Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 20, 2019 SAM #6565
SOURCES SOUGHT

W -- Mobile CT Scanner Lease

Notice Date
11/18/2019 2:35:56 PM
 
Notice Type
Sources Sought
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
263-NETWORK CONTRACT OFFICE 23 (36C263) MINNEAPOLIS MN 55417 USA
 
ZIP Code
55417
 
Solicitation Number
36C26320Q0098
 
Response Due
11/25/2019 8:59:59 PM
 
Archive Date
01/24/2020
 
Point of Contact
Melanie Stockman
 
E-Mail Address
melanie.stockman@va.gov
(melanie.stockman@va.gov)
 
Awardee
null
 
Description
This is a REQUEST FOR INFORMATION (RFI) only. Market research is being conducted to determine the amount of qualified and capable businesses that can provide the items requested below. If you believe your firm is able to provide the items requested below, you are encouraged to respond by the due date with all of the required information indicated below in order to be considered. Due date for responses is close of business (4:30PM local time/CT) on Monday, November 25, 2019. Email responses to Melanie Stockman at melanie.stockman@va.gov. All questions must be submitted in writing to the Contracting Officer in writing via email. Telephone inquiries will NOT be accepted/returned. When submitting a response to this RFI, offerors must include the following:Indicate socio-economic status of businessInclude picture of offered items and support literature, brochure etcIndicate any existing Government contract where item(s) may be purchased (i.e. FSS/GSA contract etc)Must be able to provide installationDISCLAIMER-This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201 (e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.NAICS: 532490Size Standard: $35.0 millionSPECIFICATIONS:GENERAL SCOPEThe St. Cloud VA Health Care System (St. Cloud) has a need for a temporary Mobile CT System trailer lease until completion of construction and installation of a CT scanner in the new Imaging Diagnostic Center. The Mobile CT Trailer will be placed on the East side of Building 3, St. Cloud Minnesota. Mobile unit requirements noted below: A. CONTRACTOR REQUIRED TO PROVIDE THE FOLLOWING:Site planning and equipment setup, including delivery, replacement and removal. All service, maintenance and preventative maintenance of the equipment to meet the Joint Commission criteriaAll service, maintenance and preventative maintenance of the trailer and trailer components. Provide service manuals and preventative maintenance schedule. Shielding to satisfy Radiation Safety Regulations by providing a Physicist report of adequate shielding.Vendor to provide lead shielding information for the trailer. If available, provide a Physicist shielding plan confirming that the lead shielding in the trailer is adequate per State of Minnesota guidelines and any FDA guidelines.Vendor will provide information demonstrating qualifications�for�Bio-Medical professionals having completed an Advancing Safety in Health Technology (AAMI) program or equivalent study specifically for maintenance, installation, calibration and repair of biomedical equipment and who have received manufacture training for the CT scanner and injector. Vendor to provide Physicist inspection of CT equipment. CT equipment must have been inspected and passed inspection within the most recent calendar year. Inspection must be completed according to VHA guidelines during the lease period including all option periods. Any corrective action necessary due to the inspection will be completed and cost incurred by Vendor. Any repair that impacts radiation producing equipment requires Physicist inspection. Copies of the physicist inspection are to be provided to the VA.The CT system shall be equipped with an outlet connection capable of transmitting data and voice via category 6 cable. The Government will provide the connection required for the transmission of images, data and voice. The Contractor s mobile scanner system must be able to connect images to both systems and be compatible with DICOM 3 imaging standards. This will include the vendor completing VA Form 6550, Appendix A and any other required VA forms for all items requiring an IP address.A CT computer and monitor for the operation of the CT System and all storage devices containing patient identifiable information ( disc, mobile, media, etc.) will be sanitized using required software (i.e. Jetico BCWipe software) to clear patient identifiable information from hard drive before providing the hard drive back to the vendor. If warranty repair is needed, the hard drive will be retained and sanitized before providing it back to the vendor. The Technician workstation computer needed for VA system access and internet will be provided by the VA OI&T.Sufficient electrical outlets to power all computer systems there will be a minimum of two electrical outlets for convenience.Inside lighting characteristics will include dimmable lighting that can range from an average luminance of 5 to 100 lumens.Access stairs with railing to meet VA and ABAAS accessibility standardsSpace available inside the trailer to place and maneuver a patient crash/medication cart with the dimensions of 70 HX36 LX 25 W.A self-contained hand washing station/sink with external waste water line connection point. Vendor will connect to the trailer to water and sewer ground rough-in. Hot water available at hand washing station/sink. Water heater to be part of trailer.A patient lift for patients with mobility deficits that are using a wheelchair or patient cart, to access the trailer. The lift to operate/lower patients down from the trailer during power outages.An awning to protect patients entering and exiting the trailer during inclement weather covering patient lift. The Contractor will be responsible for ensuring the trailer is leveled.The Contractor shall furnish company liability insurance and will hold certificate of insurance for general liability and vehicle insurance. The Contractor shall furnish to the VA a certificate of insurance evidencing all required coverage has been obtained. The Contractor shall be responsible for maintaining this coverage for the duration of the contract period. Under no circumstance will the Contractors equipment or employees be covered by VA liability insurance.Equipment to include CT and trailer, must maintain and up-time of 98% or better excluding 8 hours for annual inspection.Self-contained environmental control capable of maintaining a space temperature of 72 degrees year-round. The space will be draft free.Onboard power management system to compensate for incoming power fluctuations. Two private changing rooms to include cabinets with locks.Staff applications training for a minimum of 4 working days for training multiple technologists before go-live.CT SCANNER CAPABILITIESCT Scanner Technical capabilities (Salient Characteristics) will be a 64-slice running on Windows 7 Operating System with option to upgrade to Windows 10. Capability to send CT images to St. cloud Imaging PACS System through Network.Bayer/ Medrad Stellate contrast injector with certegra workstation. The contrast injector should be serviced by the OEM-Bayer/MedradShall have 360 Degree rotation 64Display and record CTDlvol (dose) after exposureAutomated milliamps (ma) regulationAdaptive iterative reconstructionContrast timed injections to include bolus activated injectionHL7 integration (HIS/RIS)DICOM and IHE-Q/R, MWM, STORAGE COMMIT SCU, MPPSNEMA XR 29 COMPLIANTFDA 510 K compliantOEM approved to put in a trailer, provide documentationTechnical requirements of the table will include full articulation of table, patient weight capacity of >200kg or 440 lbs. Highest weight supported should be submitted with bidsVENDOR PERFORMANCE CAPABILITIES:Vendor will provide a detailed delivery and installation schedule, describing how the contractor will satisfy delivery requirements of 30 days from receipt of contract award.Vendor shall provide documentation from the OEM that the CT equipment installed in the trailer has been approved for clinical use.Vendor shall provide DICOM Conformance StatementVendor shall provide completed Pre-procurement Assessment from ( 6550, Appendix A).Vendor shall provide information about your company s application and technical support structure during the lease period ( i.e. a listing of Field Service Engineer locations and availability, support 800 phone number(s), remote support, etc.). Vendor shall provide information detailing how they can respond within 1 hour and service provided within an 8-hour period for both the CT and the trailer.Vendor shall provide documentation of who to contact in case of operations or maintenance questions/issues.Vendor shall provide a Physicist report of adequate shielding.Vendors shall provide a certificate of insurance evidencing that all required coverage has been obtained. GOVERNMENT RESPONSIBILITIES:The Government will provide networking equipment and physical connections.Connections Available:227/480V 3phRussellstroll#DS2504FRABO outlet feed from a 150A breakerCabling for three (3) voice and three (3) data connections to mobile CT trailer with weather proof RJ-45 connecters.Potable waterSewer
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/862cefb6a93640c3b2d4464f22687cf9/view)
 
Place of Performance
Address: US Department of Veterans Affairs;St Cloud VA Health Care System;4801 Veterans Drive;St. Cloud MN 56303-2099, USA
Zip Code: 56303-2099
Country: USA
 
Record
SN05498118-F 20191120/191120064127 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.