Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2020 SAM #6873
SOLICITATION NOTICE

65 -- Siemens Mobile PET/CT Scanner Lease

Notice Date
9/21/2020 10:28:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25020Q1082
 
Response Due
9/25/2020 2:00:00 PM
 
Archive Date
10/25/2020
 
Point of Contact
Kenneth Stephens, Contracting Officer, Phone: 317-988-1523
 
E-Mail Address
Kenneth.Stephens4@va.gov
(Kenneth.Stephens4@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Combined Synopsis Solicitation: Siemens Mobile PET/CT Scanner Lease VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 3 of 5 Original Date: 10/12/17 Revision 02 Date: 10/15/19 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation number is 36C25020Q1082 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-04/ 04-15-2020. This procurement is a Small Business set-aside and only qualified contractors may submit quotes. This requirement will be awarded on an all-or-none basis. The associated North American Industrial Classification System (NAICS) code for this procurement is 334517, with a small business size standard of 100 employees. The FSC/PSC is 6525. All interested companies shall provide brand name quotations for the following: Mobile PET/CT Lease, Preventative Maintenance, and Repair Services Contractor shall provide full leasing, preventative maintenance, and repair services for one mobile PET/CT scanner to the Veterans Health Administration, Indianapolis VA Medical Center. The expected Period of Performance is eight months to one year. REQUIRED EQUIPMENT AND THEIR RELATED KEY CHARACTERISTICS: QUANTITY EQUIPMENT DESCRIPTION KEY CHARACTERISTICS #1 Siemens Biograph platform mobile PET/CT Must be Siemens Biograph platform (mCT preferred) PET/CT with VG62B or compatible software so current Indianapolis VA PET/CT protocols can be transferred. CT must be 16 slices or greater. Must include acquisition and processing software and must be able to transmit to Philips IntelliSpace PACS via DICOM data. 1 Contrast Injector Contrast Injector (Preferably Bracco Empower CTA® so current supplies and software are compatible). 1 Transportation To and from 1481 West 10th Street Indianapolis, IN 46202 designated location. Mobile unit will remain onsite for a minimum of 8 months from the date it arrives unless it becomes non-functional at which point it must be replaced/repaired by the vendor within 48 hours. 1 Set-up Equipment set-up 5 Days Training Applications training to transfer protocols and assist with networking issues 1 Hard Drives Replacement of hard drives that must be removed at the end of the lease per VHA regulations. 1 Maintenance Maintenance as needed SERVICES INCLUDED: The contractor shall deliver the mobile PET/CT scanner to 1481 West 10th Street, Indianapolis, IN 46202 and park it in the lot just outside of building #21 in the designated location. The mobile PET/CT unit will remain onsite for 8 months to one year from the date it arrives. The Contractor shall provide a plan to minimize the mobile PET/CT scanner down-time for the start of the contract. Installation of the mobile PET/CT unit shall take place within 30 days of award or customer need date, whichever is applicable due to construction timelines. This plan shall include anticipated maintenance and personnel training dates. Training shall include the use, handling, and applications training for the leased equipment. Onsite training shall be provided by the Contractor. The contractor shall be responsible for all maintenance and costs associated with repairs and will repair or replace the mobile unit within 48 hours as necessary if the equipment fails to function properly or pass quality control tests. Onsite repair services shall be offered during normal business hours from 7am to 4pm. Technical telephone support services for troubleshooting scopes and related equipment shall be available 24 hours a day, 7 days a week. The Contractor shall have the ability to repair/service the equipment per the Original Equipment Manufacturers (OEM) specifications in order to not void the leased equipment s warranty. The Contractor shall provide full preventative maintenance and repair service coverage for all contracted equipment. The preventative maintenance and repair services shall be completed by OEM certified service personnel. The contractor shall submit equipment service reports to the Contracting Officer s Representative (COR), confirming completion of said repair/maintenance service that was provided. Contract performance shall be monitored using this report, indicating the timeliness of the repair, the completion of the services provided, and shall act as a guide for confirming that the repaired equipment is operational. The Contractor shall remove the mobile PET/CT unit within one week upon completion of the contract. Hard drives that store patient data will be removed by the contractor and given to an approved VA Healthcare Technology Management (HTM) staff member to be destroyed by the HTM staff at the completion of the contract and prior to removal of the PET/CT mobile unit from 1481 West 10th Street, Indianapolis, IN 46202. Place of Performance/Place of Delivery Address: Indianapolis VA Medical Center 1481 West 10th Street, Indianapolis Postal Code: 46202 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items with the following added as addenda to Provision, Addendum to 52.212-1; 52.216-1, firm fixed price; 52.232-33;52.233-2; 852.233-70; 852.233-71; 852.252-70; FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018), with the following added as addenda to the clause, Addendum to 52.212-4; 52.203-17; 52.216-18; 52.216-22 (Fill-ins); 52.217-8 (Fill-ins); 52.217-9 (Fill-ins); 52.219-18; 852.203-70; 852.211-70; 852.232-72; 852.237-70 852.246-71; 52.212-4; FAR 52.252-2, 52.232-40; http://www.acquistion.gov/far/index.html, and http://www.va.gov/oal/library/vaar/index FAR 52.211-6, Brand Name (Aug 1999) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (AUG 2019). The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6; 52.204-10; 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, and 52.232-33 All quoters shall submit the following: Quote must be good for 90 calendar days after close of this Combined Synopsis Solicitation. All quotes shall be sent to the Kenneth Stephens at Kenneth.Stephens4@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Lowest Price Technically Acceptable (LPTA) The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 09/25/2020 at 5:00pm Est. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact: Kenneth Stephens 317.988.1523 Kenneth.Stephens4@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/956fb28b40e14aa68f23091daf52ffce/view)
 
Place of Performance
Address: See attachment
 
Record
SN05805839-F 20200923/200921230214 (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.