SOURCES SOUGHT
65 -- Bayer® Contrast Dose Management Radimetrics™ Enterprise Platform
- Notice Date
- 1/26/2024 2:53:57 PM
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26024Q0260
- Response Due
- 2/6/2024 2:00:00 PM
- Archive Date
- 03/07/2024
- Point of Contact
- Dane Gift, Contracting Specialist, Phone: 360-816-2762
- E-Mail Address
-
dane.gift@va.gov
(dane.gift@va.gov)
- Awardee
- null
- Description
- THIS IS A BRAND NAME OR EQUAL SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is for market research to obtain information regarding the potential availability and capability of qualified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested, as well as any large businesses. This source sought is UNRESTRICTED and seeks providers capable of fulfilling the requirement in accordance with the Salient Characteristics. The responses received from interested contractors will assist the Government in determining the appropriate set-aside and the appropriate acquisition method. The intended contract is a firm-fixed price supply purchase. The SBA Non-Manufacturer Rule is applicable, and a waiver will not be sought for this potential acquisition. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, Portland VA Medical Center (VAMC) is conducting market research to identify potential contractor sources which can provide the following services: Bayer® Contrast Dose Management Radimetrics Enterprise Platform for the Department of Veterans Affairs VISN 20, Portland VAMC in accordance with the attached Salient Characteristics. Potential sources having the capabilities necessary to provide the above commodities which meet all the requirements outlined in the attached statement of work are invited to respond to this Sources Sought Notice via e-mail to Dane.Gift@VA.Gov no later than noted in the RFI. No telephone inquiries will be accepted. Appropriate responses shall include the following information: Company name, address, and business size; point of contact name, phone number, and e-mail address; A capability statement addressing the requirements in the attached Salient Characteristics to include: References for similar commodities currently being provided or previously provided (if any) at the required service levels as outlined in the Statement of Work and Salient Characteristics Capability Statement Capability to provide required software at VISN 20 in accordance with the Salient Characteristics NAICS Code 541512 is applicable to determine business size standard. Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to supply the required commodities. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time. The Department of Veterans Affairs, NCO20 is looking for BRAND NAME or EQUAL (Bayer ® Healthcare, LLC.) sources of the following: Item Description Qty ME-84219851 CDM app, Tier 2 7 ME-84220388 CDM-PACS-2 Outbound PACS Interface,SF 6 ME-84219576 CDM-HL7-2 Outbound HL7 Interface,SF 7 ME-84220299 CDM-SR-2 Outbound SR Interface,SF 7 ME-87008762 CDM-POC-FLEX INFORMATICS STARTER PACKAGE SW FLEX 6 ME-84219843 CDM app, Tier 1 3 ME-84220396 CDM-PACS-1 Outbound PACS Interface, Tier 1 3 ME-84220264 CDM-HL7-1 Outbound HL7 Interface, Tier 1 3 ME-84220302 CDM-SR-1 Outbound SR Interface, Tier 1 3 ME-87008630 CDM-POC-MR INFORMATICS STARTER PACKAGE SW MRX 3 ME-84856496 INS INF INSTALLATION - INFORMATICS 9 ME-59941260 MIS SVS INT SERVICES, CERTEGRA, INTEGRATION 9 ME-84219584 CDM-PS CDM Implementation Services 1 ME-81923167 EXP-TRAVEL TRAVEL AND LODGING CHARGES 1 Salient Characteristics: Contrast Dose Management Bayer proprietary software that allows administrative access to evaluate contrast injection history PACS Outbound Interface Bayer proprietary interface that enables a Dicom secondary capture to be transferred to PACS systems HL7 Outbound Interface Bayer proprietary interface that enables contrast injection details to be transferred to RIS systems POC Informatics Starter Packages Bayer proprietary software that automates documentation details of patient demographics and exam details Speech Reporting Interface Bayer proprietary interface that auto-populates contrast injection details into speech reporting systems Note: Above solutions require Medrad Stellant and Medrad Stellant Flex CT injectors with Certegra Workstation or Medrad MRXperion MR injection system. Competitive injectors are not compatible with these configurations. CDM will be installed on the Radimetrics Enterprise Platform. VA Portland has already established a server which is currently used for Radiation Dose Management. Contrast Dose Management will also live on this same server. Potential contractors shall provide, at a minimum, the following information to Dane.Gift@va.gov. 1) Company name, address, and point of contact, phone number, e-mail address, and SAM UID. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 541512 Computer Systems Design Services. To be considered a small business your company must be less than $34 Million under the current SBA size standards. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). 4) Any Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. 5) If not a manufacturer, only authorized representatives/providers/distributors of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer. 6) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: (a) Meet the salient physical, functional, or performance characteristic specified in this sources sought; clearly identify the item by Brand name, if any and make/model number. (b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. Responses are due by 02/6/2024 5:00 PM EST, to the Point of Contact. Shipping Address: Portland VA Medical Center 3710 SW US Veterans Hospital Rd. Portland, OR 97239 Point of Contact: Dane Gift Contracting Specialist Dane.Gift@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e3eadc027ea14f64944657afe854fbcb/view)
- Place of Performance
- Address: Department of Veterans Affairs Portland VA Medical Center 3710 SW US Veterans Hospital Rd., Portland, OR 97239, USA
- Zip Code: 97239
- Country: USA
- Zip Code: 97239
- Record
- SN06947269-F 20240128/240126230048 (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 |