Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 14, 2020 SAM #6925
SOURCES SOUGHT

W -- Toshiba Aquilion CT Mobile Scanner

Notice Date
11/12/2020 1:34:15 PM
 
Notice Type
Sources Sought
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25621Q0180
 
Response Due
11/18/2020 2:00:00 PM
 
Archive Date
11/19/2020
 
Point of Contact
Ayanna S Hamilton, Ayanna Hamilton, Phone: 713-791-1414
 
E-Mail Address
Ayanna.Hamilton@va.gov
(Ayanna.Hamilton@va.gov)
 
Small Business Set-Aside
SDVOSBS Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14)
 
Awardee
null
 
Description
Department of Veterans Affairs Network Contracting Office 16 - HOUSTON In Support of the Michael E. DeBakey VA Medical Center (MEDVAMC) REQUEST FOR INFORMATION 36C25620Q0180 BACKROUND The Michael E. DeBakey VA Medical Center (MEDVAMC) requires the rental of a Toshiba Aquilion CT Mobile Scanner and CT Trailer for the Radiology Department. Period of Performance: 11/30/2020 through 07/12/2021 Place of Performance: Michael E. DeBakey VA Medical Center 2002 Holcombe Blvd Houston, TX 77030 Salient Characteristics Suggested Manufacturer Brand Name: Toshiba Aquilion 64 Whole Body CT Scanner with Mobile Trailer or EQUIVALENT as listed below: Toshiba Aquilion 64 Whole Body Computerized Tomography Scanner Large-aperture slip-ring gantry and extra-wide couch Ergonomic operator console High-frequency X-ray generator High-heat-capacity X-ray tube V4.77 software with workflow enhancements, on console Easy 3-D, advanced Quantum de-noising adaptive noise reduction filter and easy to use interface. SURE Technology: Improve workflow with real-time imaging, which provides the ability to view a scan at 12 frames per second (512x512) allowing the operator to rapidly assess if additional images are needed. SURE Exposure Dose modulation based on scalogram Your Strategic Mobile Imaging Partner 3311 Swetzer Road Loomis, CA 95650 Office (916) 652-9501 Fax (916) 652-9412 www.catalinaimaging.com SURE Start Real-time contrast detection 12 fps. With SURE Start, there is no need to perform a timing bolus, this can allow savings of up to 30 ccs of contrast (including during cardiac studies). SURE Scan Real-time helical scan display SURE Plaque The Aquilion Gantry The Aquilion 64 gantry uses rotate-rotate design to provide accurate alignment between beam and detector for more precise image data. Features include: Industry s largest aperture: 72 cm Five scan fields of view: 18, 24, 32, 40 and 50 cm Gantry controls on both sides Patient positioning lights Wide range of scan times provides greater flexibility for optimal image quality: 0.4, 0.5, 0.75, 1, 1.5, 2- and 3-seconds full rotation Couch 47 cm wide, metal-free couch top Horizontal stroke of 2,190 mm and a scanning range of 1,800 mm for tall patients Manual control of table increments from both the gantry and console or programmed by an exam protocol Couch top supports up to 450 lbs. while maintaining accuracy of ±.25 mm Console Consists of hybrid keyboards, mouse, monitors, CPU cabinet and reconstruction cabinet Controls the entire system, including power Image display Scalogram control Remote control of couch-top movement Gantry tilt control Window level and width adjustment Three preset windows can be stored in the exam plans Other mouse-operated, image-processing functions High line-rate, 19-inch LCD monitors Displays images in 512x512 or 1024x1024 CT number display ranges from -1,536 to +8,191 32 programmable voice commands Injector: MedRad Stellant Dual CT Injector Toshiba Aquilion 64 Whole Body CT Scanner with Mobile CT Trailer ITEM DESCRIPTION QUANTITY UNIT: 0001 Rental cost per month for mobile CT scanner trailer 1.00 JB 0002 Replacement cost of patient data/image hard drives 1.00 EA 0003 Transportation cost of CT mobile trailer 1.00 EA 0004 One-time housekeeping fee 1.00 EA 0005 Applications training fee per day 2.00 DY GENERAL REQUIREMENT This requirement is for an eight (8) month rental for the equipment specified above. The Contractor will provide service to the equipment listed above, to include service repair and preventive maintenance. Trailer must be a MedRad Stellant Dual CT Injector. The preferred trailer needs to have two (2) data ports in order to accommodate all workstation equipment. CONTRACTOR RESPONSIBILITIES: The Contractor shall install and remove the trailer upon completion of contract expiration. The Contractor shall ensure the equipment meets or exceeds Original Equipment Manufacturer (OEM) system specifications upon the effective date of this contract. The Contractor shall ensure all equipment covered in this contract operates in optimum working condition The Contractor shall notify the COR within 24 hours of any deficiencies, changes, updates or retrofits made on any component or system for annotation on station equipment manuals and records. The Contractor shall provide full-service maintenance service and OEM parts & labor, including preventative maintenance (PM) as recommended by the OEM specifications for all systems and devices provided. The Contractor shall respond within 30 minutes to service calls and shall be on-site within two (2) hours. This requirement for response time shall be the same for both services calls during the VA normal business hours Monday through Friday, 8 AM 4:30 PM and after-hour service calls. For any service call made during normal business hours, the Contractor s repairman shall report their arrival and departure to the COR. The Contractor shall include, at no extra charge, any engineering and software update necessary for continued optimum operation of the equipment listed in this contract. The Contractor s repairman shall complete a full-service report, in writing, after each service call (emergency or scheduled) and submit either a hard copy or an electronic version of this report to the COR within 5 days after the service day. The Contractor shall provide knowledgeable and experienced field service engineers (FSE) when repairs are needed. All work performed shall be accomplished in accordance with manufacturer s instructions, including but not limited to adjustments, calibrations, cleaning, lubricating, testing, disassembly, check-out, replacement of worn or defective parts, etc. The Contractor shall coordinate with the Bio-Med (POC) at least one (1) month advance for scheduled PM service. Technical Phone Support must be available within 1 hour from initial call for service Monday through Friday, 8 AM 4:30 PM. OEM service shall be available within 4 hours from initial call for service. The Contractor, in performance of this contract, shall provide one (1) supervisory employee for radiation training when working in the area. This supervisor shall be responsible for disseminate requirements to those who work at our facility, will need to report to the Safety Manager s office for a one- (1) time training class before working on-site The Contractor shall immediately notify BIOMED COR of any equipment or environmental conditions which may impair or jeopardize the functioning of this equipment. Maintenance problems discovered on equipment covered by this contract which the Contractor believes exceed the scope of contract provisions, shall not be worked on without concurrence and specific authorization from the COR or CO. Should a piece of equipment require repair at the Contractor s plant, the Contractor shall provide a loaner at no extra charge. Government property cannot be removed from the station without a signed Property Pass. This Property Pass may be obtained from Acquisition & Material Management Service, Personal Property Section, 4A-320 after removal is authorized by the COR. The Contractor may not remove equipment from Government site for minor repairs. The Contractor shall be responsible for damage or loss of equipment. The Contractor shall notify the COR or CO in advance when additional charges become necessary. In such instances that the VA agrees the work is not within the scope of the contract, and the VA requires the Contractor to perform repairs, a separate purchase order will be issued to the Contractor for the work. Repair service calls shall not take time away from preventive maintenance and other requirements required under this contract. Any malfunctions not successfully preempted by preventive maintenance services shall be at no additional cost to the Government. The Contractor shall maintain a separate maintenance record on each equipment covered under this contract. All maintenance records shall be readily available anytime upon request for inspection by the CO, COR or designee. The maintenance record is the property of the government and shall be turned over to the Government at the end of the contract. The Contractor shall check in with the BIOMED shop to sign in and out on response log, so that the VAMC will always be aware of the Contractor s presence at the facility. The contractor shall furnish the BIOMED COR or his designee a copy of a work order, service sheet or other such written notification of services performed. The Contractor shall be responsible for disposing replaced parts in accordance with applicable federal, state, and local laws. End of Statement of Work REQUESTED RESPONSES: The intent of this Request for Information is to establish sources to define the procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA intends to post soon. Interested contractors are requested to respond in accordance with the following: Please respond to this RFI if you can provide the exact brand name products listed in the table in the background section above. In the response please cite your business size status. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items. Please respond to this RFI if you can provide supplies that may be determined EQUIVALENT to the products listed in the table in the background section above. Please provide details on the proposed EQUIVALENT products such as Manufacturer Name, Part Number, and Description. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items. Please note that VA is particularly interested in determining the availability of Small Business Manufacturers. If your company is a small business manufacturer of potentially equivalent items, please respond to this RFI. Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining the procurement strategy for the future solicitation. (e.g. if CO determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside). Please note that if no responses to this notice are received, from either authorized distributors of the cited brand name nor from manufacturers marketing a potentially equivalent brand, then this action will be sole sourced to the manufacturer cited in the Background section above. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to Ayanna.Hamilton@va.gov. Please respond to this RFI no later than 11/18/2020. DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/510398c24be14b5d816cdaed941ee048/view)
 
Place of Performance
Address: Michael E. DeBakey VA Medical Center 2002 Holcombe BLVD Houston TX 77030 4298 77030, USA
Zip Code: 77030
Country: USA
 
Record
SN05852065-F 20201114/201112230143 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.