing all equipment. All equipment shall be operated at least one complete operating cycle at the end of each PM. E. FSE - Field Service Engineer. A person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services on the VA premises. F. ESR - Vendor Engineering Service Report. A documentation of the services rendered for each incidence of work performance under the terms and conditions of the contract. G. Acceptance Signature VA employee who indicates FSE demonstrated service conclusion/status and user has accepted work as complete/pending as stated in ESR. H. Authorization Signature - COR's signature; indicates COR accepts work status as stated in ESR. I. OEM - Original Equipment Manufacturer L. "Update" means a release of a Program that may include minor feature enhancements, and/or bug fixes and/or fixes of minor errors and/or corrections and typically is identified by an increase in a release or version number to the right of the first decimal (for example, an increase from Version 5.1 to 5.2 or from Version 5.1.1 to 5.1.2). "Update" shall not be construed to include Upgrades. M. "Upgrade" means a release of the Program that may include some feature enhancements and/or additional capabilities (functionality) over versions of the Programs previously supplied to Customer, and typically is identified by an increase in the release or version number to the left of the decimal (for example, an increase from Version 5.2 to Version 6.0) For clarification purposes, "Upgrade" shall not be construed to include either a release that contains major new feature enhancements or a release that contains major new capabilities such that, in either case, Nuance, in its sole discretion, deems such release to constitute a new product or substantial extension of the product line. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (30-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/36C24519Q0297/listing.html)
 
Place of Performance
Address: VA MEDICAL CENTER;10 North Greene Street;Baltimore, MD
Zip Code: 21201
Country: USA
 
Record
SN05296713-F 20190502/190430230021 (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.