Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2023 SAM #7884
SPECIAL NOTICE

65 -- Brand Name| Sola MRI Coil Upgrade | NCO 4

Notice Date
6/27/2023 11:56:02 AM
 
Notice Type
Special Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24423Q0931
 
Response Due
7/5/2023 12:00:00 PM
 
Archive Date
07/15/2023
 
Point of Contact
Sarah Chrostowski, Contract Specialist, Phone: 814-860-2010
 
E-Mail Address
sarah.chrostowski@va.gov
(sarah.chrostowski@va.gov)
 
Awardee
null
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY FY23. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. This is Not a request for quote, and no solicitation exist at this time. Therefore, do not request a copy of a solicitation. Statement of Need Sola MRI Coil Upgrade Background: Lebanon Veterans Affairs (VA) Medical Center has a requirement for purchase and installation of a 36-channel coil for the existing Siemens Sola Magnetic Resonance ImagingĀ (MRI). This enhancement was not available during the original MRI purchase. The 36 -channel coil will enhance MRI capabilities regarding vascular and long bone studies. It will be used to support the growing Vascular Surgery program. Scope of Work: Vendor will be responsible for the delivery and installation of the 36-channel coil on the existing Siemens Sola MRI located in the MRI Room at the VA Lebanon Radiology department Deliverables: Peripheral Angio 36 #Ae Part # 14416958 Features: 36-element design with 36 integrated preamplifiers, distributed over 6 planes with 6 elements each Operates in an integrated fashion with Body 18 coils and with the Spine 32. For Whole-Body examinations also with the Head/ Neck 20 Automatic table feed and active coil switch Can be utilized head and feet first Both legs are independently covered with coil elements, maximizing the coil filling factor and the signal-to-noise ratio No coil tuning iPAT-compatible Dual-Density Signal Transfer enables ultra-high density coil designs by integrating key RF components into the local coil SlideConnect technology for easy coil set up One cable only for easy handling Includes special non-ferromagnetic coil cart for safe, user-friendly storage Type of Contract: Firm-fixed price Period of Performance: Need date of August 1, 2023, with install occurring within 30 days of award. Delivery: Delivery shall be within thirty (30) days from the time of award. Placement in the Radiology Department (Building 1, Room 007) shall be coordinated through the Point of Contact (POC) Request for Information Instructions The information identified above is intended to be descriptive, not restrictive and 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 (size standard of 1000 employees). Please answer the following questions: (1) 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? If not, Can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; Obtained an individual or class waiver? (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) 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? (6) 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 sub contracted work and completion of job. (7) 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. (8) 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? (9) 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. (10) Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your DUNS number. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to no later sarah.chrostowski@va.gov than, 3PM Eastern Standard Time (EST) on July 5, 2023 with 36C24423Q0931 in the subject line. This notice will help the VA in determining available potential sources only. 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 Contract Specialist, Sarah Chrostowski. 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 award. 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 Contract Specialist, Sarah Chrostowski. 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/43877c03ef204a92ad6144eabcde9366/view)
 
Record
SN06728990-F 20230629/230627230041 (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.