Montana Bids > Bid Detail

6525--MRI Equipment & Modular Building Lease Fort Harrison VA Medical Center, Montana

Agency:
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159027824828848
Posted Date: Jan 3, 2024
Due Date: Jan 11, 2024
Source: https://sam.gov/opp/d9aa13c576...
Follow
6525--MRI Equipment & Modular Building Lease Fort Harrison VA Medical Center, Montana
Active
Contract Opportunity
Notice ID
36C25924Q0149
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 19 (36C259)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jan 03, 2024 09:56 am MST
  • Original Response Date: Jan 11, 2024 03:00 pm MST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 10, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6525 - IMAGING EQUIPMENT AND SUPPLIES: MEDICAL, DENTAL, VETERINARY
  • NAICS Code:
    • 621512 - Diagnostic Imaging Centers
  • Place of Performance:
    Fort Harrison VA Medical Center Fort Harrison , MT 59636
    USA
Description
Sources Sought Notice

Sources Sought Notice

Page 5 of 5
Sources Sought Notice
*= Required Field
Sources Sought Notice

Page 1 of 5
This is NOT a solicitation or request for quote (RFQ). This is NOT a request for proposal (RFP). This is NOT a job advertisement for hiring employees. The VA is seeking QUALIFIED VENDORS to provide a very brief response to this notice including only just what is asked for in this notice below. This is sources sought notice to industry and the only information is posted on Contract Opportunities web page at SAM.gov. Sources sought means seeking qualified vendors. The attachments included on the Contract Opportunities page do not include any additional information.

If your company is interested, please read this notice entirely and submit the required information, as requested herein.

MRI Equipment and Modular Building
Fort Harrison VA Medical Center, Montana

BRIEF SCOPE OF WORK
(This is for information only)

IMPORTANT NOTE: This Sources Sought is for market research purposes only (to determine the socioeconomic status of interested companies). No award will be made off this posting.

The Fort Harrison VA Health Care System (FHMVAHCS) requires MRI equipment and modular cassette/building to house the equipment and enable patient care within the structure. The overall requirement would be for a base year lease with four option years.

**A modular building is currently onsite but will be demolished at the beginning of June 2024. Installation of the new modular building and MRI equipment would commence approximately one (1) month after (~beginning of July 2024).

Salient Characteristics:

MRI Equipment/Supplies:
The Contractor shall provide 1.5T (Tesla) MRI scanning system contained within a modular structure.
Minimum 70 cm patient bore, with minimum 50 cm FOV
Minimum 16 channel receiver coils with ultra-light, flexible material design
Parallel, 2D, and 3D imaging capabilities
Diffusion mapping (ADC) and registration.
Minimum peak amplitude of 33mT/m and slew rate of 120 mT/m
Gradient acoustic noise reduction system.
Minimum Windows 10 Operating System
Advanced reconstruction algorithm software
Patient table rating of 500 pounds or greater
MRI safe two-way patient communication system with an incorporated physical patient alert system (squeeze ball or push-button device)
MRI safe patient monitoring system to include:
Wireless EKG
Wireless SpO2
NIBP
CO2
Temperature
DICOM and DICOM Modality Worklist (DMWL) compatible
Technologist workstation including an installed DVD drive with software for transfer of MRI exams to disc.
Fully programmable MRI safe auto injector system with pressure monitoring featuring the following capabilities:
Scan delay
Multi-phase option
Protocol storing
Pause/hold functions
The MRI system must be capable the following scans:
MRI Brain
MRI joint, upper & lower extremities
MRA Head/Spine/Neck
MRA upper & lower extremities
MRI Cervical
MRI/MRA Chest
MRI TMJ
MRI Orbit/Face/Neck
The Contractor will provide the proper inspection and acceptance survey of MRI system provided through this contract. The survey must be done by an ADBR certified Medical Physicist or MR Scientist qualified to inspect MRI systems. The contractor is responsible for maintaining a current annual survey and will provide a copy to the COR.
The MRI machine shall be capable of performing Magnetic Resonance Angiographies and functional imaging capabilities with all necessary software, hardware and power injector needed to perform bilateral complete leg runoff studies as well as abdominal, thoracic, and cervical angiographies.

Modular Cassette/Building:
Due to site specific constraints, the MRI structure cannot exceed 50 feet in overall length. Vendors are strongly encouraged to conduct a pre-bid site visit to evaluate equipment and rigging requirements for proper positioning of the MRI trailer. Site visits will be coordinated and scheduled through the Contracting Officer.
The contractor is responsible for rigging, all associated installation requirements, and establishing data connection to government network systems.
Russell-Stoll five pin service connection available with 480V and 200-amp service. Standard CAT5 and phone service connections required.

Training
The contractor is responsible for arranging applications training for assigned technologists on the proper use and operation of the MRI system.
The contractor must provide a minimum of 80 hours onsite applications training for technologists.
The contractor will provide additional training as required for any system software or hardware updates

The Contractor, its employees, agents, and subcontractors shall not be considered VA employees for any purpose of fulfilling the PWS and shall be considered employees of the Contractor. Contractor shall furnish all labor, materials, equipment, tools, shipping, transportation, insurances, licenses, certifications, and supervision necessary to provide services in accordance with this Performance Work Statement (PWS). The Contractor is responsible for all charges and fees related to disposal of materials generated by the Contractor.

This is anticipated to be a commercial supply acquisition under the authority of FAR Part 12, Simplified Acquisition Procedures for Commercial Items.

The product will be delivered to the following location:

Fort Harrison VA Health Care System
3687 Veterans Dr.,
Fort Harrison, MT 59636
IMPORTANT NOTE: This RFI (Request for Information) is for information only.
No award will be made from this RFI.

QUALIFIED VENDOR: A qualified source has the a) necessary equipment, vehicles, personnel, resources and current operations as well as b) recent experience (within past 3 years) of performing services of a comparable size, scope and complexity, AND c) OEM certified technicians to perform services with unrestricted access to the facility during inclement weather, as well as immediate access to OEM software updates. A qualified source also has current and valid registration in System for Award Management (SAM), https://www.sam.gov). A qualified source will also be able to comply with Limitations of Subcontracting pursuant to FAR 19.507.

Please communicate via e-mail to Stephanie.Cahill@VA.Gov by 15:00 MST on January 11th, 2024, as to your company s ability to perform service per this brief Scope of Work.

If interested, please provide the following:

Provide company s capability statement describing ability to provide equipment that meets or conforms to the salient characteristics listed above *include specification or brochure documents for confirmation of equivalent products*

Company s business size in relation to NAICS 621512 and socio-economic category (SDVOSB/VOSB/WOSB/Large Business):
SAM UEI:
FSS/GSA contract # (if applicable):
Estimated lead time:

Only written responses, to items 1 through 5 above, will be accepted at this stage. Information is being gathered for market research purposes only. Industry exchanges and vendor teleconferences are at the discretion of the Contract Specialist. This is not a request for quotes.

DISCLAIMER: This is a Request for Information (RFI) from industry in accordance with Federal Acquisition Regulation (FAR) 15.201(e) and on the requirement, that exists for the VA Medical Center(s) identified in this RFI. This is not a request for quote and not a contract. This announcement is not a request for proposals; therefore, responses to the RFI are not considered offers and cannot be accepted by the Government to form a binding contract. 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. Responders are solely responsible for all expenses associated with responding to this RFI. No classified information should be included in the RFI response. Should you have concerns regarding this RFI you may request to contact the Contracting Office that will be assigned this requirement by emailing the sender of this RFI.

Questions must be addressed in writing to the Contract Specialist. Requests for VA-business sensitive information, to include VA budget information, VA acquisition planning information, acquisition methods, strategies and set-asides must be addressed via the VA FOIA process: https://www.va.gov/foia/

Thank you for your interest in doing business with the VA. To learn more about the VA Mission, Vision, Core Values & Goals visit https://www.va.gov/about_va/mission.asp

To understand the latest updates on the Veterans First Contracting Program visit https://www.va.gov/osdbu/verification/veterans_first_contracting_program_adjustments_to_reflect_the_supreme_court_kingdomware_decision.asp

To find out how to do business with the VA visit https://www.va.gov/osdbu/library/dbwva.asp

To become a CVE-verified VOSB or SDVOSB visit https://www.vip.vetbiz.va.gov/
Attachments/Links
Contact Information
Contracting Office Address
  • 6162 S WILLOW DR SUITE 300
  • Greenwood Village , CO 80111
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 03, 2024 09:56 am MSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >