SOURCES SOUGHT
70 -- MRI Software Upgradae-3T- Multiband E11C
- Notice Date
- 6/3/2019
- Notice Type
- Synopsis
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- 36C26219Q0782
- Response Due
- 6/7/2019
- Archive Date
- 8/6/2019
- Point of Contact
- Ryan.Singletary@va.gov
- Small Business Set-Aside
- N/A
- Description
- THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER 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. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112 (size standard of 1250 Employees). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide Magnetom Skyra fit - Medical equipment software upgrade to allow for shorter scan times and security to prevent unauthorized changes to protocols for the VA San Diego Healthcare System. Line 1 Quantity 1 Part Number 14446570 Item Description SW Upgrade E11A/B E!!C Upgrade of syngo MR E11A or E11B to syngo MR E11C Line 2 Quantity 1 Part Number 14446531 Item Description Government DOD CyberSecurity US government deals/orders/scanners, requiring the IA certification, shall not receive features marked by this license, since these features would not pass the security of IA (Information Assurance). Line 3 Quantity 1 Part Number 14446558 Item Description SMS EPI #T+D Simultaneous Multi-Slice (SMS) EPI enables accelerated imaging for diffusion-weighted (DWI/DTI) and BOLD functional MR imaging. With SMS EPI, scan times for DWI can be reduced by up to 68% and/or images with higher spatial/diffusion resolution can be acquired. For BOLD imaging. SMS EPI can enable increased temporal sampling of BOLD data acquisitions and/or improved slice coverage resolution. Line 4 Quantity 1 Part Number 14446559 Item Description Syngo security package enhanced Software option providing enhanced security features including user management, password strength definition and audit trail functionality. This package supports customers implantation of defined security policy and definition of different groups of users at the scanner. It still includes support to achieve compliance with the HIPAA Privacy rule. The syngo MR E11C is based on a hardened operating system and restricted syngo software with restricted network communication. Line 1 Quantity 1 Part Number MR_ADD_8 Item Description Additional onsite training 8 hours Up to (8) hours of on-site clinical education training, scheduled training, scheduled consecutively (Monday Friday) during standard business hours for a maximum of (4) imaging professionals. Training will cover agenda items on the ASRT approved checklist if applicable. This educational offering to be completed (12) months from install end date. This software upgrade must: Be able to reduce scan time up to 68% Be compatible with Siemens SkyraFit Include security features for user management Include audit trail functionality It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc. (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? (4) What is the manufacturing country of origin of these items? (5) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (7) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (8) Please provide general pricing for your products/solutions for market research purposes. (9) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to this notice shall be submitted via email to Ryan.Singletary@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday June 7, 2019 at 2:00 p.m. PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JUN-2019); 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/LBVANBC/VAMD/36C26219Q0782/listing.html)
- Place of Performance
- Address: Department of Veterans Affairs;VA San Diego Healthcare System;ATTN: Warehouse;3350 La Jolla Village Drive;San Diego, CA
- Zip Code: 92161
- Country: USA
- Zip Code: 92161
- Record
- SN05329374-F 20190605/190603230019 (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 |