SOLICITATION NOTICE
65 -- Temporary Mobile CT Trailer
- Notice Date
- 8/24/2022 11:39:08 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532120
— Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25222Q0889
- Response Due
- 8/31/2022 8:00:00 AM
- Archive Date
- 09/15/2022
- Point of Contact
- Stacy Massey, Contracting Officer, Phone: 4148448400
- E-Mail Address
-
Stacy.Massey@va.gov
(Stacy.Massey@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Effective Date: 02/01/2022 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07 (effective 8/10/2022). This solicitation is set-aside for Service-Disabled Veteran-Owned Small Businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 532120, Truck, Utility Trailer, and RV (recreational Vehicle) Rental and Leasing with a small business size standard of $38.5M. The FSC/PSC is 6525, Imaging Equipment and Supplies: Medical, Dental, Veterinary. Requirement The Clement J. Zablocki VA Medical Center (VAMC) located at 5000 W. National Avenue, Milwaukee, WI 53295 is seeking to lease a Mobile Computed Axial Tomography (CT) scanner trailer. The facility s current CT scanners have reached end-of-life. The use of a mobile CT scanner will allow the facility to continue performing scans throughout the removal, construction and installation of new CT scanners. The mobile CT trailer will be located on the Clement J. Zablocki VA Medical Center campus. The mobile unit will be needed approximately October 24, 2022, with patient scanning services to begin on October 25, 2022. The Government intends to award a firm fixed-price single award Blanket Purchase Agreement (BPA) with a 3-month base period and two (2) 3-month option periods. The awarded BPA will include FAR 52.217-9, Option to Extend the Term of the Contract. The total duration of the awarded BPA, including the exercise of any options under FAR 52.217-9 shall not exceed 15 months. All interested contractors shall provide quotations for the following: Base Period 10/24/2022 through 01/23/2023 Line Item Description Qty Unit of Measure Unit Price Total Price 0001 Mobile CT Scanner Monthly Rental Fee 3 MO 0002 Delivery and Set Up Fee 1 EA 0003 Decommissioning and Removal Fee 1 EA 0004 Cold Weather Package 1 EA Option Period One 01/24/2023 through 04/23/2023 Line Item Description Qty Unit of Measure Unit Price Total Price 1001 Mobile CT Scanner Monthly Rental Fee 3 MO Option Period Two 04/24/2023 through 07/23/2023 Line Item Description Qty Unit of Measure Unit Price Total Price 2001 Mobile CT Scanner Monthly Rental Fee 3 MO DESCRIPTION/SPECIFICATIONS/WORK STATEMENT SCOPE The Clement J. Zablocki VA Medical Center (VAMC) located at 5000 W. National Avenue, Milwaukee, WI 53295 is seeking to lease a Mobile Computed Axial Tomography (CT) scanner trailer. The facility s current CT scanners have reached end-of-life. The use of a mobile CT scanner will allow the facility to continue performing scans throughout the removal, construction and installation of new CT scanners. The mobile CT trailer will be located on the Clement J. Zablocki VA Medical Center campus. The mobile unit will be needed approximately October 24, 2022, with patient scanning services to begin on October 25, 2022. REQUIREMENT General Contractor shall provide transportation, set up & removal, and certification of the mobile CT scanner by a health physicist. Contractor shall provide all necessary equipment to perform on-site CT scans capable of providing the same level of care patients are presently receiving. Contractor shall provide a fully equipped mobile CT unit where scans will be performed on a contractor furnished and maintained CT scanner. Contractor shall provide up to 3 days of applications training and in-service education & support for facility staff on use of all trailer/equipment. Prior to delivery of the trailer, contractor shall provide a filled out 6550 detailing the Operating System used and Antivirus software installed. Contractor shall provide proof upon delivery, prior to putting the system on the network, that it has been scanned for any viruses. If the system does not have an anti-virus software installed, the contractor shall allow the VA to install its own anti-virus software to perform scans prior to attaching the system to the network. Upon delivery, if the contractor requires the use of an external USB or hard drive to perform additional work on the system, the contractor shall provide proof to the VA that the system has been scanned with a company approved anti-virus or shall allow the VA to scan the USB with a VA approved anti-virus. Prior to removal of the system and trailer, the VA shall retain the hard drives where patient data is stored. Mobile Trailer: The mobile unit will be placed at a location designated by the Contracting Officer Representative (COR) on-site at the Milwaukee VAMC and be prepared for use regardless of outside environmental conditions. The mobile unit shall be capable of housing the CT scanner unit and associated equipment (to include dual head CT Power Injector). The mobile unit must be handicapped accessible and interface to an enclosed access ramp in order to provide both security of VA and Contractor property and to provide a barrier to outside weather conditions. The mobile unit must have a lift that will act as a platform that will connect the mobile trailer to the permanent structure. The mobile unit must be capable of maintaining a temperature that ensures proper operation of the scanner without frequent calibration and provides for patient comfort. The mobile unit must have space sufficient for conducting CPR and cardiac code if needed. The mobile unit must contain an outlet connection capable of transmitting data and voice through a Government provided category five (5) cable. NOTE: The Government will provide the connection required for the transmission of images, data and voice. The mobile unit must be capable of interfacing with VISTA Imaging/AGFA PAC Network (or designated PAC s system at the Milwaukee VAMC) and to transmit all images to VISTA Imaging/PAC to include compatibility with Digital Imaging and Communications in Medicine (DICOM) 3 imaging standards. NOTE: PACS interface contact person shall be provided to the successful Contractor during the post-award orientation. Digital Imaging and Communications in Medicine (DICOM) network connection to existing AFGA IMPAX version 6.5.5.3.0.2.0 or any updated version or designated PAC s system. The mobile unit must be equipped with CD-R burning capabilities as a backup to network transfer of data. The mobile unit must have an intercom system between the control room and scanning room. CT Scanner: The CT scanner must be at minimum a 64-slice, full body CT scanner system capable of performing a wide range of scans such as, but not limited to: Neuro, Ortho, Body, and Angiographic Imaging to include a CT Power Injector. The CT scanner shall meet all local, state, federal, industry, Joint Commission, NEC, NFPA, VA, OSHA, and other regulatory standards internal or external for which the VA is currently accountable. All imaging equipment must be FDA approved. The CT scanner must consistently produce quality images. The CT scanner must be capable of acquiring 2-dimensional and/or 3-dimensional CT images or true 3-dimensional images. The CT scanner must contain a multi-slice (at least 64) detector and be capable of acquiring the transmission images within one breath hold. Scanner must be capable of acquiring data for anatomic localization and attenuation correction. The CT scanner system must include attenuation correction algorithm(s) designed to use: non-contrast enhanced CT data. CT data with intravenous contrast enhancement. CT data with oral contrast enhancement with positive contrast (iodinated contrast). CT data with oral contrast enhancement with negative contrast (water). A CT computer review station with dual monitors that has processing performance and memory capacity to achieve real-time interactive navigation without compromising the native resolution of CT images (spatial resolution and dynamic range). The review stations shall also have software tools that are capable of providing three orthogonal planes of the CT images alone. GOVERNMENT FURNISHED EQUIIPMENT, FACILITIES, & UTILITIES The Zablocki VAMC (Medical Imaging) staff shall procure, receive, dispense, administer, and safeguard all supplies and medicines/pharmaceuticals required in the performance of the services. The Zablocki VAMC will provide the utilities and services necessary for operation of the mobile CT trailer/ unit as specified below. Water water is not needed. Electricity Contractor & local Facilities Management will coordinate hook-up. Steam N/A Sewage N/A Natural Gas N/A Telephone Line(s) * - VA will provide. Data Port VA will provide. Housekeeping ** - VA will provide. Covered breezeway or walkway the designated location is covered. Telephone will be used to facilitate the movement of patients to and from the unit. Telephone calls placed and received shall be restricted to the appropriate free dialing areas and long distance without charge to the VAMC. The VA shall be held responsible for areas within the hospital facility prior to entrance of the mobile trailer/unit. The Contractor shall be responsible for all housekeeping duties and responsibilities within the trailer/unit itself. Access to the electrical and data connections are external to the mobile pad structure via key lock box. Access to the mobile pad structure, supply cabinet and mobile pad garage door are external to the mobile pad structure via same key lock box as referenced above. PREVENTIVE MAINTENANCE/EQUIPMENT MAINTENANCE/ REPAIRS Contractor shall maintain all equipment utilized in the performance of this contract in good working order at all times. This includes, but is not limited to the following: Contractor shall ensure that the system has current preventive maintenance performed by the OEM and is meeting the manufacturer s specifications. Contractor shall furnish documentation, including all measurement and calibration data to certify that the system is performing in accordance with the performance specifications. Contractor shall perform all preventive maintenance, emergency and general repairs, safety, cleaning, and upkeep of all Contractor furnished equipment. Contractor personnel shall perform preventive maintenance/repairs on the CT mobile unit and all associated equipment in accordance with manufacturer s recommendations. Contractor will maintain that a 95% uptime of the system is met and that there are provisions for emergency service during normal business hours. Contractor is responsible for obtaining emergency repairs to be performed on-site by qualified service engineer. Milwaukee VAMC (Medical Imaging) staff shall perform overall housekeeping of the unit including but not limited to removal and proper disposal of all debris on a daily basis or as often as necessary to maintain a sanitized and neat environment. Contractor shall be responsible for all Contractor furnished equipment while on VA premises. The VA is not liable for any loss or damage to the Contractor s property. Contractor shall maintain property insurance on all equipment throughout the duration of the contract and the Contractor shall provide proof of insurance as required. HOURS OF COVERAGE Normal hours of coverage are (Monday through Friday) from 8:00am to 6:00pm, excluding holidays. Work performed outside the normal hours of coverage at the request of Radiology would be billed at the government rate. A separate purchase order will be issued to cover the cost(s) associated with any after-hours call back service as applicable. 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. 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). 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. CONDITION OF EQUIPMENT The contractor accepts responsibility for the equipment described in Section 2, in ""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. 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. CONTRACTOR POINT OF CONTACT Contractor shall designate one employee as the Point of Contact (POC) responsible for administrative matters in the performance of services under this contract. The POC shall have full authority to act for the Contractor on all matters relating to the daily performance of this contract. The POC shall be available by telephone Monday through Friday, between 8:00 a.m. and 4:30 p.m. Monday through Friday, excluding national holidays. Contractor shall provide the name and telephone number of the person designated as Point of Contact, Alternate Point of Contact, and the name, location and telephone number of the office were normal and emergency service calls are to be placed: Point of Contact (Full Name): Telephone Number: E-mail Address: Alternate Point of Contact (Full Name): CONTRACT SECURITY REQUIREMENTS Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and Government Directives and Handbooks as VA personnel regarding information and information system security. Once the contract is complete, the VA will take possession of any hard drives (that stores Veteran information) for destruction. (End Scope Of Work) The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (NOV 2021) Refer to Attachment 1 ADDENDUM to FAR 52.212-1 FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.209-7, Information Regarding Responsibility Matters (OCT 2018) FAR 52.217-5, Evaluation of Options (JUL 1990) FAR 52.233-2, Service of Protest (SEPT 2006) End of Addendum to 52.212-1 FAR 52.212-2, Evaluation-Commercial Items (NOV 2021) Refer to Attachment 2, ADDENDUM to 52.212-2 FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (NOV 2021) FAR 52.203-16, Preventing Personal Conflicts of Interest (JUN 2020) FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000) FAR 52.224-1, Privacy Act Notification (APR 1984) FAR 52.224-2, Privacy Act (APR 1984) FAR 52.227-14, Rights in Data-General (MAY 2014) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) (DEVIATION AUG 2020) VAAR 852.211-72, Technical Industry Standards (NOV 2018) VAAR 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) VAAR 852.203-70, Commercial Advertising VAAR 852.211-70, Equipment Operations and Maintenance Manuals VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside VAAR 852.232-72, Electronic Submission of Payment Requests VAAR 852.233-70, Protest Content/Alternative Dispute Resolution VAAR 852.233-71, Alternate Protest Procedure VAAR 852.246-71, Rejected Goods VAAR 852.270-1, Representatives of Contracting Officers VAAR 852.212-71, Gray Market Items (APR 2020) VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (DEVIATION) VAAR 852.219-75, Subcontracting Commitments Monitoring and Compliance (JUL 2018) (DEVIATION) VAAR 852.219-78, VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (SEP 2021) (DEVIATION) VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) VAAR 852.247-71, Delivery Location (OCT 2018) VAAR 852.247-74, Advance Notice of Shipment (OCT 2018) End of Addendum to 52.212-4 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (MAY 2022) Refer to attached FAR 52.212-5 for subparagraphs the contractor shall comply with the following clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services. All quoters shall submit the following: Quotation in accordance with addendum to FAR 52.212-1, Instructions to Offerors, Attachment 1: Tailored FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services Authorization letter or other documents from the OEM verifying offeror is an authorized dealer, distributor or reseller A completed copy of certificate of compliance for supplies and products at Veterans Affairs Acquisition Regulation (VAAR) 852.219-78, VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products Statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. All quotes shall be sent to the Contracting Officer, Stacy Massey at Stacy.Massey@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Options will be evaluated at time of award. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 11:00 am on August 31, 2022. Responses should be sent to the Contracting Officer, Stacy Massey at Stacy.Massey@va.gov. Hand delivered responses will not be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Stacy Massey Contracting Officer Network Contracting Office 12 Stacy.Massey@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/34ab66793f62443280d9a6dfa08ca45e/view)
- Place of Performance
- Address: Department of Veterans Affairs Clement J. Zablocki VA Medical Center 5000 W. National Avenue, Milwaukee, WI 53295-0001, USA
- Zip Code: 53295-0001
- Country: USA
- Zip Code: 53295-0001
- Record
- SN06439378-F 20220826/220824230123 (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 |