DOCUMENT
W -- Mobile PET/CT Lease - VA San Francisco, CA - Attachment
- Notice Date
- 9/30/2019
- Notice Type
- Attachment
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd, Bldg 209;McClellan CA 95652-2609
- ZIP Code
- 95652-2609
- Solicitation Number
- 36C26120Q0024
- Response Due
- 10/16/2019
- Archive Date
- 12/15/2019
- Point of Contact
- Ron Donez
- Small Business Set-Aside
- Veteran-Owned Small Business
- Description
- This announcement is a "SOURCES SOUGHT" only. This is not a request for formal proposals or quotes. No formal solicitation document exists at this time. Your response to this announcement will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. Purpose and Objectives: The Contractor shall provide a mobile GE Discovery (DST-8) PET/CT Scanner for continuation of services while replacing existing PET/CT at San Francisco VA Health Care System. The dates of interim rental will be for an estimated six (6) months, from February 1, 2020 July 31, 2020. The replacement of the existing PET/CT scanner will determine the length of stay needed for the interim unit. 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 San Francisco Health Care System. All services shall be provided in accordance with the specifications, terms and conditions contained herein. The following paragraphs contain the items required and support agreement to provide the same level of care as present to include 24 hours on-site training of the current nuclear medicine technologists and will be delivered to San Francisco VA Healthcare System, 4150 Clement Street, San Francisco, CA 94121. Estimated period of performance will be February 1, 2020 July 31, 2020 (six months). We are looking for Veteran-Owned and Service-Disabled Veteran Owned Small Businesses preferably. If you meet the VOSB/SDVOSB requirement, please provide a copy of your VETBIZ verification with your response. Requirements are as follows: Contractor will provide a vendor owned portable GE DST-8 PET/CT 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 and will be positioned next to available power and data connections. With Minimum Features: Discovery Dimension Console Software Rev. dm09_h12sp1.23.H2_P_M86_Zeus Rad Rx Volume Viewer PET 3D Interactive Recon Xeleris Workstation 2-21 inch Resolution Monitors 2.8 GHz processor 20CM Phantom 24 Rings of 420 Crystals each 2D coincidence detection 3.27mm Axial sampling interval 320 MB stores over 60 separate sinogram sets 3D Volume Acquisition 47 Image planes 53.2 KW X-Ray generator 6.3 MHU X-Ray Tube 70cm Patient Port Size 70cm Transaxial FOV 8 slices per revolution Advantage Fusion PET/CT Software BGO Crystals Cardiac Gating PET-CT Image Fusion Respiratory Gating Connect Pro HIS/RIS Interface Connect Pro CT Image processor-2.2GHz CPU`s Data Spectrum Resolution Phantom DICOM Print ECToolbox 2.6 Entegra Workstation Helical Linux operating system RTP flat pallet Static and Dynamic acquisition modes Additional Coach Features: UPS Single Injection Hot Lab Certified Dose Calibrator Patient Lift 2. DEFINITIONS/ACRONYMS: Biomedical Engineering - Supervisor or designee, Phone Number (415)716-6828 CO - Contracting Officer. COR - Contracting Officer's Technical Representative. 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. 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. 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. Acceptance Signature - SFVAHCS employee who indicates FSE demonstrated service conclusion/status and user has accepted work as complete/pending as stated in ESR. Authorization Signature - COR's signature; indicates COR accepts work status as stated in ESR. NFPA - National Fire Protection Association. SFVAHCS San Francisco Department of Veterans Affairs Health Care System. 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. The contractor shall furnish documentation, including all measurement and calibration data to certify that the system is performing in accordance with the performance specifications. After the use of the system, an FSE and VA representative employee will delete the database from the system before it leaves the facility. The contractor will provide recent medical physic report, if camera does not meet VA specifications contractor is responsible to recalibrate and retest the system, providing new medical physics report. 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. 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. 7. 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 COR with a written estimate of the cost to make necessary repairs. 11. CONDITION OF EQUIPMENT: 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 SFVAHCS. 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 equipment at SFVAHCS. The CO and/or the COR specifically reserve the right to reject any of the contractor's personnel and refuse them permission to work on SFVAHCS equipment. 13. TEST EQUIPMENT: Prior to commencement of work on this contract, the contractor shall make available 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 SFVAHCS. Test equipment calibration shall be traceable to a national standard. Vendor shall supply current medical physicist test report of mobile unit. Any discrepancies, vendor shall be responsible for medical physicist retesting of mobile unit and furnishing a new report. 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 SFVAHCS. 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. SFVAHCS will not invalidate or make reimbursement for parking violations of the contractor under any conditions. Smoking is prohibited inside any buildings at the SFVAHCS. 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. Provide appropriate personal protective equipment/clothing such as gloves, gowns, masks, protective eyewear, mouthpieces for the employee during performance of the contract. Response: Responses to this Sources Sought Notice should be able to demonstrate the firm's ability, capability, and responsibility to deliver the items listed above. Responses should include the following information: Business name, address, DUNS number, business size and Socioeconomic Category (HUBZone, 8(a), Service Disabled Veteran-Owned Small Business, Veteran-Owned Small Business, Small Business, Large Business, etc.), and point of contact to include e-mail address and telephone number with the subject line VA San Francisco Scanner Rental. All offerors must be registered in the System for Award Management (www.sam.com), and Representations and Certifications must be completed prior to any future award. Any offeror capable of providing this service shall notify the Contracting Officer by e-mail by October 16, 2019 at 5PM PST. The NAICS Code is 334517, Irradiation Apparatus Manufacturing, with a size standard of 1000 employees. If your firm is an VOSB/SDVOSB, it must be registered with VETBIZ. All information is to be submitted via e-mail at Ronald.Donez@va.gov. Determination by the Government not to compete this proposed contract action based on responses to this notice is solely within of the discretion of the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/36C26120Q0024/listing.html)
- Document(s)
- Attachment
- File Name: 36C26120Q0024 36C26120Q0024.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5173119&FileName=36C26120Q0024-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5173119&FileName=36C26120Q0024-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26120Q0024 36C26120Q0024.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5173119&FileName=36C26120Q0024-000.docx)
- Place of Performance
- Address: VA SAN FRANCISCO HEALTHCARE SYSTEM;4150 CLEMENT STREET;SAN FRANCISCO, CA
- Zip Code: 84121
- Zip Code: 84121
- Record
- SN05464271-W 20191002/190930231034-243c92e38eb4997653e9742a16db91c1 (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 |