Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 29, 2020 SAM #6940
SOLICITATION NOTICE

W -- Mobile MRI Lease | Brand Name or Approved Equal

Notice Date
11/27/2020 8:01:27 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24721Q0142
 
Response Due
12/4/2020 11:00:00 AM
 
Archive Date
01/03/2021
 
Point of Contact
Nochelle Wilson, Contracting Officer, Phone: 803-695-3801
 
E-Mail Address
nochelle.wilson@va.gov
(nochelle.wilson@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Solicitation Number: 36C24721Q0142 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C24721Q0142 and is issued as a Request for Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2020-05/03-30-2020.   Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at: https://www.acquisition.gov/browse/index/far (iv) This solicitation is issued as a total set aside for Service-Disabled Veteran Owned Small Business and only qualified vendors may submit bids. The associated North American Industry Classification System (NAICS) code for this procurement is 621512, with a small business size standard of $16.5M. (v) This requirement consists of the following BRAND NAME OR APPROVED EQUAL item(s): ***MANUFACTURER AND/OR MODEL NUMBERS ARE NOT INTENDED TO LIMIT COMPETITION, BUT TO ACCURATELY AND FULLY DESCRIBE ITEMS AND/OR FEATURES FOR BRAND NAME OR APPROVED EQUAL PRODUCTS. ITEM # QTY UNIT DESCRIPTION UNIT PRICE EXTENDED PRICE 0001 6 MO SIEMENS ESPREE MOBILE MRI 1.5T SYSTEM HOUSED IN MOBILE COACH. 0002 1 JB ONE TIME CLEANING FEE 0003 1 JB FREIGHT DISCOUNTS SUBTOTAL: GRAND TOTAL: SALIENT CHARACTERISTICS/SPECIFICATIONS/SOW/EVALUATION CRITERIA MOBILE MRI LEASE WILLIAM JENNINGS BRYON DORN VA MEDICAL CENTER, COLUMBIA, SC. I. Background A. The purpose of this contract is to provide 1.5T Mobile MRI Services at WJB Dorn VAMC, Columbia, SC during the construction and installation of a 3T MRI System. II. Objectives A. The goal is to provide optimum MRI services at the current workload capacity. If a mobile unit is provided to the site at least 30 days prior to de-installment this will prevent a scheduling back log, and allows for services to plan exams accordingly without having a negative impact to timeliness and access to care. III. Scope, Tasks, or Requirements A. The contractor to provide all equipment, tools, materials, labor, transportation, site construction (to include utility hook-ups (power, data, telephone), equipment training, on- site installation, and anything else necessary to provide for an equipment lease for fully functioning/fully operable 1.5 Tesla (T) Mobile Magnetic Resonance Imaging (MRI) System trailer. B. The Vendor is responsible for transporting the unit to and from the location. C. The contractor shall be TJC (The Joint Commission) Accredited and/or shall follow established TJC guidelines, as they pertain to the Mobile MRI operations. D. The Period of Performance will be for 6-Month Base Period. E. System/equipment shall be fully capable and able to transfer image and data to multiple modalities including VA PACS, VISTA Imaging, printers, and Hospital RIS System (full DICOM Communication). Each location shall have different IP addresses, subnet masks, and VPNs. Communication between MRI and Radiology Services PACS: The Contractor shall ensure that a convenient and robust means of DICOM transfer of MRI studies to the VA Radiology Service PACS is operational. The Contractor shall obtain and provide to the VA any technology necessary to ensure that MRI studies can be conveniently read on the existing VA PACS display technology. Any peripherals that the VA does not have but that is needed to ensure convenient and timely display of MRI studies in the VA Radiology Service shall be obtained by the Contractor, be installed, and be retained by the VA so that at future dates the archived studies can be reviewed. Each MRI study will be transferred to the VA PACS immediately following the acquisition of the study so that it can, if necessary, be reviewed before the patient leaves the MRI Trailer. F. The Mobile MRI Equipment shall be Siemens Magnetom Espree Technology Platform, 1.5 Telsa Wide Bore System with Bariatric 550 LBS maximum patient table weight. G. The Vendor is responsible for the maintenance of the unit, including all Preventative Maintenance, and all Parts and Labor. All Preventative Maintenance to be performed after normal duty hours. NOTE: The VAMC will consider Preventative Maintenance during normal duty hours with prior approval at least 7 working days prior to scheduled maintenance. H. The Vendor is to furnish an updated Medical Physics Survey of the unit and compliant with Joint Commission and American College of Radiology (ACR) standards. I. Vendor agrees to cooperate with VA for quality control purposes J. Meeting all safety requirements such as shielding and indicating Hazardous Zones for the Mobile Trailer. IV. SALIENT CHARACTERISTICS A. Minimum requirement for this system is a state of the art 1.5T magnet: Siemens Magnetom Espree Technology Platform or Approved Equal. B. Must have Fast Spin Echo (FSE)-base magnetic resonance image compilation imaging. C. The MRI must have a wide bore for patients that are claustrophobic and/or obese. D. Gradient noise level of 99 decibels (db.) or below without reducing performance. E. The MRI must have digital imaging technology. Digital Imaging technology helps deliver consistently sharper images than conventional MR systems with higher Signal to Noise Ratio (SNR), superior homogeneity and uniformity. F. Equipment will be DICOM compliant with the ability to transfer images to multiple destinations (printer, PAC s, Hospital RIS System, etc.). V. DEDICATED APPLICATION PACKAGES A. MRI system will include these application packages as a minimum: Fat Suppression RF Coil Suite Breast Suite Neuro Suite Angio Suite Body Suite Synthetic MRI Capabilities Ortho Suite Diffusion SWI B. Minimum Coils Included: Head Coil Neck Coil Body Coil Spine Coil Angio Coil 4 channel shoulder array, small and large coils Large and Small CP Flex coils TMJ Coil 8 channel foot/ankle/knee coil High Resolution Knee Coil VI. ADDITIONAL MRI TRAILER AND SYSTEM REQUIREMENTS Patient intercom system Safety and Warning Systems Visual and Audible Alarms Smoke Detectors, Fire Extinguishers Emergency Lighting Battery Phone and data ports 480v 50 power cable Hydraulic patient lift, Stairs and railings HVAC system to maintain trailer environmental systems Operators and Technical support Manuals Full System Service (Monday Friday after normal duty hours local time excluding Federal Holidays) Regular scheduled maintenance to be performed after hours. NOTE: Maintenance will be considered during normal duty hours with advance prior approval by the VA. 24 Hour telephone technical support toll free line, response within 1 hour. 550 LBS maximum patient table weight VII. DELIVERY AND INSTALLATION A. DELIVERY Contractor shall deliver all equipment to the William Jennings Bryon Dorn Veterans Affairs Medical Center Columbia, SC (VAMC) 6439 Garners Ferry Rd, Columbia, SC. 29209 no later than TBD. The Vendor is responsible for transporting the unit to and from the location. B. INSTALLATION Install all equipment to manufacturer s specifications maintaining Federal and Local safety standards. Installation must be completed by TBD. All work shall be completed between 8:00 a.m. and 4:30 p.m. Monday Friday. All federal holidays excluded. If there is an operational conflict with installation, night or weekend installation may be required. Government will provide a 72 hours' notice of change of installation hours. The Contractor shall remove all related shipping debris and cleanup any construction associated with delivery and installation of the specified items. Contractor shall remove all packaging from the premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. C. SITE PREP AND CONSTRUCTION Contractor will coordinate a site visit in preparation for the delivery and install of the system. Contractor will notify VA if the site is suitable for the trailer and coordinate construction/ modification prior to delivery of you unit. D. INSPECTION AND ACCEPTANCE Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). (IF APPLICABLE) The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. E. DELIVERY/STORAGE REQUIREMENTS Delivery and Installation will be coordinated through the COR. F. DELIVERABLES Operation and Maintenance Manuals Binders - Quantity (2) each Digital Copies- Quantity (1) each Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to COR upon completion of installation. G. OPERATOR TRAINING: Contractor shall provide On-site training of the equipment to the MRI Staff Supervisor and 1 designated superuser. Training shall be conducted for 2 days and if needed additional 1 day. Scheduling of operator training shall be coordinated with the COR after installation is complete. VIII. PROTECTION OF PROPERTY Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. The Contractor shall perform an inspection of the building(s) and grounds with the COR prior to commencing work. To ensure that the Contractor shall be able to repair or replace any items, components, building(s) or grounds damaged due to negligence and/or actions taken by the Contractor. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. IX. SECURITY REQUIREMENTS A. Any equipment requiring connection, either classified or unclassified, to the VISTA will follow the Information Security Program VA Directive and Handbook 6500 and additional 6500 series and handbooks-provide the framework for security within VA. In response to Question 6, 6500.6 Appendix A, CHECKLIST FOR INFORMATION SECURITY IN THE INITIATION PHASE OF ACQUISITIONS. The Certification and Accreditation requirements do not apply, and that a Security Accreditation Package is not required. X. WARRANTY The contractor shall provide a one-year manufacturer s warranty on all parts and labor. The warranty shall include all travel and shipping costs associated with any warranty repair. XI.UTILITY INFRA-STRUCTRE Power: 480V, 3-phase, 150-amp circuit in weather proof box Water: Cold water supply, 3/4"" female connector Waste: 1 ½ female threaded connector for 1 1/2 male threaded hose connection.  New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. Quotes MUST be good for 60 calendar days after close of solicitation.   (vi) The items for this solicitation are to be delivered to: DELIVER TO: DEPARTMENT OF VETERANS AFFAIRS WJB DORN VA MEDICAL CENTER 6439 GARNERS FERRY ROAD COLUMBIA, SC 29209 (vii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (viii) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements.  Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission.  Submitted offers shall not exceed 15 single-sided pages and any pages beyond this amount will be removed and not evaluated. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: Documentation that confirms the company/employees are manufacturer authorized resellers/distributors and installers of the quoted items.  If you are quoting/offering or equal items, the offeror must clearly identify the exact make, model, manufacturer and item description for each line item to be considered. Quotes/offerors that do not provide an adequate description of how the equal product meets the salient characteristics will not be considered for award. This is not applicable to offerors that are quoting EXACT MATCH items. Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM) located at https://www.sam.gov/SAM/ The SDVOSB/VOSB company must be verified in https://www.vip.vetbiz.gov/ (ix) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 with the faxed and written quote, a copy of the provision may be attained from https://www.acquisition.gov/browse/index/far ; if not provided, the offer may not be considered for award. (x) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (xi) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xii) n/a (xiii) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xiv) n/a (xv) QUESTIONS: All questions regarding this solicitation need to be electronically submitted to Nochelle Wilson, Contracting Officer nochelle.wilson@va.gov. Please place ATTENTION: MOBILE MRI SERVICES 36C24721Q0142 in the subject line of your email. The solicitation number must be identified on all submitted questions.   (xvi) Site Visit:  N/A (xvii) QUOTES/OFFERS must be received no later than 2:00pm December 4, 2020. Only electronic offers will be accepted; submit quotation to Nochelle Wilson, Contracting Officer nochelle.wilson@va.gov.  Please place ATTENTION: MOBILE MRI SERVICES 36C24721Q0142 in the Subject line of your email. All offers must include the solicitation number.  Quotes/offers received after this date may not be considered for award.  (xviii)  Contact information Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 6439 Garners Ferry Road Columbia, SC 29209-1639 Primary Point of Contact: Nochelle Wilson Contracting Officer nochelle.wilson@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3024f115ad6a479fb0f8b5f889255cc0/view)
 
Place of Performance
Address: Department of Veterans Affairs Columbia VA Healthcare System 6439 Garners Ferry Road, Columbia 29209
Zip Code: 29209
 
Record
SN05861705-F 20201129/201127230137 (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.