W065--Mobile CT Scanner Trailer Rental

expired opportunity(Expired)
From: Federal Government(Federal)
36C26221Q0632

Basic Details

started - 16 Apr, 2021 (about 3 years ago)

Start Date

16 Apr, 2021 (about 3 years ago)
due - 21 Apr, 2021 (about 3 years ago)

Due Date

21 Apr, 2021 (about 3 years ago)
Bid Notification

Type

Bid Notification
36C26221Q0632

Identifier

36C26221Q0632
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103381)VETERANS AFFAIRS, DEPARTMENT OF (103381)262-NETWORK CONTRACT OFFICE 22 (36C262) (6155)

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.

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 532120 (size standard of $41.5 Millions). 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 22 Network Contracting Office, is seeking a Rental of Mobile 64 Slice CT Scanner Trailer with Stellant Power Injector that meets the following Statement of Work for the VA Loma Linda Healthcare System in the period of June 1, 2021 to October 1, 2021. STATEMENT OF WORK (SOW) 1. Background: The Contractor shall provide a Mobile Computed Tomography (CT) Scanner with MEDRAD Stellant contrast power injector required for providing CT exams to VA beneficiaries of the VA Loma Linda Healthcare System (VALLHCS), 11201 Benton Street, Loma Linda, CA 92356. VALLHCS will provide a site for the CT Scanners on VA property or VA leased property, in accordance with the equipment site planning guide. The equipment will be staffed and operated by qualified VA employees. 2. Scope: The contractor shall cover the range of services in accordance with the terms and conditions contained herein. The resulting contract will provide equipment, delivery/ set-up of equipment, any required maintenance during the contract term, and pick-up/transport of the equipment to the contractor home site at the termination of the contract. All hard drives will be removed by a Biomedical Technician and placed in the custody of VALLHCS prior to equipment removal at termination of contract. 3. Specific Tasks: Contractor shall provide a Siemens Somatom Sensation (Definition 64-slice or Force 192 slice) or equivalent CT Scanner with MEDRAD Stellant power injector mounted in a mobile specialty vehicle in compliance with all applicable safety codes and regulations. Mobile CT trailer with slide-outs preferred. Contractor shall provide a site planning guide for installation and operation of mobile scanner. The mobile CT scanner will also meet the following requirements: Electrical Service The units shall operate on 480 Volts, 3 Phase, 150 Amps using a four-wire system. Mobile CT shall have a 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. Gurney/Wheelchair Lift Provide a gurney/wheelchair lift for patient access to the mobile CT unit with all required safety tie downs and guards. Support The units shall be self-supporting and have a rear stabilizer stand and adjustable jack legs in front for leveling on a site that is flat but on a slight sloped grade. Telephone and Data Interface Mobile CT Unit will have telephone and data hook-ups to interface with facility s telephone and IT/PACS Systems. Medical Device Operating Systems For all medical devices (i.e. CT Scanner), the operating systems must be loaded with Windows 7 or newer and or Windows Server 2008 or newer per VA Directive 6550, Pre-Procurement Assessment for Medical devise/system. System/equipment shall be fully capable and able to transfer image and data to multiple modalities including PACS, HIS/RIS and fully DICOM. The Contractor shall ensure that a convenient and robust means of DICOM transfer of CT studies to Imaging Service PACS is operational. The contractor shall obtain and provide to the VA any technology necessary to ensure studies can be read on existing PACS display technology. Mobile CT Unit will have MEDRAD Stellant contrast power injector. Mobile CT Unit will have an American Heart Association approved Automated External Defibrillator (AED). Contractor shall provide a complete handwashing station inside the trailer along with its maintenance and refills. 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 patient and employee safety. All maintenance and service of the CT Trailer and Equipment to include all preventive maintenance, service calls, transportation, parts, and labor at no additional cost. All OEM Preventive Maintenance, licensures, inspection, adjustments, calibrations, shall always be current with no lapses or pending discrepancies. Note: The VA reserves the right to request copies of all documentation relating to the equipment. Evidence of performance of recommended maintenance shall be provided by the contractor upon request by the VA. HVAC system to maintain CT Trailer environmental system. 24-Hour per Day, seven (7) Days per week, telephone technical support (telephone technical support shall be provided within one (1) hour of phone call being made). Contractor shall provide the names of technical/service support representative (if known) and their 24/7 phone numbers to the POC. These services shall be provided at no additional cost to the VA. OEM to include HVAC system onsite emergency repair service within two (2) hours of notification during normal working business operations (Monday through Friday, 8am 5pm Pacific Time). The contractor s repair personnel shall maintain constant communications with the POC or the POC s representative concerning the status of the repairs. These services (to include all travel, labor, per diem, parts, and equipment) shall be provided at no additional cost. OEM to include HVAC system onsite 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 communications with the POC or the POC s representative concerning the status of the repairs. These services (to include all travel, labor, per diem, parts, and equipment) shall be provided at no additional cost. CT Trailer and Equipment shall be capable to supporting patients weighing up to 550 lbs. CT Trailer and Equipment Uptime (in-service) Rate of 95% during normal business hours of operations. 4. Performance Monitoring: Equipment shall be subject to the same quality assurance standards in meeting or exceeding current recognized National Standards as established by the Joint Commission (JC). Copies of the quality assurance standards will be available to the Contractor. The Contractor shall perform services in accordance with the ethical, professional, and technical standards of the healthcare industry as consistent with VA policy, regulations, and procedures. 5. Security Requirements: Protection of computer equipment, confidentiality of patient information, and the integrity of computer software/data at the VALLHCS are essential. Software installed on each personal computer is copyrighted and copy of software for use elsewhere is prohibited. In the event of a possible security violation, the VALLHCS Automated Data Protection (ADP) Security Committee will investigate and recommend corrective action to the appropriate agency. VA personnel are responsible for deleting all VA sensitive information from CT Scanners. The hard drive will be removed by a Biomedical Technician and placed in the custody of VALLHCS prior to equipment removal at termination of contract. Note: Incorporate the security clause from Appendix B and the appropriate security/privacy language from Appendix C respectively into the solicitation and contract. Contracting Officials need to work with the POC and the ISO to: Ensure contractor understands and implements the IT security requirements for system interconnection documents required per the Memorandum of Understanding or Interconnection Agreement (MOU-ISA). The standard operating procedure (SOP) and a template for a MOU-ISA are located on the Information Protection Risk Management (IPRM) Portal and can be provided to the contractor. MOU-ISA document. https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4335533&FileName=36C10G18R0189-033.docx Ensure contractor understands their participation in IT security requirements for C&A of the VA system to which they connect. Enforce contractor performance (timely submission of deliverables, compliance with personnel screening requirements, and appropriate termination activity as appropriate). 6. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI): The Government will be responsible for providing the appropriate facilities and property site necessary for delivery and set-up of the equipment. Contractor shall use Government furnished items in conjunction with and exclusively for, performance under this contract. Use thereof for any other purpose will not be allowed. 7. Mobile CT Salient Characteristics: 7.1 CT must have a minimum of least 64 slices. 7.2 Must have MEDRAD Stellant contrast power injector. 7.3 Must be able to transfer images and data to multiple modalities including PACS, VISTA Imaging, printers and Hospital RIS System (full DICOM Communication). 7.4 CT must be self-shielded. 7.5 Must provide a full range of scan parameters to meet all routine clinical demands. 8. Place of Performance: The CT Scan unit will be located at the VA Loma Linda Medical Center, 11201 Benton Street, Loma Linda, CA 92357. 9. Period of Performance: The contract will be awarded on an as needed basis. The CT Scan is expected to be needed from June 01, 2021 thru October 01, 2021. Option for month to month lease extension shall be included upon request. 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 capable of providing the sought-out supplies, 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, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) 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 number. (7) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (8) Please provide general pricing of your products/solution for market research purposes. (9) Please submit your capabilities regarding the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? (10) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (11) Please provide your DUNS number. (12) Please provide a list of detail requirements and drawings. *** 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 won.chae@va.gov. Telephone responses shall not be accepted. Responses must be received no later than April 21, 2021 at 1:00 P.M. PST. 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 shall not be considered as requests to be added to a prospective bidders list or to receive a copy of the solicitation.

Department of Veterans Affairs VA Loma Linda Healthcare System  ,
  92357  USALocation

Place Of Performance : Department of Veterans Affairs VA Loma Linda Healthcare System

Country : United StatesState : CaliforniaCity : Loma Linda

Classification

naicsCode 532120Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
pscCode W065Lease or Rental of Equipment: Medical, Dental, and Veterinary Equipment and Supplies