6525--Mobile MRI and CT Trailer Lease

expired opportunity(Expired)
From: Federal Government(Federal)
36C26224Q0879

Basic Details

started - 22 Mar, 2024 (1 month ago)

Start Date

22 Mar, 2024 (1 month ago)
due - 12 Apr, 2024 (19 days ago)

Due Date

12 Apr, 2024 (19 days ago)
Bid Notification

Type

Bid Notification
36C26224Q0879

Identifier

36C26224Q0879
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103565)VETERANS AFFAIRS, DEPARTMENT OF (103565)262-NETWORK CONTRACT OFFICE 22 (36C262) (6170)

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)/SOURCES SOUGHT/RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT 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/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/RFI/RFI only. The purpose of this Sources Sought/RFI/RFI is to gain knowledge of potential qualified sources and their size
classification relative to NAICS 334510 (size standard of 1250 Employees). Responses to this Sources Sought/RFI/RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought/RFI, a solicitation announcement may be published. Responses to this Sources Sought/RFI synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Long Beach Network Contracting Office, is seeking sources who can possibly provide a Mobile Siemens 24 Channel Aera MRI and Mobile Siemens Dual Source 256 Slice Definition Flash CT Scanner Lease that at a minimum meet the brand name and/or can possibly provide an equal product for The Southern Arizona VA Healthcare System, located in Tucson, AZ. Brand name Information: Manufacturer: Siemens Healthineers Nomenclature: Mobile Siemens 24 Channel Aera MRI Mobile Siemens Dual Source 256 Slice Definition Flash CT Scanner (Any other information): Equal to product Information: Salient characteristics: MRI Trailer and Systems Capabilities/Requirements: The MRI Trailer and Equipment shall provide a full range of scan parameters to meet all routine clinical demands, including 70 cm Bore Size, 160 cm long system, and shall have the following: Shall have the same capabilities of the standard configuration for a 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 Volts, 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 36/150 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. m. Designs to include: MR Safety Zones Patient flow Controlled access doorways Location of ferromagnetic detector Location of dressing room(s) In trailer Access to sides and underside of units must be restricted. Confirmed regular and emergency communication from the trailer to radiology and the emergency response team 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- 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, Abdomen/Pelvis (requiring 2 18 ch body coils)Kidneys, Liver, HISTO LIVER/IRON QUANTIFICATION  Pelvis-PROSTATE Female, Prostate, Brachial Plexus, Carotids, Renal MRA, and Arterial Run-Off, Cardiac, Breast, Enterography, Thoracic Aorta, MRA/MRV Abdomen, Perfusion, Spectroscopy. Elastography. Cardiac .MRA RUNOFF 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: The following MRI sequences (including but not limited to) shall be able to be supported by the mobile MRI trailer and equipment: VIBE, RESOLVE DIFFUSUION, SWI, T1SAG 3D, T2 SPACE 3D, T2 SPACE FLAIR 3D. CT Trailer and Systems Capabilities/Requirements: The CT Trailer and Equipment shall provide a full range of scan parameters to meet all routine clinical demands, including 78 cm Bore Size, 160 cm long system, and shall have the following: Shall have the same capabilities of the standard configuration for a Dual-energy(128-slice minimum) CT unit. b. Wheelchair lift - Provide a wheelchair lift for patient access to the mobile CT 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 CT unit will have a CT contrast power injector. e. Unit shall operate on Volts, 3 Phase, 150 Amps using a 5 wire system. Mobile CT 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. Rotation time: 0.28 sec g. Number of slices: 2 x 128 h. Generator: 200 kW (2 x 100 kW) i. Isotropic resolution: 0.33 mm j. Temporal resolution: 75 ms, heart-rate independent k. Table load: up to 300 kg/660 lb l. Gantry opening: 78 cm m. System shall be able to. n. Telephone and Data interface - Mobile CT unit will have 2 telephone and 2 data hookups to interface with facility s telephone and IT and PACS systems. o. 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 CT and Radiology Services PACS: The Contractor shall ensure that a convenient and robust means of DICOM transfer of CT studies to the Radiology Service PACS is operational. The Contractor shall obtain and provide to the VA any technology necessary to ensure that CT studies can be conveniently read on the existing PACS display technology. p. Designs to include: Patient flow Controlled access doorways Location of dressing room(s) In trailer Access to sides and underside of units must be restricted. Confirmed regular and emergency communication from the trailer to radiology and the emergency response team CT Scan Protocols: The following CT Protocols (including but not limited to) shall be able to be supported by the Mobile CT Trailer and Equipment: musculoskeletal, body, neurology, cardiology, vascular, stroke protocols, including with and without contrast media. Dual-head injector. 3D post-processing for CT angiograms, bone removal, etc. CT Scan Capabilities: The following CT capabilities (including but not limited to) shall be able to be supported by the mobile CT trailer and equipment: The following: Cardiac CTA, musculoskeletal, body, neurology, cardiology, vascular, stroke protocols, including with and without contrast media. Dual-head injector. Task 2: Deliverables: Operations and Technical Support Manuals Task 3: 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: Entertainment Video. Digital Video Goggles to view DVD or Broadcast TV during MRI scan. 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. 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. 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. S-Video and RCA (White, Red, Yellow) audio/video in-ports. 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. * We are seeking sources for products that meet the requirements set forth by the Buy American Act (41 U.S.C. §§ 8301-8305). The purpose of this notice is to identify potential offerings that are compliant with the BAA, which stipulates that the U.S. government give preference to domestically produced goods. All products offered must be either manufactured in the United States or, if manufactured outside of the United States, must qualify as domestic end products or construction materials as defined in the BAA and its implementing regulations. By submitting a response to this notice, you certify that the products offered meet these requirements and that upon request, you can provide documentation verifying compliance. Failure to comply with these criteria may result in disqualification from consideration. If you are interested and are capable of providing the sought-out supplies/services, 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 in this RFI? (3) Are you the manufacturer, authorized distributor, and/or can provide equivalent solution to the items being referenced above? If applicable, please provide the manufacturer name and business size. (4) Is the end product manufactured in the United States; and is the cost of the components made in the U.S. at least 60% of the total cost of components required to manufacture the end product? If the item is not manufactured in the U.S., please provide the country of origin. (5) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (6) 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? (7) If you intend to sub contract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (8) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number. (9) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solution you are providing information for available on your schedule/contract? Please state if all or some items are available on the contract. (10) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (11) Please submit your capabilities statement illustrating your organizations ability to meet the described salient characteristics or equal to items for planning purposes; show clear, compelling and convincing evidence that all equal to items" meet all the salient characteristics. (12) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (13) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to israel.garcia2@va.gov. Telephone responses will not be accepted. Responses must be received no later than 04/05/2024 by 12:00PM PST. All responses to this Sources Sought/RFI will be used for planning purposes only. If a solicitation is issued as a result of the information provided from this RFI, all interested parties must respond to that solicitation separately IAW the specifications of that solicitation announcement. Responses to this Sources Sought/RFI notice is not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation.

Department of Veterans Affairs Southern Arizona VA Healthcare System  Tucson ,
 AZ  85723-0001  USALocation

Place Of Performance : Department of Veterans Affairs Southern Arizona VA Healthcare System

Country : United StatesState : ArizonaCity : Tucson

Office Address : 335 E. German Rd SUITE 301 Gilbert , AZ 85297 USA

Country : United StatesState : ArizonaCity : Gilbert

You may also like

MOBILE MRI AND CT LEASE

Due: 31 May, 2025 (in 13 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

LEASE OF SIEMENS CT MOBILE TRAILER

Due: 31 Dec, 2025 (in 20 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Classification

naicsCode 334510Electromedical and Electrotherapeutic Apparatus Manufacturing
pscCode 6525X-Ray Equipment and Supplies: Medical, Dental, Veterinary