Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2020 SAM #6933
SOLICITATION NOTICE

W -- Mobile CT rental

Notice Date
11/20/2020 8:06:41 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
258-NETWORK CNTRCT OFF 22G (36C258) MESA AZ 85212 USA
 
ZIP Code
85212
 
Solicitation Number
36C25821Q0022
 
Response Due
12/11/2020 11:00:00 AM
 
Archive Date
01/25/2021
 
Point of Contact
Nick W Price, Contrcting Specialist, Phone: 480-466-7921
 
E-Mail Address
Nicholas.Price@va.gov
(Nicholas.Price@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Combined Synopsis-Solicitation for Commercial Items VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 3 of 5 Original Date: 10/12/17 Revision 04 Date: 06/10/20 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 is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021/01 effective 11/17/2020 This solicitation is set-aside for VIP Verified SDVOSB s for VIP Verification please visit https://www.vip.vetbiz.va.gov/government-home/ for help to getting your business certified. The associated North American Industrial Classification System (NAICS) code for this procurement is 621512 Diagnostic Imaging Centers with a small business size standard of 1,000 employees The FSC/PSC is W065 (leasing and rental of equipment) The Department of Veteran Affairs Carl T Hayden Medical Center in Phoenix, AZ seeking to rent a single CT Scanner and listed accessories for 6 months plus an option for 6 more months. All interested companies shall provide quotations for the following: Delivery Time: No Later than 7 Days ARO. FOB DESTINATION See salient characteristics for technical requirements STATEMENT OF WORK Background The purpose of this statement of work is the following services will be provided: The Phoenix VA Health Care System is in immediate need of an interim mobile CT Scanner for clinical use during replacement of our existing CT scanner and responsible of the awarded Contractor in relation to the provision, installation, integration, and implementation of a complete CT mobile. Vendor shall connect the equipment to power, configure the system and verify image quality and that the system is operating per OEM specifications. Vendor shall be responsible for the repair and maintenance of the CT Scanner and the mobile medical coach in which it is installed. Vendor shall provide filed service reports to the designated representative that detail any maintenance or repair made to the Mobile CT Scanner. VA Responsibilities: The Phoenix VAHCS will prepare the facility so that the equipment can be delivered. The Phoenix VAHCS will provide a level surface, adequate in size and durability, to accommodate the Equipment, electrical power, plumbing, water and waste systems, fire alarm systems, and telephone systems. Per Vendor: According to Fire Control Systems it is compatible as long as they put in a CT2 module in their system.  Input 1 is Trailer Alarm; Input 2 is Trailer Trouble.  These can be connected via the terminal strip they installed in the belly. Security and HIPPA Compliance Considerations: Security Requirements for Unclassified Information: The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. In reference to VHA Handbook 6500.6 Appendix A, Block 6, the equipment included in this contract does involve connection of IT devices to a VA network. Therefore, C&A, SAP, & the following from App C apply In reference to VHA Handbook 6500.6 Appendix A, Block 7, the equipment does not involve storing, generating, transmitting, or exchanging VA sensitive information. Therefore, the following from App C does not apply. During contract performance, contractor may require access to VA facility, equipment, information systems, or sensitive data; to provide services, install, train, maintain or repair equipment. The Contractor may not have remote access to the equipment included in this contract that capture and process ePHI. A national ISA/MOU between the Vendor and the VA does not exist. Any and all ePHI shall be stored long-term in either AGFA Impax or VistA Imaging. A national Business Associate Agreement between the Vendor and the VA does notexist. VA Course No. 20939, Basic Privacy Training is required for VA contractors requiring access to VA facilities for more than 2 consecutive days. Training will be completed prior to being granted access to facilities, equipment, or to the data therein. Training is also available on VA TMS website at: https://www.tms.va.gov/SecureAuth35/.  Contractor will provide evidence of training to the COR, upon request. Contracted staff requiring access to VA information systems, must complete VA Course 10176, VA Privacy & Infosec Awareness/Rules of Behavior. Contracted staff requiring access to paper or digital protected health information (PHI), (e.g., CPRS, CAPRI, VistAWeb, etc.) are required to take VA Course 10203, Privacy and HIPAA Focused training. The Contractor shall not remove any hard drives off station. All hard drives shall be turned in to Phoenix VAHCS. Records Management Language for Contracts. The following standard items relate to records generated in executing the contract: Citations to pertinent laws, codes, and regulations such as 44 U.S.C. chapters 21, 29, 31, and 33; Freedom of Information Act 5 U.S.C. 552; Privacy Act 5. U.S.C. 552a; 36 CFR Part 1222 and Part 1228. The Contractor shall treat all deliverables under the contract as property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. The Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. The Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. The Contractor shall not create or maintain any records containing any government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information and all supporting documentation created as part of this contract. The Contractor must deliver sufficient technical documentation with all data deliverables to permit the Agency to use the data. The Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format, mode of transmission, or state of completion. No disposition of documents shall be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage, or alienation of Federal records is subject to the files and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. The Contractor is required to obtain the Contracting Officer s approval prior to engaging in any contractual relationship in support of this contract requiring the disclosure of information, documentary material, and/or records generated under or relating to this contract. The contractor is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. Supplies Line Item Description Quantity Unit of Measure Rental Period 0001 CT Scanner rental 1 EA 6 months 0002 Power Injector rental 1 EA 6 Months 0003 Lease Maintenance and Emergency coverage 1 EA 6 Months 0004 Training 1 JB N/A 0005 Installation, set up, and removal 1 JB N/A 1001 Option for 6 month Extension for CT Scanner rental) 1 EA 6 Months 1002 Option for 6 months extension of Power Injector rental 1 EA 6 months 1003 Option for 6 months extension of Lease and Maintenance coverage 1 EA 6 Months Salient Characteristics required CT Scanner The equipment shall be a 16-slice CT scanner The equipment shall be manufactured by Philips Healthcare or Siemens Medical Solutions The equipment shall include a phantom for daily QA tests The equipment shall have a Windows 10 or Linux operating system The equipment shall use ethernet to connect to the VA network The equipment shall not exceed the following power requirements: 480 volt, 3 phase, 200 amp Power injector Floor pedestal with locking wheels Dual syringe: Simultaneous injection of contrast and saline Flow rate: 0.1-10mL/s in 0.1mL/s increments Volume: 200 mL capacity in 1-mL increments Programmable pressure limits Scan reminders: 5 minutes in 1-second increments Pause: 15 minutes in 1-second increments Hold: 20 minutes Phases: 6 Protocols: 250 Lease Maintenance and Emergency coverage The lease must cover all corrective and preventive maintenance and perform ongoing demand repair and maintenance of the same between the hours of 8 am to 5 pm Monday through Friday, 8 Hour response time for emergency situations Training requirements for Lease for both the CT scanner and Power injector The Vendor shall provide applications training for both the CT scanner and Power injector Provide Training for 12 CT staff technicians Rental Installation and Start up requirements Vendor shall connect the equipment to power, configure the system and verify image quality and that the system is operating per OEM specifications.  The Vendor must to hook up the system to existing utilities 480 volt, 3 phase, 200 amp power, start-up the system, and configure the system for usage. Place of Performance/Place of Delivery Address: Department of Veterans Affairs Carl T Hayden Medical Center 650 East Indian School Rd Phoenix, AZ Postal Code: 85212 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 (June 2020) FAR 52.212-3, Offerors Representations and Certifications Commercial Items www.sam.gov registration is required to be complete (August 2020) 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. Please see Attachment B Vendor FMS paperwork to make sure your business is registered with the VA. Not being registered could delay award The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (October 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order (October 2020) Please see Attachment A 36C25821Q0022 clauses and provisions related to this solicitation. The following subparagraphs of FAR 52.212-5 are applicable: All quoters shall submit the following: Quotes, distributor license, and Brochures of the all equipment provided in the quote. All quotes shall be sent to the Nick Price via email to Nicholas.Price@va.gov SUBJECT RFQ 36C25821Q0022 Award will be based upon an evaluation of quotes based on Price and meeting all requested salient characertsics 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: Price after meeting all requested salient characteristics and delivery times. 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 using the instructions and deadlines listed below The last Day for Questions is 12/3/2020 4:30 MST This solicitation closes at 12:00 MST 12/11/2020 Please make your subject: RFQ 36C25821Q0022 All quotes must be emailed. No hand delivered quotes or quotes via mail will be accepted. 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 Nick W Price 480-466-7921 Nicholas.Price@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d552df41e3314e4f841cf25bbc7b4e8b/view)
 
Place of Performance
Address: Department of Veterans Affairs Carl Hayden Medical Center 650 East Indian School Road, Phoenix 85012
Zip Code: 85012
 
Record
SN05857998-F 20201122/201120230143 (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  © 1994-2020, Loren Data Corp.