SOLICITATION NOTICE
W -- Mobile MRI Rental Castle Point
- Notice Date
- 6/7/2021 8:30:56 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24221Q0966
- Response Due
- 6/11/2021 1:00:00 PM
- Archive Date
- 07/11/2021
- Point of Contact
- Evelyn Peguero, Contract Specialist, Phone: 914-737-4400
- E-Mail Address
-
Evelyn.Peguero@va.gov
(Evelyn.Peguero@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- COMBINED SYNOPSIS/SOLICITATION Mobile MRI Rental at VA Hudson Valley-Castle Point VA (i) 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, and FAR 13.5 Simplified Procedures for Certain Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through beta.sam.gov on RFQ reference number 36C24221Q0966. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05 (eff. 03/10/2021), VAAR 2008-28 (eff. 01/27/21). (iv) This solicitation is a Total SDVOSB set-aside open market solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 532490 with a small business size standard of $35 Million. The FSC/PSC is W065. (v) This is a services contract to provide Mobile MRI Rental at the VA Hudson Valley Health Care System- Castle Point VA located at 41 Castle Point Road, Wappinger Falls, NY 12590. The Contractor shall provide clear pricing as the Contracting Specialist will need to distinguish between the varying costs of the procurement in order to determine price reasonableness. (vi) The required work is as contained below in the Statement of Work. STATEMENT OF WORK VA Hudson Valley Health Care System Castle Point VA Title: Rental of Portable MRI Scanner, Support, Agreement, Installation Scope of Work: The Contractor shall provide one (1) each mobile shielded short bore 1 Mobile Siemens Magnetom Espree 1.5T MRI System Scanner, at the VA Hudson Valley Medical Center. The length of this rental is not to exceed more than 8 months (with possible extension). 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 Hudson Valley Medical Center. All services shall be provided in accordance with the specifications, terms and conditions contained herein. The following paragraphs contain the items are required and support agreement to provide the same level of care with up to 40 hours of onsite training of the current MRI technologists and continued phone support for applications for the duration of the contract. 1. Portable MRI Scanner: The Contractor will provide a vendor owned portable MRI scanner (minimum features seen below) in a trailer not to exceed 48 in length including transportation to and from the location and PACS connectivity/hook up. The Salient Characteristics are attached. Salient Characteristics/Minimum Features for MRI Scanner 1.5T Mobile Siemens Magnetom Espree 1.5T MRI System. Software: HD16.0_1638a Windows 7 or later or non-Windows system Minimum 16 Channel Systems High Performance Gradient System Re-constructor high speed In bore fan Advanced Scan Tools for: Neuro Body Ortho Angiography Diffusion Imaging Performance Package Angio Performance Package: Automatic table motion Automatic bolus detection and triggering software Quantitative Flow Analysis High Resolution LCD Monitor DICOM Workflow Management IHE Schedule Workflow Physiological Synchronization DVD read/write device DICOM Store/Query/Retrieve Patient Headset with two-way communication Coils and associated pads: Quadrature Body Coil 16 Channel Head Coil 8-16 Channel Knee Coil 16 Channel Torso/Body Coil Flexible Coils CT L Spine Coil 16 Channel Sense NV Coil 8 Channel Shoulder Coil 8 Channel Foot/Ankle Coil 8 Channel Wrist Coil 4-8 Channel Small Joint Coil Medrad Solaris Injector or comparable 2. Preventive Maintenance & Inspections: The Contractor shall provide these 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. The Contractor shall ensure that the system has current PMs performed by the OEM and is meeting the manufacturer s specifications including appropriate cryogen levels. The Contractor shall furnish documentation to the RSO, 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, the vendor shall remove the hard drive and surrender it to biomed personnel for disposal. 3. Conformance Standards: The 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 such that it meets or exceeds the performance specifications as established in the OEM s technical specifications. Additional performance specifications that exceed the OEM specifications shall be specified in writing by the VA. 4. 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. 5. 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 except for 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. 6. 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). 7. 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. 8. 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 COR with a written estimate of the cost to make necessary repairs 9. Condition of Equipment: The contractor accepts responsibility for the equipment described, 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. 10. 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 VA Hudson Valley. Test equipment calibration shall be traceable to a national standard. 11. Identification, Parking, Smoking, Cellular Phone Use and VA Regulations: The Contractor's FSE shall wear visible identification always while on the premises of the VA Hudson Valley. 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 VAHVHCS will not invalidate or make reimbursement for parking violations of the contractor under any conditions. Smoking is prohibited inside any buildings at the VAHVHCS. 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. 12. Installation for Utilities, Other requirements: a. Utility Hook up for 150 A 460 Vac Service. To be handled by internal labor. b. Voice and Data requirements to include PAC s and CPRS. To be handled by internal Labor. c. Portable Handicap excess able Trailer Bathroom / Changing area. This will be a rental for the same period that the hospital will be treating patients approximately 90 days. This will need to include clean outs and restocking of consumables. This could be set up as a once a week requirement. d. Transition Coverage from Bathroom / Changing Trailer to MRI Trailer. 13. Compliance with OSHA Bloodborne Pathogens Standard: The contractor shall comply with the Federal OSHA Bloodborne Pathogens Standard. The contractor shall: Have methods by which all employees are educated as to risks associated with bloodborne pathogens. Have policies and procedures that reduce the risk of employee exposure to bloodborne pathogens. Have mechanisms for employee counseling and treatment following exposure to bloodborne pathogens. 14. Records Management Language: 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. The 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. The 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. The 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. D. Provide appropriate personal protective equipment/clothing such as gloves, gowns, masks, protective eyewear, mouthpieces for the employee during performance of the contract. 17. Definitions/Acronyms: Biomedical Engineering - Supervisor or designee, Phone Number (916-366-5481). CO - Contracting Officer. COR - Contracting Officer's Technical Representative . 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. 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. Acceptance Signature - VAOPC employee who indicates FSE demonstrated service conclusion/status and user has accepted work as complete/pending as stated in ESR. Authorization Signature - COR's signature; indicates COR accepts work status as stated. NFPA - National Fire Protection Association. CDRH - Center for Devices and Radiological Health. OEM - Original Equipment Manufacturer NHPP The VA National Health Physics Program Estimated Period of Performance: 06/15/2021 02/14/2022 Place of Performance: VA Hudson Valley Health Care System Castle Point Campus 41 Castle Point Rd. Wappinger Falls, NY 12590 (vii) The following solicitation provisions apply to this acquisition: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html FAR 52.212-1, Instructions to Offerors Commercial Items (Jun 2020) a. Solicitation number for this requirement is 36C24221Q0966. b. Name, address and telephone number of offeror. c. Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. d. Terms of any express warranty. e. Price should be for all services detailed on the statement of work. The pricing must be broken down in a manner that allows for price reasonableness to be determined. If provisional option years are included, pricing should be broken down for each year. Failure to provide complete pricing will result in contractors package being determined to be incomplete. Hourly rate shall be separated from any other costs. Overhead and Profit shall also be provided. Failure to do so will result in automatically being disqualified. f. Acknowledgement of any solicitation amendments g. Past performance information h. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. i. A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically). The following solicitation provisions apply to this acquisition: 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) (viii) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applies to this acquisition. The Government will award a single purchase order contract resulting from this RFQ to the responsible offeror whose offer represents the best value in terms of technical capability, past performance and price. All non-price factors (i.e., technical capability, technical proficiency, past performance) when combined are approximately equal to cost or price. Offeror must also meet the terms and conditions of all clauses and provisions. A quote may be determined to be unacceptable/incomplete if required information is missing or if the quote materially deviates from the requirements of the RFQ. All complete proposals will be considered. Evaluation Factors: (1) Technical capability - Contractor shall provide a maximum 10-page capability statement demonstrating their ability to meet all of the requirements of the SOW. a) Technical Proficiency: Contractor shall submit a proposal that demonstrates its understanding of the requirement in accordance with the Statement of Work and the extent to which potential risks are identified and mitigated. b) Contractor Experience: The offeror shall provide 3-5 instances of past experience of similar scope within the past 5 years. The contractor shall be a firm regularly engaged in providing Rental of Mobile Siemens Magnetom Espree 1.5T MRI System Scanner as found in a healthcare facility. Their expertise and experience shall be of such extent so as to provide them the knowledge of Siemens Magnetom Espree 1.5T MRI System Scanner. The 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. c) Training and Certifications: The Contractor shall have a minimum of two years of experience, with respect to scheduled and unscheduled preventive and remedial maintenance on equipment. 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. 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 equipment. The CO and/or the COR specifically reserve the right to reject any of the contractor's personnel and refuse them permission to work on the equipment. (ix) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (FEB 2021) 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. (x) FAR 52.212-4, Contract Terms and Conditions Commercial Items October 2018 applies to this acquisition. The following clauses are incorporated into Addendum to FAR 52.212-4, 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.219-14 Limitations on Subcontracting (JUN 2020) By the end of the base term of the contract and then by the end of each subsequent option period 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) - 852.203-70 Commercial Advertising. - 852.211-70 Equipment Operation and Maintenance Manuals - 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (NOV 2020) By the end of the base term of the contract or order, and then by the end of each subsequent option period. - 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) - 852.232-72 Electronic Submission of Payment Requests. - 852.233-70 Protest Content/Alternative Dispute Resolution. - 852.233-71 Alternate Protest Procedure. - 852.270-1 Representatives of Contracting Officers. - 852.273-73 Evaluation Health-Care Resources 852.242-71 Administrative Contracting Officer (OCT 2020) (xi) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JAN 2021) The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government (JUN 2020) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.219-8 Utilization of Small Business Concerns (OCT 2018) 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (MAR 2020) 52.219-28 Post Award Small Business Program Rerepresentation (NOV 2020) 52.222-3 Convict Labor (June 2003) 52.222-26 Equal Opportunity (SEP 2016) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-37 Employment Reports on Veterans (JUN 2020) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) Employee Class: Monetary Wage-Fringe Benefits: 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (MAY 2014) 52.222-50 Combating Trafficking in Persons (OCT 2020) 52.222-54 Employment Eligibility Verification (OCT 2015) 52.222-55 Minimum Wages Under Executive Order 13658 (NOV 2020) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018) (xii) All quoters shall submit the following: one copy of technical capability and pricing, and an additional redacted copy. All quotations shall be sent ONLY to Evelyn Peguero at Evelyn.Peguero@va.gov This is a Total SDVOSB set-aside open market for Mobile MRI Rental as defined herein. The government intends to award a contract 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 4:00pm on 06/11/2021 at Evelyn.Peguero@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Faxed or postal mailed quotes will NOT be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist Evelyn Peguero at Evelyn.Peguero@va.gov. All questions must be submitted by 06/07/2021 at 12:00pm. All communication shall have RFQ number and requirement title in the subject line. Point of Contact Evelyn Peguero, Contract Specialist Evelyn.Peguero@VA.gov NO PHONE CALLS.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/216755c4b4c2478a837b43132d065ab0/view)
- Place of Performance
- Address: VA Hudson Valley Health Care System Castle Point VA 41 Castle Point Road, Wappinger Falls, NY 12590, USA
- Zip Code: 12590
- Country: USA
- Zip Code: 12590
- Record
- SN06023369-F 20210609/210608201650 (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 |