Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 12, 2024 SAM #8172
SOURCES SOUGHT

Q -- Mobile MRI Services Iron Mountain

Notice Date
4/10/2024 2:10:55 PM
 
Notice Type
Sources Sought
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25224Q0428
 
Response Due
4/19/2024 12:00:00 PM
 
Archive Date
05/19/2024
 
Point of Contact
Carrie A Deswarte, Contract Specialist, Phone: 414-844-4845
 
E-Mail Address
carrie.deswarte@va.gov
(carrie.deswarte@va.gov)
 
Awardee
null
 
Description
SOURCES SOUGHT NOTICE The Great Lakes Acquisition Center (GLAC), Network Contracting Office (NCO) 12, on behalf of the Oscar G. Johnson Veterans Affairs Medical Center (OGJVAMC) in Iron Mountain, Michigan is seeking information and potential sources for Mobile Magnetic Resonance Imaging (MRI) Services. The period of performance will be from October 1, 2024 through September 30, 2025, with a one-year option to extend through September 30, 2026. Contractor shall provide all management, labor, equipment, supplies, and tools necessary to perform mobile MRI Services. These services shall also include maintenance and repair of all Contractor furnished equipment (including the mobile trailer/scanner). Services shall be provided weekly on Monday, Tuesday, and Wednesday for a minimum of ten (10) hours per day. The contractor will not be required to provide services on federal holidays. The estimated number of scans required is 1,500 per year. Contractor shall furnish at least a fully equipped 1.5 Tesla, 70 cm bore MRI System designed to perform body, abdominal, neurological, vascular, prostate, and extremity/joint imaging. Contractor equipment shall include a minimum of 16 Channel imaging capabilities, not less than a Gradient package of 33MT/100 slew rate; Neuro, Angio, Cardiac, Body, Oncology, Ortho imaging capability with navigator sequence; DICOM compatibility; Work list; Storage; and a 550-pound support patient table. All equipment must be FDA approved and able to maintain a minimum 95% up-time. The mobile trailer may be left on-site and hooked up to electricity during non-operational hours; however, the VA is not responsible for issues that may arise as a result. Contractor shall provide, at least 2 ARRT Certified MRI Technologists (RT-MR) for each service day. MRI Technologists must be able to administer contrast that will be provided by OGJVAMC, if necessary. MRI Technologists shall also be Basic Life Support certified. Certifications must be obtained or issued by the American Heart Association (AHA), an organization recognized by the AHA, or Military Training Network (MTN). The VA will not consider alternative staffing arrangements. The NAICS for this requirement is 621512 Diagnostic Imaging Centers, which has a small business size standard of $19.0 million. It is the intent of the VA to issue a single award, Indefinite Delivery, Indefinite Quantity contract. This is a Sources Sought Notice only. This Sources Sought Notice will be used to obtain information regarding the provision of Mobile MRI Services from potential vendors, identify potential vendors that would be interested and capable of providing Mobile MI Services within the requested timeframe, and to assist the Contracting Officer in making a set-aside determination. This Source Sought Notice and any responses are for market research purposes only and shall not be considered an obligation on the part of the Government to acquire any services. This Source Sought Notice is not a solicitation, and no contractual arrangement will be made as a result. Vendors are advised that no entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of a contractor submission to this Sources Sought Notice or the Government's use of such information. All costs associated with responding to this Sources Sought Notice are solely at the responding vendors expense. The Government reserves the right to reject, in whole or in part, any vendor's input resulting from this Sources Sought Notice. Information submitted in response to this Sources Sought Notice will not be returned. All submitted information should be UNCLASSIFIED or NON-PROPRIETARY. Vendors are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained with its response. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly marked and clearly identified. By responding to this Sources Sought Notice, the vendor provides the Government permission to share its submitted capabilities and contact information with other Government staff/ organizations in relationship to similar requirements for market research purposes. To be considered complete, responses to this Sources Sought Notice shall include the information below. Provide a brief description of the company including its background, experience in providing Mobile MRI Services as the prime contractor/subcontractor, socioeconomic status, past performance with Government contracts, and contractor UEI number. Indicate if subcontractors/partners be used for any part of the delivery of Mobile MRI services (equipment, technologists)? If yes, specify the percentage and duties that will be performed by the prime contractor and each subcontractor(s)/partner(s). Provide information on the available mobile scanner unit(s) for consideration to fulfill this need. Indicate if the mobile scanner unit is company owned or rented/leased from another company. Provide information regarding the ability to service the Indicate if the MRI Technologists are employees of the prime/subcontractor, and if any of the potential MRI technologists have prior VA/DOD experience. If company is a small business and intends to subcontract, indicate if it will comply with the Limitations on Subcontracting at 13 CFR 125.6, which states that for services a small business concern must agree that it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Include copy of Small Business Administration verification at Veteran Small Business Certification (sba.gov) if claiming Veteran-Owned Small Business or Service-Disabled Veteran-Owned Small Business socioeconomic status as prime contractor and/or for any subcontractors/partners. Provide a copy of current certificate of liability insurance in vendor s name. Based on the estimated number of scans above, provide an estimate of the price per scan. All interested parties, REGARDLESS of socioeconomic status, capable of providing the required Mobile MRI Services above shall submit a response via email to becky.cincotta@va.gov and carrie.deswarte@va.gov, no later than Friday, April 19, 2024, at 2:00 p.m. local time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a6687d65181141f5ab3729f0725784f6/view)
 
Record
SN07026538-F 20240412/240410230051 (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.