SOURCES SOUGHT
65 -- MR Injector
- Notice Date
- 6/21/2022 8:57:08 AM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24522Q0686
- Response Due
- 6/28/2022 7:00:00 AM
- Archive Date
- 07/08/2022
- Point of Contact
- Ryan Singletary, Contracting Officer, Phone: 202-745-8000
- E-Mail Address
-
ryan.singletary@va.gov
(ryan.singletary@va.gov)
- Awardee
- null
- Description
- Responses must be received no later than Tuesday, June 28, 2022 at 10:00 AM EST. THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). 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. IAW FAR 15.201(e), 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. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 5 Network Contracting Office, is seeking sources that can provide equipment and installation for an MR Injection System for the Louis A Johnson VAMC, Clarksburg, WV. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ MEDRAD MRXPERION MR INJECTION SYSTEM EIL: 360, CSN: 6525-439422, NXR-NX PLAN-IMAGING-INJECTOR,RADIO CONT MEDIA LOCAL STOCK NUMBER: MRXP 200 0002 1.00 EA __________________ __________________ INSTALLATION LOCAL STOCK NUMBER: INS MRXP 0003 1.00 EA __________________ __________________ PENETRATION PANEL KIT LOCAL STOCK NUMBER: 84680761 0004 1.00 KT __________________ __________________ MRXP,KIT,SYR,MRI,65/115ML,MC,WLD LOCAL STOCK NUMBER: 86594226 BACKGROUND: Magnetic Resonance Imaging is a vital clinical service within the Diagnostic Imaging Department at Louis A. Johnson VAMC which provides essential care for our veterans. MRI is a non-invasive imaging technology that produces detailed three-dimensional anatomic images which are used for disease detection, diagnosis, and treatment monitoring. MRI scans are frequently performed using an intravenous injection of contrast material. This contrast enhances and clarifies the detection of many disease processes. A power injector is used to mechanically deliver the contrast material at a precise and specific rate for cardiac, arteriovenous, and triphasic or dynamic organ enhancement. This precise delivery is critical in the detection and diagnosis of many disease processes. PROJECT SCOPE: The MRI department has a power injector that is nearing life expectancy. Replacement parts now have limited availability. There has been an increase in equipment errors. It is now beyond economical repair and needs replaced. Project includes installation, training, and one year warranty. SPECIFICATIONS: Dimensions: Control Room Unit 15.12 (38.40 cm) W 10.76 (27.33 cm) H 7.94 (20.17 cm) D 15.8 lbs (7.2 kg) Weight Scan Room Unit 23.30 (59.0 cm) W 71.40 (181.0 cm) H 23.30 (59.0 cm) D 95.7 lbs (43.4 kg) Weight Power Supply 7.60 (19.0 cm) W 3.40 (9.0 cm) H 15.40 (39.0 cm) D 5 lbs (2.3 kg) Weight Electrical: Voltage Requirements 100-240 VAC (50/60Hz) 120VA - 210VA Electrical Leakage Unit <100 microamperes Patient <100 microamperes Earth <500 microamperes System Capabilities: Syringe Capacities Syringe A: 65 mL Syringe B: 115 mL Programmable Volume range (mL) Syringe A: 0.5 mL to max syringe volume in: 0.1 mL increments from 0.5 mL to 31 mL 1 mL increments above 31 mL Syringe B: 1 mL to max syringe volume in 1 mL increments Programmable Flow Rate range (mL/sec) 0.01 to 10 mL/s in: 0.01 mL/s increments between 0.01 and 3.1 mL/s 0.1 mL/s increments between 3.1 and 10 mL/s KVO (Keep Vein Open) 6 factory presets of 0.25 mL every 15, 20, 30, 45, 60 or 75 sec Test Inject Configurable from 0.5 mL to 20 mL in 0.1 mL increments Pressure range (psi) 6 factory presets from 100 to 325 PSI or, 690 to 2240 kPa Injection / Post Inj. Reminders Up to 5 settings of 1 sec to 20 minutes in 1 sec increments Inj. Protocol storage 60 protocols up to 6 phases each Inj. Hold / Pause Up to 20 minutes in 1 sec increments eGFR Calculator For adults: MDRD, Cockcroft-Gault, Modified Cockcroft-Gault and CKD-EPI methods For children: Bedside Schwartz method Weight Based Dosing Calculator Informatics Yes, with optional Radimetrics Enterprise Connectivity Capability Remote Service Capability Yes, with optional VirtualCare Remote Support Mounting Floor Pedestal - Includes integrated IV Pole Accessories: IV Pole Floor Pedestal - Includes integrated IV Pole DELIVERY LOCATION: Louis A. Johnson VAMC 1 Medical Center Drive Clarksburg, WV 26301 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. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to 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 or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items"" meet all required salient characteristics. Responses to this notice shall be submitted via email to Ryan.Singletary@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Tuesday, June 28, 2022 at 10:00 AM EST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5902f437939c41b8bd844eb35f639976/view)
- Place of Performance
- Address: Louis A. Johnson VAMC 1 Medical Center Drive, Clarksburg, WV 26301, USA
- Zip Code: 26301
- Country: USA
- Zip Code: 26301
- Record
- SN06364298-F 20220623/220621230106 (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 |