SOURCES SOUGHT
J -- Lease of mobile of one MRI and one CT unit Market Research - No quotes will be accepted at this time Send a one page capability statement with relevant performance information
- Notice Date
- 9/4/2018
- Notice Type
- Synopsis
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4
- ZIP Code
- 16602
- Solicitation Number
- 36C24418Q9732
- Response Due
- 9/10/2018
- Archive Date
- 9/15/2018
- Point of Contact
- andrew.taylor3@va.gov
- Small Business Set-Aside
- N/A
- Description
- Send a capability statement, no more than one page in length; to include Company Name Duns Number, Socioeconomic Category, brief description of your business entities capability to handle this particular project in the Lebanon area, website and GSA Contract number & contract information. Email to Andrew Taylor andrew.taylor3@va.gov with 36C24418Q9732 in the email Subject line, no later than 12:00 pm Monday 10, 2017. STATEMENT OF WORK DRAFT The James E. Van Zandt VA Medical Center has a requirement to lease mobile MRI and CT systems in motor coaches during the upgrade of current systems. The MRI mobile unit is needed for approximately 5 months while the Medical Center upgrades their current MRI Philips Intera 1.5T to a Philips Ingenia 1.5T. Immediately following the MRI upgrade, the CT mobile unit is needed for approximately 2 months while the Medical Center upgrades their current CT 64 slice Philips Brilliance, to a Philips Ingenuity Elite 128 Slice. Both leased units must produce the same results or better than the current ones being upgraded by the Medical Center. PLACE OF PERFORMANCE: James E. Van Zandt VA Medical Center 2907 Pleasant Valley Blvd. Altoona, PA 16602. PERIOD OF PERFORMANCE: The estimated period of performance is October 2018 May 2019. The CT is needed for approximately 2 months and then immediately following, the MRI is needed for approximately 5 months. These are approximate estimated time frames and could be needed for more or less time depending on the construction of the replacements. GENERAL REQUIREMENTS: The Contractor shall provide (1) Mobile Philips Intera 1.5T MRI (or equivalent Philips System) and (1) Mobile 64 Slice Philips Brilliance CT (or equivalent Philips System), both to be housed in a mobile coach. BASIS OF DESIGN / SALIENT CHARACTERISTICS: Site prep and temporary utility feed will be pre-installed to the infrastructure requirements outlined in the Site Planning Guide (attached below) provided by AK Specialty Vehicles through Alliance Healthcare. The guide provides a template for trailer layout, dimensions, and utility feeds needed for their 1.0 & 1.5 Tesla, 48-foot USA MRI Unit. Similar requirements are assumed for the CT unit. NOTE: Alliance Healthcare and/or AK Specialty Vehicles are NOT being specified as SOLE SOURCE vendor(s). However, the attached document from them was used as our basis of design for site preparation. CONTRACTOR RESPONSIBILITIES: The Contractor shall be qualified / authorized by the Original Equipment Manufacturer (OEM) in the service/repair equipment listed within this contract. Contractor shall maintain qualifications throughout entire contract period. Qualifications include but not limited to the certification of all repair persons and repair facilities by the OEM as being trained / qualified to perform required repairs. The Government shall maintain the right to seek proof of qualification prior to award and anytime during contract period of performance. The lease agreements shall provide Original Equipment Manufacturer (OEM) full service maintenance to OEM specifications. The contractor will be responsible for full maintenance coverage by providing all replacement parts, labor, travel expenses, tools, test equipment and other incidentals necessary to maintain or restore the listed equipment to operating specifications according to the manufacturer s recommendations throughout the term of the contract. Service of equipment, to include preventative maintenance checks, shall be conducted Monday Friday 8:00 am 4:30 pm, excluding Federal Holidays. The Mobile CT Unit and motor coach shall be delivered to the Altoona VAMC to allow for time to adequately set up the system with an engineer. The CT Unit must be fully operational and ready for use by October 23, 2018 and remain for approximately 2 months. The Mobile MRI Unit and motor coach shall be delivered within (2) days of removal of the CT Unit and shall remain for approximately 5 months. The MRI Unit shall be fully operational and ready for use within (1) week of delivery. The Contractor shall be responsible for delivery and set up of the Mobile Units, as well as any necessary maintenance for startup and ongoing thereafter. As part of the setup, the Contractor shall supply the cabling from the Altoona VAMC exterior wall to the Mobile Units. The Contractor shall provide training to the Altoona VAMC Technologists on the use of the Mobile Units. GOVERNMENT RESPONSIBILITIES: The Altoona VAMC is responsible for all medical care provided to patients and shall provide all supplies, materials, and qualified Technologist to perform scans on the Mobile Units. The Altoona VAMC is responsible for the site prep to include: temporary utility feed to the infrastructure, internal cabling and ports for network, telephone, and power connectivity. In addition, the Altoona VAMC will provide an onsite electrician the day of delivery to ensure the power/phasing is correct. VA INFORMATION CUSTODIAL LANGUAGE: Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data General, FAR 52.227-14(d) (1). INFORMATION SYSTEM HOSTING, OPERATION, MAINTENANCE, OR USE: Bio-Medical devices and other equipment or systems containing media (hard drives, optical disks, etc.) with VA sensitive information must not be returned to the vendor at the end of lease, for trade-in, or other purposes. The options are: Vendor must accept the system without the drive; VA s initial medical device purchase includes a spare drive which must be installed in place of the original drive at time of turn-in; or VA must reimburse the company for media at a reasonable open market replacement cost at time of purchase. Due to the highly specialized and sometimes proprietary hardware and software associated with medical equipment/systems, if it is not possible for the VA to retain the hard drive, then; The equipment vendor must have an existing BAA if the device being traded in has sensitive information stored on it and hard drive(s) from the system are being returned physically intact; and Any fixed hard drive on the device must be non-destructively sanitized to the greatest extent possible without negatively impacting system operation. Selective clearing down to patient data folder level is recommended using VA approved and validated overwriting technologies/methods/tools. Applicable media sanitization specifications need to be preapproved and described in the purchase order or contract. A statement needs to be signed by the Director (System Owner) that states that the drive could not be removed and that (a) and (b) controls above are in place and completed. The Information Security Officer (ISO) needs to maintain the documentation. SECURITY INCIDENT INVESTIGATION: The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The contractor/subcontractor shall immediately notify the COR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access. LIQUIDATED DAMAGES FOR DATA BREACH: Consistent with the requirements of 38 U.S.C. §5725, a contract may require access to sensitive personal information. If so, the contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/subcontractor processes or maintains under this contract. Based on the determinations of the independent risk analysis, the contractor shall be responsible for paying to the VA liquidated damages in the amount of $37.50 per affected individual to cover the cost of providing credit protection services to affected individuals consisting of the following: Notification; One year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports; Data breach analysis; Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution; One year of identity theft insurance with $20,000.00 coverage at $0 deductible; and Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-SEP-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24418Q9732/listing.html)
- Place of Performance
- Address: James E. Van Zandt VA Medical Center;Altoona VA Medical Center;2907 Pleasant Valley Blvd.;Altoona;PA
- Zip Code: 16602
- Country: USA
- Zip Code: 16602
- Record
- SN05070893-F 20180906/180905101022 (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 |