SOURCES SOUGHT
65 -- Mobile CT Scanner Lease and Service
- Notice Date
- 5/21/2014
- Notice Type
- Sources Sought
- NAICS
- 621512
— Diagnostic Imaging Centers
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 20;960 Broadway Ave, Suite 460;Boise ID 83706
- ZIP Code
- 83706
- Solicitation Number
- VA26014I0658
- Response Due
- 6/4/2014
- Archive Date
- 7/4/2014
- Point of Contact
- Steven Owens
- E-Mail Address
-
9-2024<br
- Small Business Set-Aside
- N/A
- Description
- This SOURCES SOUGHT NOTICE is for market research purposes only to determine the availability of potential businesses with capabilities to provide the service described below. Potential offerors are invited to provide feedback via e-mail to Steven Owen at steven.owens1@va.gov. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. No offers are being solicited at this time, and no award will result from this notice. The Department of Veterans Affairs, Walla Walla VA Medical Center, Walla Walla, WA is requesting information in order to determine the existence of potential sources capable of providing a 64 slice mobile CT unit on-site, 24 hours/seven days a week with the most updated version hardware/software and 3D reconstruction package with additional 3D technologist workstation located in the control room and is capable of performing the highest quality CT scans possible. Specifically, information is being requested on New or Used CT Scanner Equipment and service, including but not limited to: The Contractor shall provide a 64 slice mobile CT Scanner Unit on-site, 24 hours/seven days a week with the most updated version hardware/software and 3D reconstruction package with additional 3D technologist workstation located in the control room and is capable of performing the highest quality CT scans possible. Period of lease will be for 1 year with a lease renewal option thereafter each year for up to 2 additional years with a 90 day advance notice of cancellation option. The semi-trailer that houses the CT scanner must have sufficient space to provide for patient wheelchair access as well as service. This is typically provided with 2 slide-out extensions within the CT scan room. In addition shielded operators control room with a door and an additional room for an office or storage, (with lockable storage cabinets in the control room). A Medrad Stellant dual syringe injector will be included and positioned on a wheel stand in the scan room with operator controls integrated into the CT scanner console. The trailer must have an ADA patient lift with guardrails for wheelchair & stretcher patient access with an outside remote switch hand control. Heavy duty non-slip stairs with dual handrails must also be provided for staff and patient access. Vendor will provide accessories and positioning devices including CT slicker, pad, chin & body straps, head holder, knee bolster and blanket warmer for patient comfort. The CT unit shall have the ability to perform CT exams of the head, neck, body and extremities, also with the capability to perform CT angiography, with a minimum table capacity of 400 lbs. Contractor must provide full service maintenance, service and parts & labor including preventative maintenance as recommended by the original equipment manufacturer (OEM) specifications to maintain a 90-95% operational status at all times. Service must be available within 2 hours from customer call Monday through Friday, 8 am-4:30 pm. Walla Walla, WA. VAMC CT Technologists will operate the unit. The contractor will provide 5 days of clinical applications training on site by an ARRT CT certified Technologist. CT unit must send images via DICOM to our VA PACS archiving system and must be an already approved VA and AGFA DICOM interface verified by the vendor. Adequate length electrical & data cables must be provided to reach our connections on the outside of the building and will be compatible with our current outside connectors. CT scanner must be certified /calibrated to OEM specifications and must be maintained with original OEM parts, including the CT x-ray tube. Mobile must have air conditioning, heating and emergency backup power generator. Backup generator will be tested upon arrival and will be expected to operate correctly. At the end of the lease all disk drives with patient data must be removed by the vendor and turned over to a VAMC representative for destruction at no cost to the medical center. CT unit must be in perfect condition inside & out with no damage, and must be clean on delivery. Walla Walla, WA. VA will provide a cement pad with power and data outlets. Vendor will validate that existing utilities and pad will be sufficient for their system. Contractor will deliver, set-up and test unit on pad provided by customer. Contractor will be responsible for full maintenance of the CT scanner as well as the CT trailer, including heating, air conditioning and generator. Service work done on trailer and system will be provided to the facility as the work is done. In addition to the Stryker brand equipment listed, the VA is also interested in learning about similar and competing equipment from other manufacturers. Potential contractors are asked to provide, at a minimum, the following information: 1) Company name, address, point of contact name, phone number, and e-mail address. 2) Level of interest in submitting an offer in response to a solicitation if or when it is issued. 3) Company's DUNS number, type of small business, and business size. 4) Brief capability statement with enough information to determine if the company can meet the requirement. Please indicate whether your company is the manufacturer or to the extent which your company is an authorized reseller. 5) Preference: Information regarding existing contracts (i.e. Federal Supply Schedule, Government-wide Acquisition Contract) that the VA may utilize to order this equipment. The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statement regarding the company's ability to provide the service above. Submission of capabilities statement will assist our office in tailoring the requirement to be consistent with industry standards. The Government must ensure there is adequate competition among the potential pool of available contractors. This Sources Sought Notice is for information and planning purposes only and is neither to be construed as a commitment by the Government, nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. All interested contractors should notify this office via email or telephone by 3:00 PM Mountain Time on Friday, June 04, 2014. Submit response and information to: Steven Owens 960 Broadway Ave, Ste. 460 Boise, ID 83706 Phone: 208-429-2024 E-mail: steven.owens1@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC531/BoVAMC531/VA26014I0658/listing.html)
- Place of Performance
- Address: Department of Veterans Affairs;Jonthon M. Wainwright Memorial VAMC;77 Wainwright Dr.;Walla Walla, WA
- Zip Code: 99362
- Zip Code: 99362
- Record
- SN03372474-W 20140523/140521234526-dc5b643f7b631fb1694901fdbda54bac (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 |