Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2023 SAM #7960
SOLICITATION NOTICE

23 -- Manufacture Mobile GE MRI Trailer

Notice Date
9/11/2023 11:04:24 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26023Q0770
 
Response Due
9/15/2023 7:00:00 AM
 
Archive Date
10/15/2023
 
Point of Contact
Robert Hamilton, Contracting Officer, Phone: 360-852-9880
 
E-Mail Address
robert.hamilton8@va.gov
(robert.hamilton8@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Description 1. 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; quotes are being requested, and a written solicitation document will not be issued. 2. This is a Brand Name or Equal Request for Quote (RFQ) and the solicitation number is 36C26023Q0770. The Government anticipates awarding a firm-fixed price order from this solicitation. The SBA s Non-Manufacturer Rule does not apply as there is a class waiver for the NAICS. 3. This is a solicitation for the manufacture of MRI trailer for GE Voyager MRI Unit. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-05 effective August 8,2023. 4. This solicitation is 100% set-aside for small business. The associated North American Industrial Classification System (NAICS) code for this procurement is 336212 - Truck, with a small business size standard of 1,000 employees and the PSC is 2330. 5. The Department of Veterans Affairs (Everett CBOC 220 Olympic Blvd, Everett, WA 98203) is seeking to purchase a 12X60 MRI trailer to allow for the easy transportability of the unit. This is just for the purchase of the trailer; the MRI unit is currently being held by GE. All interested companies shall provide quotations for the following: 6. Required Trailer: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 YR $___________ $__________ 12x60 foot new transportable MRI trailer built to the specifications of the GE Voyager 1.5T MRI system as described in attached specification. GRAND TOTAL $__________ 7. Statement of Work: Essential/significant physical, functional, or performance characteristics. 12x60 Transportable MRI Trailer Brand/Manufacture Name AMST a Kentucky Trailer Company. Since this is a trailer being built to house the GE Voyager MRI and therefore must comply with the MRI manufacturer s requirements for a mobile housing for the for the MRI. Any small business must show they have experience manufacturing these types of trailers. MRI Trailer Overall length: 60 Overall height: 13 -6 Overall width: 12 Custom Chassis: Custom built dual twin I-beam flat floor aluminum chassis Four (4) fixed jack stands for rear of trailer Two (2) manual landing legs with pins located in the front of the trailer All aluminum wheels and radial tires Air ride suspension Spread axle with air ride rear suspension Anti-lock brakes Custom Body: Wall construction to include aluminum tube Magnetic steel shielding per OEM requirements for VA Puget Sound specific 1.5T MRI system to be integrated into unit. Gauss line will be maintained below 5 gauss at any point beyond 6 from any side wall Exterior sheet 0.50 raw aluminum Entire unit painted white Polyurethane spray foam insulation between tubes to provide barrier to heat, cold and noise Vapor barrier installed on floor of trailer to resist moisture Drip rails over main entry door and all along the top of the unit Mirror image orientation with entry doors located on the driver s side of the unit Exterior Features All aluminum lower belly box compartment area. To include lockable storage with aluminum insulated doors and gas cylinders Staff entry door and stairs for direct access to unit with handrails on all sides Bubble levels mounted on the unit Swinging door (into MRI trailer) to allow for unit to connect to Zone 2 MRI trailer Vinyl skirting around perimeter of unit to protect exposed areas to the elements Steel combination lockbox mounted on the front of the trailer for key storage General Layout Unit will meet all specifications that the MRI OEM has developed regarding the siting and installation of their MRI system into a transportable unit Mirror image orientation MRI scan room at the rear of the unit Technologist control room in the middle of the unit Linen storage area with shelves for clean and soiled linen Swing door to allow for direct connection between zone 2 MRI trailer and MRI trailer Front equipment room for OEM computer equipment and transportable support systems including electrical and HVAC systems Flooring Plates to mount system and equipment in Scan Room and equipment room. Single piece vinyl flooring throughout entire trailer to include plywood sub flooring Walls, Cabinets and Counter Tops Solid surface countertops in Scan Room and Control Room Cabinetry located in the Scan Room and Control Room Coil and phantom storage in scan room Walls to be built with hospital grade wall covering for ease of cleaning and longevity Ceiling and Lighting Fully dimmable LED lights to be provided throughout the trailer Sound reducing drop ceiling with acoustical ceiling tiles Ceiling to include A/C louvers for proper dispersion of air flow Separate lighting controls located in each room Magnetic Shielding Shielding per manufacturers specifications in the Scan Room on each wall and the back of the unit where the rear door is located Gauss field will be maintained below 5 at all points 6 away from outside walls 44 wide pneumatic scan room door RFI Shielding Aluminum RFI shielding lightweight and non-oxidizing. Installed to the specifications of the system manufacturer. Third party RFI testing company to confirm compliance RF Windows Window between the Control Room and Scan Room is designed for ease of viewing but also RFI compliance Auto fogging capability for privacy Communications Three (3) Phone, fax, and Seven (7) data connection conveniently located in Control Room and lower compartment. (2) 15.24m Hubbell Data cords and (1) Phone cord supplied with unit. Electrical Main 480 Volt AC disconnect for system located in lower compartment Electrical distribution panel located in Equipment Room to allow for ease of serviceability and maintenance 480 volt, 3 phase power Shore power cable provided in the underbelly storage compartment 12-volt DC charger/inverter provided Interior Emergency lighting installed to provide illumination when the unit has lost power DC power supply in belly box area along with another power supply for the battery charger 45kw on board generator to provide emergency back-up power in the event of power loss. Generator provides sufficient power to run cold head to prevent helium loss, HVAC system, and transportable lights Automatic Transfer Switch that starts generator if shore power supply is interrupted The generator does not provide sufficient power to support scanning operations Air Conditioning/Heating Northern Air combination HVAC/Chiller system mounted at the front top of the transportable unit. This system provides both environmental heating and cooling as well as all chilled water requirements for the MRI system This system eliminates the need for an OEM supplied external chiller Separate air supplies to go to the different rooms Louvers in the ceiling are designed for minimum downdrafts but still maintain proper air flow throughout the unit Thermostats are set at out facility before shipping to maintain proper temperature Miscellaneous AM/FM stereo receiver with CD and iPOD interface installed in Control Room. Speakers to be installed in unit Site Planning Guide to be provided at time of deposit received Manuals for all components to be provided on board unit at time of delivery Fire extinguishers, handheld ABC all purpose, located in each room Fire suppression system (Dry System) Code Blue Alert System Nurse Call Alert System Prep for customer supplied patient injector Install customer supplied patient injector Sky Factory Sky light 6 x4 over MRI Table in scan room Wall mural in scan room Medical Gas Outlets 02/Air/Suction Provide outlets in the scan room and outlets in the underbelly compartment Wave guide pass through scan room wall Custom candy cane quench vent Rigging support to OEM installation team during mechanical installation process at trailer company production facility Transportation to Everett CBOC 220 Olympic Blvd Everett, WA 98203 Warranty 1-year warranty Coordination Coordinate transport of trailer with the facility POC The facility COR will coordinate OEM personnel with trailer manufacturer for the installation of the GE MRI unit Kickoff meeting with trailer vendor, POC, and GE Healthcare Design review prior to trailer and MRI going into production Immediately after production of trailer and when the MRI is shipped from GE to trailer vendor During delivery/installation of MRI into the trailer Prior to trailer and coming being delivered to Everett location During installation at Everett location (End SOW) 8. Place of Performance: Location Addresses Everett CBOC 220 Olympic Blvd, Everett, WA 98203 The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 9. FAR 52.212-1, Instructions to Offerors Commercial Items , applies to this acquisition and the following clauses and instructions are added as addenda: ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL 52.204-7 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.233-2 Service of Protest (SEPT 2006) (a) Any award made as a result of this solicitation will be made on an All or Nothing Basis. (b) Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. (c) All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. (d) All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. (End of Addendum to 52.212-1) 10. FAR 52.212-2, Evaluation-Commercial Items : The Government may award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Compliance: Must meet or exceed the specifications outlined in the salient characteristics. 2. Past Performance. Provide a minimum of two prior contracts (recent with last three years) with points of contact Past contract must show experience in manufacturing mobile MRI trailers. Past performance will be graded on a strict pass or fail criteria. 3. Price. The government intends to make a best value determination based on adherence to the technical compliance, Past Performance, and price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 11. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. 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. The following contract clauses apply to this acquisition: 12. FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) ADDENDUM to FAR 52.212-4 The following clauses are included as a part of the addendum: 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 (SEP 2021) 52.222-19DEV Child Labor Cooperation with Authorities and Remedies (JUL 2020) (DEVIATION) (E.O. 13126). 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) VAAR Clauses: 852.203-70 Commercial Advertising 852.232-72 Electronic Submission of Payment Requests. 852.233-70 Protest Content/Alternative Dispute Resolution 852.233-71 Alternate Protest Procedure. 13. The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) (31 U.S.C. 6101 note) 52.219-28 Post Award Small Business Program Representation (MAY 2020) (15 U.S.C 632(a)(2)) 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (DEC 2022) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) 52.222-35 Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) 52.222-37 Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212) 52.222-50 Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2018) (31 U.S.C. 3332) 14. There are no additional contract requirements, terms or conditions. 15. Quotes must be emailed to robert.hamilton8@va.gov and received no later than 10:00 AM EST on 09/15/2023. Quotes may be submitted on this document or the vendor s own form. All submissions must include MRI trailer drawing, Pricing, and Past performance documentation outlined previously. Any submission that do not include the outlined information will be considered non-responsive. No late quotations will be accepted. The Government intends to make award without discussions. 16. For information regarding the solicitation, please contact Robert Hamilton at Robert.hamilton8@va.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/29777f8e822b4e64909070730ae62816/view)
 
Place of Performance
Address: TBD, USA
Country: USA
 
Record
SN06826238-F 20230913/230911230102 (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.