SOLICITATION NOTICE
W -- MRI Trailer Rental Syracuse VA Medical Center
- Notice Date
- 4/27/2020 11:33:30 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24220Q0583
- Response Due
- 5/1/2020 12:00:00 AM
- Archive Date
- 07/30/2020
- Point of Contact
- Kimberly Wiatrowski
- E-Mail Address
-
Kimberly.wiatrowski@va.gov
(Kimberly.wiatrowski@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- 5. PROJECT NUMBER (if applicable) CODE 7. ADMINISTERED BY 2. AMENDMENT/MODIFICATION NUMBER CODE 6. ISSUED BY 8. NAME AND ADDRESS OF CONTRACTOR 4. REQUISITION/PURCHASE REQ. NUMBER 3. EFFECTIVE DATE 9A. AMENDMENT OF SOLICITATION NUMBER 9B. DATED PAGE OF PAGES 10A. MODIFICATION OF CONTRACT/ORDER NUMBER 10B. DATED BPA NO. 1. CONTRACT ID CODE FACILITY CODE CODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers E. IMPORTANT: is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY is not extended. 12. ACCOUNTING AND APPROPRIATION DATA (REV. 11/2016) is required to sign this document and return ___________ copies to the issuing office. is not, A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. 15C. DATE SIGNED B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER Contractor 16C. DATE SIGNED 14. DESCRIPTION OF AMENDMENT/MODIFICATION 16B. UNITED STATES OF AMERICA Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER 16A. NAME AND TITLE OF CONTRACTING OFFICER 15B. CONTRACTOR/OFFEROR STANDARD FORM 30 PREVIOUS EDITION NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.243 (Type or print) (Type or print) (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) (Number, street, county, State and ZIP Code) (If other than Item 6) (Specify type of modification and authority) (such as changes in paying office, appropriation date, etc.) (If required) (SEE ITEM 11) (SEE ITEM 13) (X) CHECK ONE 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT (Signature of person authorized to sign) (Signature of Contracting Officer) 1 1 0001 04-27-2020 Department of Veterans Affairs Network Contracting Office (NCO) 2 2875 Union Road Suite 3500 Cheektowaga NY 14227 Department of Veterans Affairs Network Contracting Office (NCO) 2 2875 Union Road Suite 3500 Cheektowaga NY 14227 To all Offerors/Bidders 36C24220Q0583 04-27-2020 X X X See CONTINUATION Page X 1 The purpose of the amendment is to provide answers to questions that were recieved. 1. Clarification of size 2. Clarification of Software 3. OEM statements Questions have been answered in the modified Statementof Work - attached. No other changes have been made to the terms or conditions of the solicitation. Kimberly Wiatrowski Contracting Officer CONTINUATION PAGE STATEMENT OF WORK Rental of Portable MRI Scanner, Support, Agreement, Installation General The Contractor shall provide one (1) each mobile shielded short bore GE 1.5 Tesla MRI Scanner; GE 23 (GE16 acceptable), at the Syracuse VA Medical Center, 800 Irving Avenue, Syracuse, NY 13210. The length of this rental is not to exceed more than 90 days. 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. All services shall be provided in accordance with the specifications, terms and conditions contained herein. The following paragraphs contain the items are required and support agreement to provide the same level of care with up to 40 hours of onsite training of the current MRI technologists and continued phone support for applications for the duration of the contract. The mobile unit will be delivered to the Department of Veterans Affairs Syracuse VA Medical Center, 800 Irving Avenue, Syracuse, NY 13210. The Period of Performance is June 1, 2020 to August 31, 2020. Description/Specifications/Work Statement 1. Portable MRI Scanner: The Contractor will provide a vendor owned portable MRI scanner (minimum features seen below) in a trailer not to exceed 53 in length including transportation to and from the location and PACS connectivity/hook up. The Salient Characteristics are stated herein. 2. Preventive Maintenance & Inspections: The Contractor shall provide these 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. Preventive Maintenance (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. All PM s and Inspections shall be completed during normal business hours and coordinated with the Contracting Officer Representative. Normal business hours are defined as Monday through Friday 7:00 am to 4:30 pm. Federal holidays observed: New Year s Day Labor Day Martin Luther King Day Columbus Day President s Day Veterans Day Memorial Day Thanksgiving Day Independence Day Christmas Day Any other day specifically declared by the President of the United States to be a National holiday. The Contractor shall furnish documentation to the Contracting Officer Representative (COR) 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, the vendor will remove the hard drive and surrender it to the COR or designee for disposal. 3. Conformance Standards: The 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. 4. Emergency Maintenance: The Contractor will maintain that a 95% uptime of the system is met and that there are provisions for emergency service if necessary 24 hours a day / 7 days a week. If emergency services are required outside of normal business hours the COR or designee shall be notified. 5. 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 by phone contact. When the service(s) is/are completed, the Field Service Engineer (FSE) shall document the services rendered on a legible Vendor Engineering Service Report(s) (ESR). 6. 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. 7. 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 Contracting Officer (CO) and the Contracting Officer Representative (COR) with a written estimate of the cost to make necessary repairs. 8. Condition of Equipment: The contractor accepts responsibility for the equipment described ""as is"" condition. Failure to inspect the equipment prior to contract award will not relieve the contractor from performance of the requirements of this contract. 9. 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 Field Service Engineer. FSE(s) shall have successfully completed a formalized training program, for the equipment. 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. 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. 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. 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 the equipment. 10. Test Equipment Prior to commencement of work on this contract, the contractor shall make available if requested 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 Syracuse VAMC. Test equipment calibration shall be traceable to a national standard. 11. Identification, Parking, Smoking, Cellular Phone Use and VA Regulations: The Contractor's FSE shall wear visible identification always while on the premises of the Syracuse VAMC. 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. The Syracuse VAMC will not invalidate or make reimbursement for parking violations of the contractor under any conditions. Smoking and vaping are prohibited inside any buildings at the Syracuse VAMC. 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. 12. Installation for Utilities, Other requirements: a. Utility Hook up for 150 A 460 Vac Service. To be handled by internal labor. b. Voice and Data requirements to include PAC s and CPRS. To be handled by internal Labor. 13. Compliance with OSHA Bloodborne Pathogens Standard: The contractor shall comply with the Federal 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. 14. Records Management Language: The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. The Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. The Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. The Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. Provide appropriate personal protective equipment/clothing such as gloves, gowns, masks, protective eyewear, mouthpieces for the employee during performance of the contract. 15. Definitions/Acronyms: Biomedical Engineering - Supervisor or designee, Phone Number (916-366-5481). 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 - VAOPC 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. NFPA - National Fire Protection Association. CDRH - Center for Devices and Radiological Health. NHPP The VA National Health Physics Program Salient Characteristics/Minimum Features for MRI Scanner 1.5T GE signa excite HDXT 1.5 tesla Software: HD16.0_1638a or HD23.0_2338a Windows 7 or later or non-Windows system Minimum 16 Channel Systems High Performance Gradient System Re-constructor high speed In bore fan Advanced Scan Tools for: Neuro Body Ortho Angiography Diffusion Imaging Performance Package Angio Performance Package: Automatic table motion Automatic bolus detection and triggering software Quantitative Flow Analysis High Resolution LCD Monitor DICOM Workflow Management IHE Schedule Workflow Physiological Synchronization DVD read/write device DICOM Store/Query/Retrieve Patient Headset with two-way communication Coils and associated pads: Quadrature Body Coil 16 Channel Head Coil 8-16 Channel Knee Coil 16 Channel Torso/Body Coil Flexible Coils CT L Spine Coil 16 Channel Sense NV Coil 8 Channel Shoulder Coil 8 Channel Foot/Ankle Coil 8 Channel Wrist Coil 4-8 Channel Small Joint Coil Medrad Solaris Injector or comparable
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/88c80c562c2a473e96aeaa3ce8ece3c9/view)
- Place of Performance
- Address: Department of Veterans Affairs;Syracuse VA Medical Center;800 Irving Avenue;Syracuse, NY 13210, USA
- Zip Code: 13210
- Country: USA
- Zip Code: 13210
- Record
- SN05636807-F 20200429/200427230145 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |