SOURCES SOUGHT
65 -- BRAND NAME ONLY. MiPACS Dental Enterprise PACS Components by MEDICOR IMAGING. This is NOT a request for a quote.
- Notice Date
- 1/25/2022 12:41:47 PM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24422Q0337
- Response Due
- 1/28/2022 1:00:00 PM
- Archive Date
- 02/27/2022
- Point of Contact
- David Santiago, Contracting Specialist, Phone: 412-822-3746
- E-Mail Address
-
david.santiago2@va.gov
(david.santiago2@va.gov)
- Awardee
- null
- Description
- MiPACS Dental Enterprise PACS Components Statement of Need Background: The Lebanon VA Medical Center (LVAMC) has a Brand Name Only requirement for one (1) Medicor Imaging MiPACS Storage Server v3.1.0.x and one (1) Medicor Imaging MiPACS Dental Enterprise Viewer v4.2.0.x. LVAMC is acquiring a replacement Panorex System, and the Medicor Imaging MiPACS Dental Enterprise Solution will be utilized in the dental clinic in conjunction with the Panorex System to acquire, store, and view digital dental images. Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables, as well as the labor, equipment, tools, materials, supervision, documentation, and other items necessary for delivery and assembly to the Lebanon VA Medical Center. The contractor shall provide a four (4) day on site implementation and training Salient Characteristics of MiPACS: Integration with VistA Imaging Integration with VistA Modality Worklist Functions even when the network is down 100% DICOM and HIPPA compliant Supports multiple clinics Dental Hanging Protocol Direct integration with 3D Cone-beam CT systems Installed in 125 VA Dental Clinics and counting Support for all sensor, pan, camera, CBCT brands Centralize imaging VISN-wide or regionally The only imaging software integrated with Dental Record Manager Plus Approved in the One-VA Technical Reference Model A VistA Imaging approved DICOM modality interface Security, centralized management, PACS admin level control Hardware Specifications: MiPACS Storage Server Minimum Physical Configuration: Microsoft® Windows Server 2012, 2016, or 2019 (64-bit) Microsoft® SQL Server Standard Edition 2012, 2014, 2016, 2017, or 2019 2.4GHz Intel Xeon 6+ core processor 16 GB RAM 100 Mbps Network Adapter (1 Gbps highly recommended) Microsoft® .NET Framework 3.5 Microsoft® .NET Framework 4.7 Adequate storage for images (variable) MiPACS Storage Server Recommended Virtual Configuration: Microsoft® Windows Server 2012, 2016, or 2019 (64-bit) 4 Cores 16 GB RAM Microsoft® .NET Framework 3.5 System Microsoft® .NET Framework 4.7 Adequate storage for images (variable) SQL Server Recommended Virtual Configuration: Microsoft® Windows Server 2012, 2016, or 2019 (32- or 64-bit) Microsoft® SQL Server Standard Edition 2012, 2014, 2016, 2017, or 2019 4 Cores 16 GB RAM Adequate Storage for database files (5 GB+, variable) MiPACS Storage Server MiniPACS Minimum Physical System Configuration: 10 Clients: Microsoft® Windows Server 2012, or 2016 (64-bit) Microsoft® SQL Server Express Edition 2012, 2014, 2016, 2017, or 2019 Intel i3/i5/i7 processor 16GB RAM or more 100 Mbps Network Adapter (1 Gbps highly recommended) Microsoft® .NET Framework 3.5 Microsoft® .NET Framework 4.7 Adequate Storage for Images (variable) MiPACS HTML5 Web Viewer Server Minimum Physical Configuration: Microsoft® Windows Server 2012, 2016, or 2019 (64-bit) Microsoft® Internet Information Services 7+ 2.4GHz Intel Xeon 6+ core processor 8GB + 64MB memory per concurrent user (i.e. 60 concurrent users would require 12GB RAM) Microsoft® .NET Framework 3.5 Microsoft® .NET Framework 4.7 There are no 3D graphics requirements on the client side (i.e. web browser) MiPACS HTML5 Web Viewer Recommended Virtual Configuration: Microsoft® Windows Server 2012, 2016, or 2019 (64-bit) Microsoft® Internet Information Services 7+ 2 Cores 8 GB + 64MB memory per concurrent user (i.e. 60 concurrent users would require 12GB RAM) Microsoft® .NET Framework 3.5 Microsoft® .NET Framework 4.7 There are no 3D graphics requirements on the client side (i.e. web browser) Contractor Responsibilities: Contractor shall provide qualified personnel to assemble, install, and educate users on all quoted materials. Contractor is responsible for ensuring the proper disposal of all waste generated from assembly activities. Contractor is responsible for securing all materials, equipment, and tools while on government property or in government facility. Government is not liable for any lost or stolen items that are not properly secured. Government Responsibilities: Provide site access and escorts through hospital units as needed. Provide adequate space for delivery, assembly, and training. Place of Performance: Installation of the equipment and training will occur at the Lebanon VA Medical Center, 1700 S. Lincoln Avenue, Lebanon, PA 17042. Standard Operational Hours are 0730-1600, Monday-Friday. Warranty: All equipment and materials shall come with a standard one-year warranty. Delivery: Delivery shall be within thirty (30) days from the time of award. The MiPACS and accessories shall be delivered to the Lebanon VA Medical Center located at 1700 S. Lincoln Ave., Lebanon, PA 17042; Attn; Warehouse. BioMedical Engineering will need to perform a safety check and enter the equipment into the system for annual Preventive Maintenance (PM) checks. Placement in the LVAMC clinic shall be coordinated through the Contracting Officer Representative. Instructions The information identified above is intended to be descriptive, of the Brand Name Only MiPACS Dental Enterprise PACS Components by Medicor Imaging, to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339112. Please answer the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) Describe how your small business takes ownership of the equipment in the manufacturing, assembly, or delivery process. (6) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (7) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. (8) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. (9) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (10) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (11) Please submit your capabilities in regard to the brand name equipment. (12) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 8. Responses must be received via e-mail to david.santiago2@va.gov no later than, 16:00 PM Eastern Standard Time (EST) on January 28, 2022. This notice will help the VA in determining available potential sources only. Reference 36C24422Q0337 in the subject of the email response. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Specialist, David Santiago. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the Beta.Sam web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for a set-aside. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contracting Specialist at david.santiago2@va.gov DISCLAIMER 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. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/090e80485a8a41f492e60fd17d0a7c56/view)
- Place of Performance
- Address: Lebanon VA Medical Center 1700 S. Lincoln Ave., Lebanon 17402, USA
- Zip Code: 17402
- Country: USA
- Zip Code: 17402
- Record
- SN06224521-F 20220127/220125230111 (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 |