Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 25, 2022 SAM #7512
SOURCES SOUGHT

65 -- VASD MRI Trailer

Notice Date
6/23/2022 5:11:26 PM
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26222Q1152
 
Response Due
6/30/2022 10:00:00 AM
 
Archive Date
07/30/2022
 
Point of Contact
Peter Kim, Contracting Officer, Phone: (562) 766-2203
 
E-Mail Address
peter.kim33@va.gov
(peter.kim33@va.gov)
 
Awardee
null
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this sources-sought notice must be in writing. The purpose of this sources-sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the services described below. 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 Veteran s Integrated Service Network 22 is seeking a contractor to provide lease of a Mobile GE Voyager 1.5 Tesla Magnetic Resonance Imaging System (MRI) or equivalent GE Mobile self-contained Trailer. This unit shall be located at VA San Diego Healthcare System located at 1300 Rancho Del Oro Dr., Oceanside, CA 92056 or at the Kearny Mesa Community Based Outpatient Clinic (CBOC) located at 8875 Aero Dr., San Diego, CA 92123. Specific Requirements: 1. Contractor shall provide a GE Voyager 1.5 Tesla MRI unit mounted in a mobile specialty vehicle in compliance with all applicable safety codes and regulations. Contractor shall provide a site planning guide for installation and operation of mobile scanner. In addition, the contractor shall be responsible for the following: a. Equipment, delivery/set-up of equipment and pick-up/transport of the equipment from the VA site to the contractor home site at the termination of the contract. b. MRI Trailer size shall be 10 wide x 48 long. A 12 x 50 trailer is acceptable. c. Trailer shall contain an Americans with Disabilities Act (ADA) compliant Patient Dressing Area (minimum size of 5 x 5 ) that contains storage for exam gowns and lockable storage for patient personal items. d. All maintenance and service of the MRI Trailer and Equipment to include all preventative maintenance, service calls, transportation, parts, and labor at no additional cost to the VA. e. All OEM Preventative Maintenance, licensures, inspection, adjustments, calibrations, shall be current at all times with no lapses or pending discrepancies. f. System scan protocols shall be verified and validated by VA reading radiologists. g. Mobile MRI Trailer and Equipment may need to be moved during the duration of the contract and shall be moved without any additional cost to the VA. h. MRI Trailer shall maintain proper temperature to ensure maximum operation, calibration, and care of equipment and to ensure patient comfort. i. Effective noise abatement system capable of delivering over 35dB of gradient noise abatement. j. HVAC System to maintain MRI Trailer environmental systems. k. 24-Hour per Day, 7 Days per Week, telephone technical support (telephone technical support shall be provided within 1-hour of phone call being made). Contractor shall provide the names of technical/service support representatives (if known) and their 24/7 phone numbers to the COR or designee. These services shall be provided at no additional cost to the VA. l. OEM on-site emergency repair service within 2 hours of notification during normal business operations (Monday through Friday, 8am 5pm (Pacific Time). If the request is made on a weekend or holiday, the contractor shall begin repair services no later than the next work (duty) day (i.e. be onsite NLT 8am to start the repairs). The contractor s repair personnel shall maintain constant communication with the COR or designee concerning the status of the repairs so that the COR or designee can notify other medical personnel of potential downtime affecting patient care. All repairs shall be conducted during normal business hours (8am to 5pm Pacific Time) unless otherwise coordinated with the COR or designee. These services (to include all travel, labor, per diem, parts, and equipment) shall be provided at no additional cost to the VA. m. OEM on-site non-emergency service within 24 hours of notification during normal business operations (Monday through Friday, 8am 5pm Pacific Time). The contractor s repair personnel shall maintain constant communication with the COR or designee concerning the status of the repairs so that the COR or designee can notify other medical personnel of potential downtime affecting patient care. All repairs shall be conducted during normal business hours (8am to 5pm Pacific Time) unless otherwise coordinated with the COR or designee. These services (to include all travel, labor, per diem, parts, and equipment) shall be provided at no additional cost to the VA. n. Mobile MRI unit shall have MRI safe/compatible portable oxygen and suction equipment. o. Mobile MRI unit will have an emergency contrast reaction medication kit. p. MRI Trailer and Equipment shall be capable to supporting patients weighing up to 550 lbs. (i.e. have a 550 lb. load table limit). q. MRI Trailer and Equipment Uptime (in-service) Rate of 100% during normal business hours of operations (which are Monday through Friday, 8am 5pm Pacific Time). The VA will not incur any costs for any down-time of equipment. r. Contractor will provide an orientation to the operation of the components of the mobile specialty vehicle including safety features, operation of the wheelchair lift, location of emergency off switch and any other features required for employee safety. 2: The MRI Trailer and Equipment shall provide a full range of scan parameters to meet all routine clinical demands, including 60 cm Bore Size, 160 cm long system for head out of the magnet in 60% of the anatomy scanned, and shall have the following: a. Shall have the same capabilities of the standard configuration for a GE Voyager 1.5 Tesla MRI unit. b. Wheelchair lift - Provide a wheelchair lift for patient access to the mobile MRI with all required safety tie downs and guards. c. Support - The unit shall be self-supporting and have a rear stabilizer stand and adjustable jack legs in front to accommodate leveling on a site that is flat but on a slight sloped grade. d. Mobile MRI unit will have a MRI contrast power injector. e. Unit shall operate on 480Volts, 3 Phase, 150 Amps using a 5 wire system. Mobile MRI shall have a minimum length of 50 foot cable with a male connector. If a generator is provided on the unit, it must be permitted with the Air Pollution Control District in accordance with all local and state requirements. f. Gradients and Slew Rate 33/120 EchoSpeed Plus Gradients, 8916s g. System shall be able to connect multiple coil elements which can be seamlessly integrated into one examination. h. Gradient noise level of 99db or below without reducing performance. i. Telephone and Data interface - Mobile MRI unit will have 2 telephone and 2 data hookups to interface with facility s telephone and IT and PACS systems. j. System/equipment shall be fully capable and able to transfer image and data to multiple modalities including PACS, VISTA Imaging, printers, and Hospital RIS System (full DICOM Communication). Each location shall have different IP addresses, subnet masks, and VPNs. Communication between MRI and Radiology Services PACS: The Contractor shall ensure that a convenient and robust means of DICOM transfer of MRI studies to the Radiology Service PACS is operational. The Contractor shall obtain and provide to the VA any technology necessary to ensure that MRI studies can be conveniently read on the existing PACS display technology. k. Magnet shall be superconducting with a magnetic strength of 1.5T. l. Magnet shall be self-shielded. 3. MRI Scan Protocols: The following MRI Protocols (including but not limited to) shall be able to be supported by the Mobile MRI Trailer and Equipment: Routine Brain, Brain with Gadolinium, MRA Brain, Brain-MS, MRV Brain, Brain-Seizures, Brain-IACs, Brain-Orbits, Brain-Pituitary, Brain-Complex Seizures, Face/Neck, Tongue/Salivary Glands, Brain- Bell s Palsy, Cervical Spine, Thoracic Spine, Lumbar Spine, C/T/L Spine Cord Compression, Spine-Infection, Spine-Syrinx, Routine Knee, Routine Shoulder, Shoulder- Post Arthrogram, Hips-AVN, Hips-Occult Fracture, Routine Wrist, Routine Ankle, Ankle-Achilles Tendon, Ankle-Plantar Fasciitis, Routine Elbow, Thigh/Lower Leg, TMJ, Infection-Osteo, Routine Abdomen, Kidneys, MRCP, Eovist Liver, Pelvis-Female, Pelvis-Prostate, Brachial Plexus, Carotids, Renal MRA, and Arterial Run-Off, Cardiac, Breast, Enterography, Thoracic Aorta, MRA/MRV Abdomen, Perfusion, Spectroscopy. 4. MRI Scan Sequences: The following MRI sequences (including but not limited to) shall be able to be supported by the mobile MRI trailer and equipment: Twist, Cosmic, DWI, and Lava. 5. Patient Digital Video and Audio Entertainment System: The Mobile MRI Trailer shall contain the following minimum Patient Digital Video and Audio Entertainment System features/functions to help mitigate the claustrophobic effects of the MRI Bore: a. Entertainment Video. b. Digital Video Goggles to view DVD or Broadcast TV during MRI scan. c. High fidelity digital audio headset for patient to listen to audio channels to include DVD, TV (if provided by VA), Internet Radio (if provided by VA) or other external audio sources. d. Camera at MRI Technologist station so when talking to the patient, the patient sees and hears the MRI Technologist with positive 2-way communication. The patient s voice response is transmitted from the microphone to the MRI Technologists station speaker. e. Capability to play and offer the patient FM Radio, Internet Radio (if provided by VA), MP3, DVD, or Digital Broadcast TV (if provided by VA), Connections for CD, iPad, iPod, or other audio sources. f. S-Video and RCA (White, Red, Yellow) audio/video in-ports. If you are interested and are capable of providing the required product(s) please provide the following information. (1) Company Name, Address, Point of Contact (2) 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. (3) Is your company considered small under the NAICS code 334510, Electromedical and Electrotherapeutic Apparatus Manufacturing? (4) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract type and number. (5) If you are an FSS GSA/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (6) Please provide general pricing for your products/solutions for market research purposes. (7) If your offer is for an equivalent product, please provide manufacturer, model number and information regarding how their product meets the salient characteristics. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Businesses. However, if there are insufficient Service-Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. Responses to this notice shall be submitted via email to peter.kim33@va.gov . Telephone responses will not be accepted. Responses must be received no later than 6/30/2022 10:00 AM PT. After review of the responses to this sources-sought announcement, a solicitation may be published on the beta.sam.gov or GSA eBuy websites. Responses to this sources-sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources-sought announcement. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service-Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at www.vip.vetbiz.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/21dca949a61d4433876e8d55a1cbb580/view)
 
Place of Performance
Address: VA San Diego Healthcare System 1300 Rancho Del Oro Dr Oceanside, CA 92056 or 8875 Aero Dr, San Diego 92123, USA
Zip Code: 92123
Country: USA
 
Record
SN06367873-F 20220625/220623230128 (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.