Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 02, 2014 FBO #4542
SOURCES SOUGHT

Q -- Mobile MRI Services in support of NHC Corpus Christi, TX

Notice Date
4/30/2014
 
Notice Type
Sources Sought
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018914TXXXX
 
Response Due
5/7/2014
 
Archive Date
5/22/2014
 
Point of Contact
Antoinette Miles antoinette.miles@navy.mil
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This is a sources sought notice to determine the availability of potential 8(a) sources capable of providing Mobile Magnetic Resonance Imaging (MRI) services at the Naval Health Clinic Corpus Christi, TX. The Contractor shall provide Magnetic Resonance Imaging (MRI) services to include a Mobile MRI facility (1.5 Tesla Magnet), related equipment, supplies, and personnel to perform MRI examinations in support of Naval Hospital Corpus Christi, TX. The MRI studies shall be performed within the Contractor's mobile facility (1.5 Tesla Magnet), on Government property, contiguous to Naval Health Clinic Corpus Christi, utilizing Contractor equipment and supplies. The Contractor shall also provide personnel to perform MRI services which are required two days a week from 0700 to 1800 hours (7:00am to 6:00pm). Based on historical information, the number of MRI procedures per day varies from 10 to 14 procedures per scheduled day of services. The contractor shall ensure that the mobile MRI unit complies with current safe zone (e.g. magnetic field clearance) and safety regulations in accordance with the Joint Commission and American College of Radiology guidelines at all times during the life of the contract. The mobile facility shall have, at a minimum, sufficient space to accommodate the following areas: scan room; operator control room, and check-in area. The facility shall also include the following minimum components and systems: -Pulse oximeter; Oxygen delivery systems; Temporomandibular Joint (TMJ) tracking device; Non-ferrous gurney; Wheelchair; MR compatible emergency crash cart and crash cart supplies; patient monitor and video camera; patient intercom system. -Coil systems consisting of: head; cervical spine; thoracic spine; lumbar spine; dedicated knee; extremity (small parts); Helm Holz Neck; body coil (e.g. for pelvic imaging) and shoulder coil. -Oxygen Concentration Monitor. The mobile facility shall have both audible and visual alarms located in the MRI scan room. The audible alarm shall be capable of being heard clearly in the scan room and also in the operator control room. -Safety and Warning Systems. The Contractor shall provide a safety system for magnet quenching and emergency shutdown; cryogen level indicators; visual and audible alarms; heat sensor shut off for room temperature problems. The system shall also include warning devices for low cryogen level, temperature limits, and scan-in-progress. -Fire Detection Systems. The Contractor shall furnish and install smoke detectors throughout the mobile facility that are located on the ceilings and under any raised floors. The smoke detectors shall be Underwriters Laboratory (UL) listed. Each smoke detector shall contain a visible, red LED alarm indicating light, which shall remain lit following detector actuation until the firm alarm is reset manually. The number of smoke detectors shall be sufficient to ensure coverage of the total area encompassed by all functional areas of the mobile facility. The Contractor shall furnish and install all necessary wiring equipment. -Fire Extinguishing System. The mobile facility shall contain a central halon fire suppression system (or equivalent) that provides coverage of all functional areas within the mobile facility. The fire extinguishing system shall be capable of being activated by all the smoke detectors located throughout the mobile facility. The fire extinguishing system shall provide a 30 second delay for manual deactivation. -Emergency Lighting. The mobile facility shall contain battery powered lights (or equivalent) throughout all functional areas within the mobile facility. The lights shall be capable of being automatically activated upon loss of electrical power to the mobile facility. The MRI unit shall contain the following items and capabilities: -A minimum of a 1.5 Tesla magnet. -Storage of all tapes, disks and long term data for two (2) years after commencement of services under this contract. -A written manufacturer guarantee to continue being current, including a copy of the contract with the manufacturer that provides all upgrades to the MRI equipment offered by the manufacturer for the entire life of this contract. -Current software upgrades that demonstrates the capability to conduct angiography. -Current software to allow interface and transfer of digital images into the MTF ™s existing Picture Archive Communication System (PACS) system for interpretation. The contractor is responsible for connection to the PACS system. -A service agreement for the MRI equipment that includes one-hour guaranteed maintenance response time, 24- hour parts replacement guarantee, and 95% equipment up-time guarantee. The service agreement shall be provided by an authorized manufacturer's representative. -The MRI unit shall not be older than five (5) years at any time during contract performance, and have been placed in active service not more than three (3) years prior to commencement of services under this contract. The MRI unit ™s operating software/firmware must not be older than one (1) generation. Software/firmware upgrades shall include adequate contractor-provided onsite training of hospital radiologists/techs. Specific Qualifications for MRI Technologists: -Current certification as a Magnetic Resonance Imaging (MRI) technologist and as a diagnostic radiologic technologist as determined by American Registry of Radiologic Technologists (ARRT). -Within 60 days following commencement of services, possess current certification from the MTF in intravenous therapy, including injections. -A minimum of 24 months within the preceding 36 months of full-time experience as a diagnostic radiologic technologist performing MRI services that includes a minimum of one year experience performing MR angiography, and three dimensional studies. A firm fixed price contract is anticipated that will consist of a one (1) year base period and four (4) one year option periods. The North American Industrial Classification System (NAICS) code for this acquisition is 621512 and the size standard is $14 million. SUBMISSION Quoters possessing the requisite skills, resources and capabilities necessary to perform the stated requirement are invited to respond to this sources sought notice via the submission of a capability statement, no more than three (3) pages in length. The submission should address the following: (1)Capability Statement. Address capability of your firm to perform the required services. (2)Corporate Experience. Relevant corporate experience is experience (within the past five years) that is of the same or similar scope (e.g. providing a fully-furnished mobile Magnetic Resonance Imaging (MRI) unit to include all related supplies, equipment, and personnel to provide MRI services), same or similar magnitude (availability of Mobile MRI services for two (2) days per week on long-term (at least one year) effort). This relevant corporate experience should identify the applicable contract number, total days performed per week, contract period of performance, description of the relevant services provided, and a customer point of contact with corresponding telephone number and e-mail address. Please ensure that the company name, address, point of contact information (including phone number and email), and business size/designation is included with the submission. All submissions are required to be submitted via e-mail to antoinette.miles@navy.mil no later than 1:00 PM EST on 07 May 2014. Please direct any questions concerning this sources sought synopsis to Antoinette Miles at Antoinette.Miles@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018914TXXXX/listing.html)
 
Record
SN03353063-W 20140502/140430235338-e908cefb219d947d53e4e173986182f5 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.