DOCUMENT
65 -- Mobile MRI Rental (5 months of rental) - Attachment
- Notice Date
- 11/14/2012
- Notice Type
- Attachment
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Pacific Islands Health Care System;459 Patterson Rd;Honolulu HI 96819-1522
- ZIP Code
- 96819-1522
- Solicitation Number
- VA26113Q0299
- Response Due
- 11/19/2012
- Archive Date
- 12/19/2012
- Point of Contact
- Nicole Do
- E-Mail Address
-
3-0346<br
- Small Business Set-Aside
- Competitive 8(a)
- Description
- This is a combined synopsis/solicitation for MRI rental and associated services at the VANCHCS Mather location. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. All quotes must be submitted not later than 11/19/12 at 4:00 PM HST to Nicole.do@va.gov. Contractors shall submit quotes and technical requirements on the worksheet attached. This is a 100% small business, 8(a) set aside, NAICS code 423450 (size standard: 100 employees) or PSC 6515. This is a brand name specific requirement. The MRI machine must be a Philips Achieva Nova 1.5 Tesla MRI Scanner (MR-121) with all features listed in the Statement of Work. STATEMENT OF WORK Contractor shall provide a mobile Philips Achieva Nova actively shielded short bore 1.5 Tesla MRI Scanner for backlog reduction and MRI replacement at VA Mather. The date of rental will be from December 10, 2012 to May 10, 2013. Additionally, the contractor will provide a MRI technician for the last 60 days of the rental period. The scanner will include supporting equipment to provide the doctors and radiologists a like system which will provide the same level of care our patients are presently receiving. Services shall be provided for the Department of Veterans Affairs Northern California Health Care System. All services shall be provided in accordance with the specifications, terms and conditions contained herein. The following paragraphs contain the items are required and support agreement to provide the same level of care with 24 hours of onsite training of the current radiology technicians and will be delivered to VA Mather, 10535 Hospital Way, Mather, CA 95655 DESCRIPTION/SPECIFICATIONS/WORK STATEMENT 1. SERVICES: Contractor will provide a vendor owned portable MRI scanner (minimum features seen below) in a trailer not to exceed 48' in length including transportation to and from the location and PACS connectivity/hook up. In addition, contractor will provide a VETPRO cleared MRI Technician with a minimum of 2 years experience with the Achieva 1.5 T unit. The MRI Technician will work hours from 7:30a to 4:30p M-F and is needed for the last 60 days of the rental period. Additionally, the technician will need to pass a background investigation and be fingerprinted. Philips 1.5T Achieva Nova With Minimum Features: "1.5T Achieva Nova Actively Shielded Short Bore Magnet"IHE Scheduled Workflow "33mT/m maximum gradient amplitude, 80 T/m/s slew rate"Physiological Synchronization "Nova High Performance Gradient System"DVD Read/Write Device "FreeWave 8 Channel Broadband Digital RF System"DICOM Store/Query/Retrieve/Print "Sense Parallel Imaging"Patient Headset with two-way communication "RapidView Reconstructor"Coils: "SofTone Acoustic Noise Reduction Technology?Quadrature Head coil "Patient Comfort Zone?Quadrature Body Coil "Advanced Scantools Plus?17cm and 11cm Flexible Circular Coil ?NeuroPro Package?SENSE 8 Channel Head Coil ?BodyPro Package?SENSE 8 Channel Knee Coil ?OrthoPro Package?SENSE Body Coil ?CardiacPro Package?SENSE Flex M Coil ?AngioPro Package ?Breast Pro Package?Synergy Spine Coil ?Synergy Body Coil ?OncoPro Package?16 Channel Sense NV Coil ?PediatricPro Package?Sense Flex S Coil ?7 Channel Breast Coil "Diffusion Imaging Performance Package"Kodak DryView 8150 Laser Camera "SENSE Performance Package"Medrad Solaris Injector "Angio Performance Package ?MobiTrak ?Bolus Trak ?Quantitative Flow Analysis "ScanForum with ExamCards "ViewForum "High Resolution LCD Monitor "DICOM Workflow Management 2. DEFINITIONS/ACRONYMS: A. Biomedical Engineering - Supervisor or designee, Phone Number (916-366-5481). B. CO - Contracting Officer. C. COTR - Contracting Officer's Technical Representative. D. PM - Preventive Maintenance Inspection. Services which are periodic in nature and are required to maintain the equipment in such condition that it may be operated in accordance with its intended design and functional capacity with minimal incidence of malfunction or operative conditions. Service shall consist of calibration and testing in accordance with the manufacturer's latest established service procedures to ensure operation of equipment within manufacturer's or VA's performance specifications, whichever is the most rigorous. PM includes cleaning, inspecting lubricating and testing all equipment. All equipment shall be operated at least one complete operating cycle at the end of each PM. E. FSE - Field Service Engineer. A person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services on the VA Outpatient Clinic premises. F. ESR - Vendor Engineering Service Report. A documentation of the services rendered for each incidence of work performance under the terms and conditions of the contract. G. Acceptance Signature - VAOPC employee who indicates FSE demonstrated service conclusion/status and user has accepted work as complete/pending as stated in ESR. H. Authorization Signature - COTR's signature; indicates COTR accepts work status as stated in ESR. I. NFPA - National Fire Protection Association. J. CDRH - Center for Devices and Radiological Health. K. VAOPC - Department of Veterans Affairs Outpatient Clinic. L. OEM - Original Equipment Manufacturer 3. CONFORMANCE STANDARDS: Contractor shall provide services and material to ensure that the equipment functions in conformance with the latest requirements of NFPA-99, JCAHO, NEC, OSHA, CAP, Federal and VA specifications and requirements as applicable. The equipment shall be maintained such that it meets or exceeds the performance specifications as established in the OEM's technical specifications. Additional performance specifications that exceed the OEM specifications shall be specified in writing by the VA. 4. PREVENTIVE MAINTENANCE (PM): A. Contractor shall ensure that the system has current PMs performed by the OEM and is meeting the manufacturer's specifications including appropriate cryogen levels. B.The contractor shall furnish documentation, including all measurement and calibration data to certify that the system is performing in accordance with the performance specifications. C.After the use of the system, a FSE and VA representative employee will delete the database from the system before it leaves the facility. 5. EMERGENCY MAINTENANCE: The contractor will maintain that a 95% uptime of the system is met and that there are provisions for emergency service during normal business hours. All maintenance will be performed by a contract agreement with the OEM. 6. HOURS OF COVERAGE: Normal hours of coverage are (Monday through Friday) from 8:00am to 5:00pm, excluding holidays as identified in Section H. Work performed outside the normal hours of coverage at the request of Biomedical Engineering would be billed at the government rate. A separate purchase order will be issued to cover the cost(s) associated with any after-hours call back service as applicable. 7. PARTS: The contractor shall furnish and replace parts at no cost to the Government. The contractor shall have ready access to unique and/or high mortality replacement parts. All parts supplied shall be OEM and fully compatible with existing equipment. The contract shall include all parts with the exception of consumable or expendable items. The contractor shall use new or rebuilt parts. Used parts, those removed from another system, shall not be installed without approval by Biomedical Engineering. 8. REPORTING REQUIREMENTS: The contractor shall contact Biomedical Engineering prior to performance of work under this contract. This check-in is mandatory and can be accomplished in person or by phone contact. When the service(s) is/are completed, the FSE shall document the services rendered on a legible ESR(s). 9. ADDITIONAL CHARGES: There will be no additional charge for time spent at the site during, or after the normal hours of coverage awaiting the arrival of additional FSE and/or delivery of parts. 10. REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE: The Contractor shall immediately, but no later than 24 consecutive hours after discovery, notify Biomedical engineering, (in writing), of the existence or the development of any defects in, or repairs required to the scheduled equipment which the Contractor considers he/she is not responsible for under the terms of the contract. The contractor shall furnish the CO and COTR with a written estimate of the cost to make necessary repairs. 11. CONDITION OF EQUIPMENT: The contractor accepts responsibility for the equipment described in Section B, in "as is" condition. Failure to inspect the equipment prior to contract award will not relieve the contractor from performance of the requirements of this contract. 12. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: A. Each respondent must have an established business, with an office and full-time staff. The staff includes a "fully qualified" FSE and a "fully qualified" FSE who will serve as the backup. B. "Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) shall have successfully completed a formalized training program, for the equipment identified in Section B. For field experience, the FSE(s) shall have a minimum of two years of experience, with respect to scheduled and unscheduled preventive and remedial maintenance on equipment identified in Section B. C. The FSE(s) shall be authorized by the contractor to perform the maintenance services as required. All work shall be performed by "Fully Qualified" competent FSEs. The contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the contractor services at the VAOPC. The CO may authenticate the training requirements, request copies of training certificates or credentials from the contractor at any time for any personnel who are servicing or installing any VAOPC equipment. The CO and/or the COTR specifically reserve the right to reject any of the contractor's personnel and refuse them permission to work on the VAOPC equipment. 13. TEST EQUIPMENT: Prior to commencement of work on this contract, the contractor shall make available if requested a copy of the current calibration certification of all test equipment that is to be used by the contractor in performing work under the contract. This certification shall also be provided on a periodic basis when requested by the VAOPC. Test equipment calibration shall be traceable to a national standard. 14. IDENTIFICATION, PARKING, SMOKING, CELLULAR PHONE USE AND VA REGULATIONS: The contractor's FSE shall wear visible identification at all times while on the premises of the VAOPC. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police-Security Service. The VAOPC will not invalidate or make reimbursement for parking violations of the contractor under any conditions. Smoking is prohibited inside any buildings at the VAOPC. Cellular phones and two-way radios are not to be used within six feet of any medical equipment. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in a citation answerable in the United States (Federal) District Court, not a local district state, or municipal court. 15. COMPLIANCE WITH OSHA BLOODBORNE PATHOGENS STANDARD: The contractor shall comply with the Federal/California OSHA Bloodborne Pathogens Standard. The contractor shall: A. Have methods by which all employees are educated as to risks associated with bloodborne pathogens. B. Have policies and procedures that reduce the risk of employee exposure to bloodborne pathogens. C. Have mechanisms for employee counseling and treatment following exposure to bloodborne pathogens. D. Provide appropriate personal protective equipment/clothing such as gloves, gowns, masks, protective eyewear, mouth pieces for the employee during performance of the contract. Section B Schedule of Supplies/Services Price Delivery Schedule Period of Performance: December 10, 2012 to May 30, 2013 Machine must be delivered, set up, and working by December 10, 2012. CLIN#DescriptionQuantityUnitUnit PriceTotal Cost 0001Rental of MRI Machine 5MO$$ 0002Staffing/Technician Service8WK Total Cost$ Technical Requirements: You must answer these questions and submit with your quote. Answers must be limited to 30 pages. 1. Provide maintenance records for the proposed system to illustrate it has been properly maintained during its life. 2. Provide any licenses, certifications, resumes, documentation for the VETPRO cleared MRI Technician that will service this system. Provide evidence that the Technician has a minimum of 2 years experience with the Achieva 1.5 T unit.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HoVAMROC/DVAMROC/VA26113Q0299/listing.html)
- Document(s)
- Attachment
- File Name: VA261-13-Q-0299 VA261-13-Q-0299 COMBINED SS MRI RENTAL.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=526172&FileName=VA261-13-Q-0299-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=526172&FileName=VA261-13-Q-0299-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA261-13-Q-0299 VA261-13-Q-0299 COMBINED SS MRI RENTAL.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=526172&FileName=VA261-13-Q-0299-000.docx)
- Record
- SN02930096-W 20121116/121114233932-e666c65202b449556693faf29651d414 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |