Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 21, 2018 FBO #6207
SOLICITATION NOTICE

W -- Mobile MRI Lease

Notice Date
11/19/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 10;Dayton VA Medical Center;3140 Governor’s Place Blvd. Suite 210;Kettering OH 45409-1337
 
ZIP Code
45409-1337
 
Solicitation Number
36C25019Q0030
 
Response Due
12/4/2018
 
Archive Date
2/2/2019
 
Point of Contact
maryjane.crim@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Attachment 2: Combined Synopsis/Solicitation for Commercial Items Template VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 1 of 9 Original Date: 10/12/17 Revision 01 Date: 01/08/18 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25019Q0030 Posted Date: November 19, 2018 Original Response Date: December 4, 2018 @4PM Current Response Date: December 4, 2018 @4PM Product or Service Code: W065 Set Aside: SDVOSB NAICS Code: 621512 Contracting Office Address Department of Veterans Affairs Network Contracting Office 10 Dayton VA Medical Center 3140 Governor s Place Blvd Suite 210 Kettering, OH 45428 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; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations. Contractors are encouraged to submit multiple quotes. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 621512, with a small business size standard of $15 million. The Louis Stokes Cleveland VAMC is seeking to purchase a base and two one-year option periods to lease a Philips 1.5T Ingenia mobile MRI unit (brand name or equal). The contractor shall be responsible for all transportation, delivery, maintenance, repairs, and connection of the power, data, and phone lines of the mobile MRI unit. The VA shall be responsible for ensuring the receptacles for the power, data, and phone lines are available on site. Coordination of the delivery and connection will be made with the Contracting Officer s Representative (COR). All interested companies shall provide quotes for the following: Supplies Line Item Description Quantity Unit Price Total Price 0001 Philips 1.5T Ingenia mobile MRI unit (brand name or equal) 5/1/2019 through 4/30/2020 12 MO 1001 Philips 1.5T Ingenia mobile MRI unit (brand name or equal) 5/1/2020 through 4/30/2021 12 MO 2001 Philips 1.5T Ingenia mobile MRI unit (brand name or equal) 5/1/2021 through 4/30/2022 12 MO Salient Characteristics The requested item is a Philips 1.5T Ingenia and the equal shall, at a minimum, meet the manufacturer specifications for the Philips 1.5T Ingenia available on the manufacturer s website. Magnet System Magnet weight 3060 kg Open bore diameter 70 cm Maximum FOV 55 cm Typical homogeneity at 45 cm DSV 1.1 ppm HeliumSave technology (Zero boil-off) Yes Cryogen boil-off rate under regular scanning conditions 0 l/hr Omega HP Gradients Max. amplitude for each axis 45 mT/m Max. slew rate for each axis 200 T/m/s Resolution Parameters Max. scan matrix 1024 (2048 optional) Highest in-plane resolution 5 µm Max. number of slices 1024 RF Transmit Parallel RF transmission Yes Number of independent RF amplifiers 1 Output power 18 KW dStream RF Receive Signal chain from coil to reconstructor Fully digital Number of independent receive channels Channel independent Location of analog-to-digital converter (ADC) Inside the coil Signal chain from coil electronics to connector Digital Signal chain from connector to magnet Digital Signal chain from magnet to reconstructor Digital Patient Environment Patient aperture 70 cm Flare on both ends Yes Tunnel diameter at both ends 95 cm Maximum weight capacity 250 kg (550 lbs) Patient transport system (optional) FlexTrak Wireless patient physiological synchronization Yes Various acoustic noise reduction solutions Yes dStream Workflow FlexCoverage Posterior coil Yes FlexCoverage Anterior coils (optional) Yes FlexConnect connectors Yes FlexTrak tabletop Yes FlexCaddy coil storage (optional) Yes FlexTrak patient transport system (optional) Yes FlexTrak Mammo mammography solution (optional) Yes iPatient Efficiency Assistance SmartStart Yes SmartSelect Yes SmartExam (optional) Yes SmartLine (package dependent) Yes SmartLink (package dependent) Yes Site Visit Date: November 27, 2018 Time: 9:00 AM Site Visit Contact: Michael Morgan 216-214-7656 (only to be used the day of the site visit if there are any issues with locating the contact, etc., and any contract questions shall be emailed to the contract specialist) Location: Parma Multi-Specialty CBOC Rear of Building 8787 Brookpark Road Parma, OH 44129 Place of Performance Address: Parma Multi-Specialty CBOC 8787 Brookpark Road Parma, OH Postal Code: 44129 Country: UNITED STATES Award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: Technical and past performance, when combined, are approximately equal to price. Technical Ability to meet or exceed salient characteristics available on manufacturer s website Ability to have mobile MRI unit delivered, installed, and operational by 5/1/2019 Past Performance Provide three relevant past performance references similar in size and scope Price Can be determined fair and reasonable The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) FAR 52.217-6, Option for Increased Quantity (MAR 1989) FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984) VAAR 852.203-70, Commercial Advertising (MAY 2008) VAAR 852.211-73, Brand Name or Equal (JAN 2008) VAAR 852.215-71, Evaluation Factor Commitments (DEC 2009) VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (JUL 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (AUG 2018) The following subparagraphs of FAR 52.212-5 are applicable: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E. Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab and Other Covered Entities (JUL 2018) (Section 1634 of Pub. L. 115-91). (3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (4) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (5) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78) (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006) FAR 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) FAR 52.219-8, Utilization of Small Business Concerns (NOV 2016) FAR 52.219-9, Small Business Subcontracting Plan (AUG 2018) FAR 52.219-16, Liquidated Damages Subcontracting Plan (JAN 1999) FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2018) FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26, Equal Opportunity (SEPT 2016) FAR 52.222-35, Equal Opportunity for Veterans (OCT 2015) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) FAR 52.222-37, Employment Reports on Veterans (FEB 2016) FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) FAR 52.222-50, Combating Trafficking in Persons (MAR 2015) FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013) FAR 52.242-5, Payments to Small Business Subcontractors (JAN 2017) (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: N/A (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, or the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018) (Section 1634 of Pub. L. 115-91). (iv) 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (v) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (vi) 52.222-21, Prohibition of Segregated Facilities (APR 2015) (vii) 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246). (viii) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (x) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212) (xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xii) 52.222-41, Service Contract Labor Standards (AUG 2018), (41 U.S.C. chapter 67). (xiii) __(A) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). __(B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C. chapter 67). (xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014) (41 U.S.C. chapter 67). (xvi) 52.222-54, Employment Eligibility Verification (OCT 2015) (E.O. 12989). (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). (xviii)52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xix) (A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. (xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note) (xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (AUG 2018) FAR 52.211-6, Brand Name or Equal (AUG 1999) FAR 52.214-21, Descriptive Literature (APR 2002) FAR 52.216-1, Type of Contract (APR 1984) FAR 52.217-3, Evaluation Exclusive of Options (APR 1984) FAR 52.233-2, Service of Protest (SEPT 2006) FAR 52.237-1, Site Visit (APR 1984) VAAR 852.233-70, Protest Content/Alternative Dispute Resolution (JAN 2008) VAAR 852.270-1, Representatives of Contracting Officers (JAN 2008) FAR 52.212-2, Evaluation Commercial Items (OCT 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (AUG 2018) 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. All quoters shall submit the following: One electronic copy of quote Specifications for mobile MRI referenced in quote Three past performance references similar in size and scope All quotes shall be sent electronically to Mary Jane Crim at maryjane.crim@va.gov. This is an open-market combined synopsis/solicitation for product rental as defined herein.    The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. 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:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than November 19, 2018 at 4 PM to maryjane.crim@va.gov. 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 contract specialist, Mary Jane Crim, at maryjane.crim@va.gov. Point of Contact Mary Jane Crim maryjane.crim@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/36C25019Q0030/listing.html)
 
Place of Performance
Address: Parma Multi-Specialty CBOC;8787 Brookpark Road;Parma, OH
Zip Code: 44129
Country: United States
 
Record
SN05155117-F 20181121/181119230027 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.