6525--36C259-22-AP-2960 | 635 | Physician Workstation (reading/processing NM/SPECT-CT/PET-CT) Small Business Brand Name Only

expired opportunity(Expired)
From: Federal Government(Federal)
36C25922Q0486

Basic Details

started - 07 Jul, 2022 (22 months ago)

Start Date

07 Jul, 2022 (22 months ago)
due - 15 Jul, 2022 (21 months ago)

Due Date

15 Jul, 2022 (21 months ago)
Bid Notification

Type

Bid Notification
36C25922Q0486

Identifier

36C25922Q0486
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103376)VETERANS AFFAIRS, DEPARTMENT OF (103376)NETWORK CONTRACT OFFICE 19 (36C259) (4400)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (3)

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.

Request for Quote (RFQ) #: 36C25922Q0486 635 | Physician Workstation Siemens reading/processing (NM/SPECT-CT/PET-CT) |Small Business Set Aside | Brand Name Only This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 4:00pm EST, July 11, 2022 All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to natasha.holland@va.gov no later than 4:00pm ET, July 15, 2022. Quotes shall not be hand carried. Faxed quotes
shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25922Q0486. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-06 effective May 01, 2022. The North American Industrial Classification System (NAICS) code for this procurement is 541519 with a small business size standard of 150 employees. This solicitation is a 100% set-aside for Small Business. List of Line Items; Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 14432693 s.via MultiModal/StandAlone Ident Systems from multiple modalities bundled with syngo.via or syngo.via without a bundled CT/MI/MR/XP/AT system 1 EA $ 0002 14456549 syngo.via Project Identifier System identifier for syngo.via project 1 EA 0003 14456827 Workplace/Workstation Hardware syngo.via Server-based Workstation HW, tower floorstand configuration. 1 EA 0004 14457028 Prime HW Support WS 5y Prime HW Support (Workplace/Workstation HW ML110 Gen10) for 5 years (one time purchase) 1 EA 0005 14444874 Monitor EIZO MX232W col. 2.1MP The EIZO MX 232W is a color widescreen LCD monitor for diagnostic use and clinical review with a resolution of 1920 x 1080 pixels. 2 EA 0006 14456981 WebViewer User #1 Integrated Server syngo.via WebViewer is a web-based client server add-on to syngo.via. It provides high-speed 2D and 3D image data review and basic manipulation functionality within the healthcare institution's network and through secure VPN connection both over LAN and wireless connections. The integrated server can be used for internal image distribution only (internet access only by VPN infrastructure). The syngo.via WebViewer runs on PC, Mac and laptops equipped with appropriate browsers, as well as on Apple iPad. 1 EA 0007 14456962 syngo.via Workstation Software VB30 The syngo.via Workstation offers 2D, 3D, 4D multi modality routine reading capabilities and a variety of advanced applications tailored to the Workstation. The combination of syngo.via Software and Workstation Hardware is ideal for 1 - 2 users. The availability of all applications and workflows included in syngo.via Workstation is virtually unlimited, i.e. the number of opened cases is only constrained by server HW resources. The syngo.via client runs on standard Windows computers in the network and integrates into radiologist's reading workplace (RIS; PACS) for efficient image reading based on a wide range of clinical applications (advanced visualization applications) for different clinical cases. Those applications are available as additional options for syngo.via. The optional advanced visualization applications/Engines follow the flexible concurrent user model (users working at the same time).The service support for syngo.via requires the provision of an administrator with dedicated tasks and a minimum broadband Internet connection bandwidth. 1 EA 0008 14422771 syngo.MM Oncology Engine #1 The syngo.MM Oncology Engine facilitates lesion detection, staging, and treatment follow-up by enabling the registration and quantitative analysis of functional and anatomical studies acquired across multiple time points. It offers the visualization of up to 4 time points simultaneously, the ability to visually trend lesion measurements over time, and the tools to standardize quantitative assessment of metabolic tumor response through EQ.PET, PERCIST, MTV (Molecular Tumor Volume) and TLG (Total Lesion Glycolysis) / Total Activity. The syngo.MM Oncology Engine also provides automated CT segmentation and evaluation of lesions in lung, liver, lymph nodes and other organs. In addition further quantifications are provided like Choi criteria and Advanced HU Statistics. 1 EA 0009 14422771 syngo.MM Oncology Engine #1 The syngo.MM Oncology Engine facilitates lesion detection, staging, and treatment follow-up by enabling the registration and quantitative analysis of functional and anatomical studies acquired across multiple time points. It offers the visualization of up to 4 time points simultaneously, the ability to visually trend lesion measurements over time, and the tools to standardize quantitative assessment of metabolic tumor response through EQ.PET, PERCIST, MTV (Molecular Tumor Volume) and TLG (Total Lesion Glycolysis) / Total Activity. The syngo.MM Oncology Engine also provides automated CT segmentation and evaluation of lesions in lung, liver, lymph nodes and other organs. In addition further quantifications are provided like Choi criteria and Advanced HU Statistics. 1 EA 0010 14422775 syngo.MM Oncology Engine Pro #1 The syngo.MM Oncology Engine Pro further enables physicians to evaluate patient scans by comparing up to 8 time points (e.g. baseline, staging, pre- and post-therapy) and automatically registering and displaying PET and CT images simultaneously. It assists physicians evaluating diagnostic, therapeutic, and follow-up cases with simple or complex patient histories, and initiates collaboration between imaging and therapy planning. It also provides options to visualize and quantify gated and dynamic PET acquisitions. syngo.MM Oncology Engine Pro also provides OncoBoard, a portable viewer, for offline review and presentation of PET/CT and SPECT/CT cases at tumor boards or multi-disciplinary team meetings. With syngo.MM Oncology Engine Pro multiple users can access OncoBoard functionality concurrently. 1 EA 0011 14422986 syngo.MI Neurology Engine #1 The syngo.MI Neurology Engine facilitates visualization and evaluation of neurology exams on syngo.via. It assists physicians in making diagnostic and therapeutic decisions. Findings can be tracked using the findings navigator and are automatically stored and can be used in the final report. Software Modules: syngo.PET Neuro DB Comparison provides tools for comparing your patient scan to a database of normal individuals. syngo.SPECT Neuro DB Comparison provides tools for comparing your patient scan to a database of normal individuals. syngo.MI Hybrid Neuro 3D syngo.MI Neuro Reorientation 1 EA 0012 14422994 syngo.PET Neurology Engine Pro #1 The syngo.PET Neurology Engine Pro enables database creation capabilities in the database comparison workflow and adds a bone-free, neurovascular evaluation in syngo.via. Additional Software Modules: syngo.MI Neuro DB Creation syngo.CT Neuro DSA for bone-free visualization of cerebral vessels syngo.PET Amyloid Plaque 1 EA 0013 14422817 syngo.SPECT Processing Engine #1 The syngo.SPECT Processing Engine provides a library of custom displays designed to visualize Nuclear Medicine data on syngo.via. It facilitiates quality control activities, image manipulation techniques, as well as cardiac, lung, thyroid, renal, gastric and hepatobiliary processing. 1 EA 0014 14422858 syngo.SPECT Cedars Suite #1 syngo.SPECT Cedars Suite provides the Cedars Cardiac Suite v2015 offering a comprehensive set of quantification programs for the evaluation of SPECT myocardial perfusion imaging on syngo.via. 1 EA 0015 14422873 syngo.MI Cardiac Reorientation The MI Cardiac Reorientation provides automatic reorientation for cardiac scans based on the functional scan (PET/SPECT) 1 EA 0016 14429311 PACS-Driven Implementation Pkg. This PACS-Driven Implementation Package includes installation and integration services for syngo.via in a radiologic workflow mainly supported by the PACS functionality. This package includes professional services, such as: - Installation of the syngo.via server software on the server hardware - Installation of the syngo.via client software on one clinical workplace for one user - Connection to up to 5 DICOM nodes - Assistance in setting up image call-up of syngo.via from the PACS' user interface. This may require the purchase of software and services from the PACS vendor. In addition, the PACS must support a command line interface for syngo.via's ialauncher program. - Configuration of basic syngo.via workflows and rules - Installation of WebViewer integrated license (supported versions: VA30 up to VB50 (incl.), country restrictions might apply). - If applicable: Installation of the syngo.via WebViewer client application on one Mobile Device or Web Client system if requested by the customer. Ensure that the customer's Web Clients / Mobile Devices fulfill the minimum requirements according to the syngo.via WebViewer Data Sheet. Verification of the syngo.via WebViewer basic functionality - If applicable: Integration into the Local Area Network of the customer and to Siemens Remote Service over the internet connection plus basic installation service for the syngo.via HW system at the customer's site. 1 EA 0017 14445228 syngo.via local Impl. (Identifier) Identifier for professional services completely provided by locally organized resources. 1 EA 0018 SY_VIRINTL_4 Virtual Initial Consultation, syngo.via This virtual initial consultation session, up to 4 hrs in duration, is designed to define the clinical customization of syngo.via specific to radiology workflow. Through direct communication with a clinical education specialist, this session will identify and configure site-specific workflow and imaging storage and retrieval parameters. This educational offering must be conducted no more than 4 weeks before the scheduled system turnover event. This consultation session will be scheduled during standard business hours, Monday through Friday. 1 EA 0019 14412656L Server HW Installation Standard Basic installation of the syngo.via server hardware with the operating system at the customer's site by the hardware supplier. Integration into the Local Area Network of the customer and to Siemens Remote Service over internet connection. Please check that the following information is included in the customer quote: correct and complete delivery location, customer s contact person for implementation planning. See also the questions in the Sales Checklist, which supports you in evaluation of the customer s requirements. 1 EA 0020 14429312L Via Workstation Server HW Installation Basic installation of the syngo.via Workstation hardware with the operating system at the customer's site by the hardware supplier. Integration into the Local Area Network of the customer and to Siemens Remote Service over internet connection. Please check that the following information is included in the customer quote: correct and complete delivery location, customer s contact person for implementation planning. See also the questions in the Sales Checklist, which supports you in evaluation of the customer s requirements. 1 EA 0021 SY_INITIAL_16 Initial onsite training 16 hrs syngo.via Up to (16) hours of on-site clinical applications training on syngo.via basic navigation and modality specific clinical workflows, scheduled consecutively (Monday Friday) during standard business hours for a maximum of (4)users. Training will focus on the use of syngo.via in clinical routine and customization of systems based on workflow needs. This educational offering must be completed (12) months from turnover date. 1 EA 0022 SY_INITIAL_24 Initial onsite training 24 hrs syngo.via Up to (24) hours of on-site clinical applications training on syngo.via basic navigation and modality specific clinical workflows, scheduled consecutively (Monday Friday) during standard business hours for a maximum of (4)users. Training will focus on the use of syngo.via in clinical routine and customization of systems based on workflow needs. This educational offering must be completed (12) months from turnover date. 1 EA Grand Total $ Description of Requirements for the items to be acquired; Please see attached SOW. Items must be same item. Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at Oklahoma City Veterans Affairs Health Care System 921 N.E. 13th St. Oklahoma City, Ok 73104 52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. 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. 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. 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. Submission of quote shall include the following volumes: (I) Technical capability or quality of the item offered to meet the Government requirement, (II) Price; and (III) Authorized Distributor Letter Volume I - Technical capability or quality of the item offered to meet the Government requirement The offeror shall submit specifications, cut sheets, or brochures confirming the products, including of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Volume II Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. Volume III Authorized Distributor Letter The offeror shall submit a letter form the OEM manufacturer stating they are authorized to sell the items identified in this RFQ. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors. The following factors shall be used to evaluate quotations: Factor 1. Technical capability or quality of the item offered to meet the Government requirement Factor 2. Price Factor 3. Letter of Authorized Distributor Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Factor 1. Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Factor 2. Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement, as stated in Factor 1, shall not be selected regardless of price. Factor 3. Letter of Authorized Distributor: The offeror shall submit a letter form the OEM manufacturer stating they are authorized to sell the items identified in this RFQ. (End of Addendum to 52.212-2) 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. 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. Offerors must be registered in SAM at time of offer submission. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2020) applies to this acquisition FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 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) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) (15 U.S.C. 644) FAR 52.219-8 Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)) FAR 52.219-28 Post Award Small Business Program Representation (NOV 2020) (15 U.S.C 632(a)(2)) FAR 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JUL 2020) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) FAR 52.222-50 Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513) FAR 52.225-1 Buy American Supplies (JAN 2021) (41 U.S.C. chapter 83) FAR 52.225 5 Trade Agreements (JUL 2020) (DEVIATION) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). FAR 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) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332) Additional contract requirements or terms and conditions: 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020) VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71 Alternate Protest Procedure (OCT 2018) VAAR 852.246-71 Rejected Goods (OCT 2018) 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar The following FAR provisions are to be incorporated by reference: FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.214-21 Descriptive Literature (APR 2002) FAR 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) The following VAAR provisions are to be incorporated by reference: None The following FAR clauses are incorporated by reference: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.227-19 Commercial Computer Software-Restricted Rights (DEC 2007) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) The following VAAR clauses are to be incorporated by reference: VAAR 852.212-71 Gray Market Items (APR 2020) VAAR 852.212-72 Gray Market and Counterfeit Items (MAR 2020) (DEVIATION) VAAR 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (Deviation) The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to natasha.holland@va.gov by 4:00pm ET, 07/15/2022 Name and email of the individual to contact for information regarding the solicitation: Natasha Holland Natasha.holland@va.gov

Department of Veteran Affairs Oklahoma City VA Health Care System  ,
 OK  73104  USALocation

Place Of Performance : Department of Veteran Affairs Oklahoma City VA Health Care System

Country : United States

Classification

naicsCode 541519Other Computer Related Services
pscCode 6525X-Ray Equipment and Supplies: Medical, Dental, Veterinary