2330--GE SIGNA Voyager 12x60 Transportable MRI Unit

expired opportunity(Expired)
From: Federal Government(Federal)
36C26024Q0490

Basic Details

started - 11 Apr, 2024 (17 days ago)

Start Date

11 Apr, 2024 (17 days ago)
due - 19 Apr, 2024 (9 days ago)

Due Date

19 Apr, 2024 (9 days ago)
Bid Notification

Type

Bid Notification
36C26024Q0490

Identifier

36C26024Q0490
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SOURCES SOUGHT NOTICE THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTE; THE VA IS NOT SEEKING PRICING OR OFFERS. The Department of Veterans Affairs, VISN 20, in support of the Puget Sound VA Healthcare System, is performing market research to compile data regarding: (1) The availability and capability of qualified small business concerns; (2) Identify if there are sufficient number of qualified Service-Disabled Veteran-Owned Small Business, Veteran Owned Small Business, HUB Zone 8(a), Women-Owned Small Business, or Small Disadvantaged Business, Small Business concerns relative to the subject North American Industry Classification System (NAICS) code. Responses to the information requested will assist the Government in determining the appropriate procurement method, including any set-aside decision. Respondents should clearly describe their capabilities to include management experience, equipment and personnel or the ability to obtain them. Furthermore,
interested sources must also meet all requirements of Federal, State, and Local Municipal codes regarding operations of this type of service. The NAICS code assigned is: 336212 Truck Trailer Manufacturing The small business size standard is 1,000 employees. Not responding to this Sources Sought does not preclude participation in any future or potential solicitation, or Request for Quotation. It is the intent of the Portland VA Healthcare System to use the information gathered for market research purposes only. If a formal solicitation is released, it will be posted via the Contract Opportunies on Sam.gov. DESCRIPTION OF THE REQUIREMENT: The Department of Veterans Affairs (Everett CBOC 220 Olympic Blvd, Everett, WA 98203) is seeking to purchase, on a brand-name or equal basis, 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. 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: o Custom built dual twin I-beam flat floor aluminum chassis o Four (4) fixed jack stands for rear of trailer o Two (2) manual landing legs with pins located in the front of the trailer o All aluminum wheels and radial tires o Air ride suspension o Spread axle with air ride rear suspension o Anti-lock brakes Custom Body: o Wall construction to include aluminum tube o 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 o Exterior sheet 0.50 raw aluminum o Entire unit painted white o Polyurethane spray foam insulation between tubes to provide barrier to heat, cold and noise o Vapor barrier installed on floor of trailer to resist moisture o Drip rails over main entry door and all along the top of the unit o Mirror image orientation with entry doors located on the driver s side of the unit Exterior Features o All aluminum lower belly box compartment area. To include lockable storage with aluminum insulated doors and gas cylinders o Staff entry door and stairs for direct access to unit with handrails on all sides o Bubble levels mounted on the unit o Swinging door (into MRI trailer) to allow for unit to connect to Zone 2 MRI trailer o Vinyl skirting around perimeter of unit to protect exposed areas to the elements o Steel combination lockbox mounted on the front of the trailer for key storage General Layout o Unit will meet all specifications that the MRI OEM has developed regarding the siting and installation of their MRI system into a transportable unit o Mirror image orientation o MRI scan room at the rear of the unit o Technologist control room in the middle of the unit o Linen storage area with shelves for clean and soiled linen o Swing door to allow for direct connection between zone 2 MRI trailer and MRI trailer o Front equipment room for OEM computer equipment and transportable support systems including electrical and HVAC systems Flooring o Plates to mount system and equipment in Scan Room and equipment room. o Single piece vinyl flooring throughout entire trailer to include plywood sub flooring Walls, Cabinets and Counter Tops o Solid surface countertops in Scan Room and Control Room o Cabinetry located in the Scan Room and Control Room o Coil and phantom storage in scan room o Walls to be built with hospital grade wall covering for ease of cleaning and longevity Ceiling and Lighting o Fully dimmable LED lights to be provided throughout the trailer o Sound reducing drop ceiling with acoustical ceiling tiles o Ceiling to include A/C louvers for proper dispersion of air flow o Separate lighting controls located in each room Magnetic Shielding o Shielding per manufacturers specifications in the Scan Room on each wall and the back of the unit where the rear door is located o Gauss field will be maintained below 5 at all points 6 away from outside walls o 44 wide pneumatic scan room door RFI Shielding o 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 o Window between the Control Room and Scan Room is designed for ease of viewing but also RFI compliance o Auto fogging capability for privacy Communications o 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 o Main 480 Volt AC disconnect for system located in lower compartment o Electrical distribution panel located in Equipment Room to allow for ease of serviceability and maintenance o 480 volt, 3 phase power o Shore power cable provided in the underbelly storage compartment o 12-volt DC charger/inverter provided o Interior Emergency lighting installed to provide illumination when the unit has lost power o DC power supply in belly box area along with another power supply for the battery charger o 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 o Automatic Transfer Switch that starts generator if shore power supply is interrupted o The generator does not provide sufficient power to support scanning operations Air Conditioning/Heating o 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 o Separate air supplies to go to the different rooms o Louvers in the ceiling are designed for minimum downdrafts but still maintain proper air flow throughout the unit o Thermostats are set at out facility before shipping to maintain proper temperature Miscellaneous o AM/FM stereo receiver with CD and iPOD interface installed in Control Room. Speakers to be installed in unit o Site Planning Guide to be provided at time of deposit received o Manuals for all components to be provided on board unit at time of delivery o Fire extinguishers, handheld ABC all purpose, located in each room o Fire suppression system (Dry System) o Code Blue Alert System o Nurse Call Alert System o Prep for customer supplied patient injector o Install customer supplied patient injector o Sky Factory Sky light 6 x4 over MRI Table in scan room o Wall mural in scan room o Medical Gas Outlets 02/Air/Suction Provide outlets in the scan room and outlets in the underbelly compartment o Wave guide pass through scan room wall o Custom candy cane quench vent o Rigging support to OEM installation team during mechanical installation process at trailer company production facility o Transportation to Everett CBOC 220 Olympic Blvd Everett, WA 98203 Warranty o 1-year warranty Coordination o Coordinate transport of trailer with the facility POC o The facility COR will coordinate OEM personnel with trailer manufacturer for the installation of the GE MRI unit o Kickoff meeting with trailer vendor, POC, and GE Healthcare o Design review prior to trailer and MRI going into production o Immediately after production of trailer and when the MRI is shipped from GE to trailer vendor o During delivery/installation of MRI into the trailer o Prior to trailer and coming being delivered to Everett location o During installation at Everett location The information above is intended to be descriptive, not restrictive, to indicate the quality of equipment that will be satisfactory. It is the responsibility of the interested source to demonstrate to the Government that the interested source can provide equipment that fulfills the required specifications. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: Mark if your firm is eligible for participation in one of the following small business programs. If so, please indicate the program: [ ] yes [ ] no - Small Business (SB) [ ] yes [ ] no - HUBZone [ ] yes [ ] no - Small Business 8(a) [ ] yes [ ] no - Small Disadvantaged Business (SDB) [ ] yes [ ] no - Women-Owned (WO) Small Business [ ] yes [ ] no - Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no - Veteran Owned Small Business (VOSB) [ ] yes [ ] no - Large Business [ ] yes [ ] no - Other (please specify) [ ] yes [ ] no Are you the Original Equipment Manufacturer (OEM)? [ ] yes [ ] no If not the OEM, are you an authorized distributor, and can produce a letter from the OEM? [ ] yes [ ] no Is this product available on your GSA/FSS or other GWAC Contract? If so, what is your contract number?_____________________ [ ] yes [ ] no Does your equipment conform to the Buy American Act and FAR 52.225-1? 52.225-1 Buy American-Supplies | Acquisition.GOV What is the estimated Delivery Date After Receipt of Order (ARO)? _____________ Please include the following information: Company Name: POC: UEI: Address: Email: In addition to providing the information requested above, responding companies are encouraged to include any relevant information (specifications, cut sheets, brochures, capability statement, experience etc.) to confirm the company s ability to meet the requirements outlined in this request. Disclaimer: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. After review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities (http://www.fbo.gov). Submit Capability Statements to: Department of Veterans Affairs, VISN 20 Attn: Krystal Weeks, no later than 3:00 PM (PST), April 8, 2024. Responses must be submitted via e-mail to: krystal.weeks@va.gov. Note: Do not include Proprietary, classified, confidential, or sensitive information in responses.

5115NE 82ND AVE SUITE 102  VANCOUVER , WA 98662  USALocation

Place Of Performance : 5115NE 82ND AVE SUITE 102 VANCOUVER , WA 98662 USA

Country : United StatesState : Washington

You may also like

GE MAC VU 360 W/ACS ECG AND VARIABLE HEIGHT TROLLEY

Due: 29 Apr, 2024 (Today)Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Transcutaneous Electrical Nerve and Neuro Muscular Stimulators (TENS) Units and Supplies

Due: 10 May, 2024 (in 11 days)Agency: Saskatchewan Workers' Compensation Board

GE DISCOVERY CT, SIGNA MRI PM.

Due: 01 Mar, 2028 (in about 3 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 336212Truck Trailer Manufacturing
pscCode 2330Trailers