MODIFICATION
65 -- MOBILE CT SCANNER RENTAL - FOUR MONTHS VA OUTPATIENT CLINIC, MARTINEZ, CA 94553
- Notice Date
- 11/6/2020 5:58:17 AM
- Notice Type
- Solicitation
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- 261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
- ZIP Code
- 95655
- Solicitation Number
- 36C26121Q0033
- Response Due
- 11/13/2020 5:00:00 PM
- Archive Date
- 01/12/2021
- Point of Contact
- Ron D Donez, Contracting Officer
- E-Mail Address
-
ronald.donez@va.gov
(ronald.donez@va.gov)
- Awardee
- null
- Description
- This announcement is a ""SOURCES SOUGHT"" only. This is not a request for formal proposals or quotes. No formal solicitation document exists at this time. Your response to this announcement will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. Purpose and Objectives: The intent of this Sources Sought Notice is to identify potential offerors (SDVOSB SERVICE DISABLED VETERAN-OWNED SMALL BUSINESSES) capable of providing a mobile actively shielded 64 slice CT Scanner to the VA Martinez Outpatient Clinic, 150 Muir Road, Martinez, CA 94553. This will include the transportation, set up/removal, and inspection/certification by a health physicist. The date of lease will be for four months from date of award. The scanner will include supporting equipment to provide the doctors and radiologists a like system which will provide the same level of care our patients are presently receiving. Hard drive replacement and applications training will be required. The vendor will be required to perform a site visit prior to delivery of the CT trailer and have the resources available to switch to a smaller truck (Yard Goat Semi-Trailer) to position the rental CT trailer in its final position, if necessary. Period of performance will be four months from date of award, anticipated to be around November 1, 2020. STATEMENT OF WORK Contractor shall provide a mobile actively shielded 64 slice CT Scanner at the VA Northern California Healthcare system Outpatient clinic in Martinez, CA. This will include the transportation, set up/removal, and inspection/certification by a health physicist. The lease will be for four months. The scanner will include supporting equipment to provide the doctors and radiologists a like system which will provide the same level of care our patients are presently receiving. Services shall be provided for the Department of Veterans Affairs Northern California Health Care System at the Martinez VA Outpatient Clinic. All services shall be provided in accordance with the specifications, terms and conditions contained herein. The following paragraphs contain the items are required and the support agreement. The delivery location: Martinez Outpatient Clinic, 150 Muir Rd, Martinez, CA 94553. DESCRIPTION/SPECIFICATIONS/WORK STATEMENT 1. SERVICES: Contractor shall provide a vendor owned portable CT scanner (minimum features seen below) in a trailer not to exceed 50 in length including transportation to and from the location and PACS/phone/ connectivity/hook up. Contractor shall provide a ramp from the ground grade level to the entrance of the trailer meeting ADA requirement as part of the contract. Power cable 50 extension must be available if initial power cable isn t sufficient to reach power junction Russell Stoll connection. Possible use of a short cab should be available for maneuvering in and out of use destination due to tight parking requirements if necessary. Vendor will perform a site visit prior to delivery of the CT trailer. Have the resources available to switch to a smaller truck (Yard Goat Semi-Trailer) to position the rental CT trailer in its final position, if necessary. Vendors able to meet the minimum preferred features will be considered over those able to just meet the minimum acceptable requirements. 64 slice Scanner requirements: Minimum Preferred Features: 64 row 64 slice detector Interleaved Volume Recon Workstream 4D Dose Map Iterative Reconstruction 456 lb. table weight limit 0.48 High Speed Rotation Low Dose Lung Scanning Ability to perform Interventional Procedures Contractor will have 24-hour customer telephone support Care Dose 4D XR-29 compliant Sure View Fast Planning Fast Positioning Fast KV Fast Wizard MedRad Stellant Dual CT Injector Windows 10 Operating System or higher Linux (non-windows operating system) is acceptable. Scanner entrance on scanner side Most current version of software Minimum Acceptable Features: 32 row 64 slice detector Windows 7 SP1 or higher Requirements: Prior to delivery of the trailer, contractor shall provide a filled out 6550 detailing the Operating System used and Antivirus software installed. Contractor shall provide proof upon delivery, prior to putting the system on the network, that it has been scanned for any viruses with the latest known updates. If the system does not have an anti-virus software installed, the contractor shall allow the VA to install its own anti-virus software to perform scans prior to attaching the system to the network. Upon delivery, if the contractor requires the use of an external USB or hard drive to perform additional work on the system, the contractor shall provide proof to the VA that the system has been scanned with a company approved anti-virus, or shall allow the VA to scan the USB with a VA approved anti-virus. Prior to removal of the system and trailer, the VA shall retain the hard drives where patient data is stored. 2. DEFINITIONS/ACRONYMS: A. Biomedical Engineering - Supervisor or designee, Phone Number (916-366-5481). B. CO - Contracting Officer. C. COR - Contracting Officer's Representative. D. PM - Preventive Maintenance Inspection. Services which are periodic in nature and are required to maintain the equipment in such condition that it may be operated in accordance with its intended design and functional capacity with minimal incidence of malfunction or operative conditions. Service shall consist of calibration and testing in accordance with the manufacturer s latest established service procedures to ensure operation of equipment within manufacturer s or VA s performance specifications, whichever is the most rigorous. PM includes cleaning, inspecting lubricating and testing all equipment. All equipment shall be operated at least one complete operating cycle at the end of each PM. E. FSE - Field Service Engineer. A person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services on the VA Outpatient Clinic premises. F. ESR - Vendor Engineering Service Report. A documentation of the services rendered for each incidence of work performance under the terms and conditions of the contract. G. Acceptance Signature - VAOPC employee who indicates FSE demonstrated service conclusion/status and user has accepted work as complete/pending as stated in ESR. H. Authorization Signature - COR's signature; indicates COR accepts work status as stated in ESR. I. NFPA - National Fire Protection Association. J. CDRH - Center for Devices and Radiological Health. K. VAOPC - Department of Veterans Affairs Outpatient Clinic. L. OEM - Original Equipment Manufacturer 3. CONFORMANCE STANDARDS: Contractor shall provide services and material to ensure that the equipment functions in conformance with the latest requirements of NFPA-99, JCAHO, NEC, OSHA, CAP, Federal and VA specifications and requirements as applicable. The equipment shall be maintained and serviced with OEM support only. 4. PREVENTIVE MAINTENANCE (PM): A. Contractor shall ensure that the system has current PMs performed by the OEM and is meeting the manufacturer s specifications. The contractor shall furnish documentation, including all measurement and calibration data to certify that the system is performing in accordance with the performance specifications. After the use of the system, a FSE and VA representative employee will delete the database from the system before it leaves the facility. 5. EMERGENCY MAINTENANCE: The contractor will maintain that a 95% uptime of the system is met and that there are provisions for emergency service during normal business hours. All maintenance will be performed by a contract agreement with the OEM. 6. HOURS OF COVERAGE: Normal hours of coverage are (Monday through Friday) from 8:00am to 4:30pm, excluding holidays. Work performed outside the normal hours of coverage at the request of Radiology would be billed at the government rate. A separate purchase order will be issued to cover the cost(s) associated with any after-hours call back service as applicable. 7. PARTS: The contractor shall furnish and replace parts at no cost to the Government. The contractor shall have ready access to unique and/or high mortality replacement parts. All parts supplied shall be OEM and fully compatible with existing equipment. The contract shall include all parts with the exception of consumable or expendable items. The contractor shall use new or rebuilt parts. Used parts, those removed from another system, shall not be installed without approval by Biomedical Engineering. 8. REPORTING REQUIREMENTS: The contractor shall contact Biomedical Engineering prior to performance of work under this contract. This check-in is mandatory and can be accomplished in person or by phone contact. When the service(s) is/are completed, the FSE shall document the services rendered on a legible ESR(s). 9. ADDITIONAL CHARGES: There will be no additional charge for time spent at the site during, or after the normal hours of coverage awaiting the arrival of additional FSE and/or delivery of parts. 10. REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE: The Contractor shall immediately, but no later than 24 consecutive hours after discovery, notify Biomedical engineering, (in writing), of the existence or the development of any defects in, or repairs required to the scheduled equipment which the Contractor considers he/she is not responsible for under the terms of the contract. The contractor shall furnish the CO and COTR with a written estimate of the cost to make necessary repairs. 11. CONDITION OF EQUIPMENT: The contractor accepts responsibility for the equipment described in Section B, in ""as is"" condition. Failure to inspect the equipment prior to contract award will not relieve the contractor from performance of the requirements of this contract. 12. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: A. Each respondent must have an established business, with an office and full-time staff. The staff includes a ""fully qualified"" FSE and a ""fully qualified"" FSE who will serve as the backup. B. Fully Qualified"" is based upon training and on experience in the field. For training, the FSE(s) shall have successfully completed a formalized training program, for the equipment identified in Section B. For field experience, the FSE(s) shall have a minimum of two years of experience, with respect to scheduled and unscheduled preventive and remedial maintenance on equipment identified in Section B. C. The FSE(s) shall be authorized by the contractor to perform the maintenance services as required. All work shall be performed by ""Fully Qualified"" competent FSEs. The contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the contractor services at the VAOPC. The CO may authenticate the training requirements, request copies of training certificates or credentials from the contractor at any time for any personnel who are servicing or installing any VAOPC equipment. The CO and/or the COTR specifically reserve the right to reject any of the contractor's personnel and refuse them permission to work on the VAOPC equipment. 13. TEST EQUIPMENT: Prior to commencement of work on this contract, the contractor shall make available if requested a copy of the current calibration certification of all test equipment that is to be used by the contractor in performing work under the contract. This certification shall also be provided on a periodic basis when requested by the VAOPC. Test equipment calibration shall be traceable to a national standard. 14. IDENTIFICATION, PARKING, SMOKING, CELLULAR PHONE USE AND VA REGULATIONS: The contractor's FSE shall wear visible identification at all times while on the premises of the VAOPC. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police-Security Service. The VAOPC will not invalidate or make reimbursement for parking violations of the contractor under any conditions. Smoking is prohibited inside any buildings at the VAOPC. Cellular phones and two-way radios are not to be used within six feet of any medical equipment. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in a citation answerable in the United States (Federal) District Court, not a local district state, or municipal court. 15. COMPLIANCE WITH OSHA BLOODBORNE PATHOGENS STANDARD: The contractor shall comply with the Federal/California OSHA Bloodborne Pathogens Standard. The contractor shall: A. Have methods by which all employees are educated as to risks associated with bloodborne pathogens. B. Have policies and procedures that reduce the risk of employee exposure to bloodborne pathogens. C. Have mechanisms for employee counseling and treatment following exposure to bloodborne pathogens. D. Provide appropriate personal protective equipment/clothing such as gloves, gowns, masks, protective eyewear, mouthpieces for the employee during performance of the contract. 16. RECORDS MANAGEMENT LANGUAGE Records Management Language for Contracts Required The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. Response: Responses to this Sources Sought Notice should be able to demonstrate the firm's ability, capability, and responsibility to deliver the items listed above. Responses should include the following information: Business name, address, DUNS number, business size and Socioeconomic Category (HUBZone, 8(a), Service Disabled Veteran-Owned Small Business, Veteran-Owned Small Business, Small Business, Large Business, etc.), and point of contact to include e-mail address and telephone number with the subject line VA Martinez Scanner Rental . All offerors must be registered in the System for Award Management (www.sam.gov), and Representations and Certifications must be completed prior to any future award. Any offeror capable of providing this service shall notify the Contract Specialist by e-mail by October 10, 2020 at 5PM PST. The NAICS Code is 334517, Irradiation Apparatus Manufacturing, with a size standard of 1000 employees. If your firm is an SDVOSB, it must be registered with VETBIZ. All information is to be submitted via e-mail at Ronald.Donez@va.gov. Determination by the Government not to compete this proposed contract action based on responses to this notice is solely within of the discretion of the Government.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/064d08436c4d4ba3b8d0ac46029a8656/view)
- Record
- SN05848065-F 20201108/201106230143 (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 |