Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 17, 2024 SAM #8299
SOLICITATION NOTICE

W -- MRI Trailer 2024

Notice Date
8/15/2024 1:01:34 PM
 
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
36C25224Q0707
 
Response Due
9/18/2024 10:00:00 AM
 
Archive Date
10/18/2024
 
Point of Contact
Steven MacDonald, Contract Officer, Phone: 414-844-4882
 
E-Mail Address
steven.macdonald@va.gov
(steven.macdonald@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Combined Synopsis-Solicitation for Commercial Products and Commercial Services Effective Date: 08/07/2024 Revision: 00 Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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 2024-05. This solicitation is set-aside for Service-Disabled Veteran Owned 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 W023, ground effect vehicles, motor vehicles, trailers, and cycles. The Great Lakes Acquisition Center, on behalf of the Danville VA Illiana Health Care System, in Danville, IL is seeking to lease a 1.5T Mobile MRI Trailer for the period of one base year with one one-year option to extend services. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 One (1) Mobile 1.5 T System, to be housed in a mobile coach. Base year. 12 Month 0002 One (1) Mobile 1.5 T System, to be housed in a mobile coach. Option Year One. 12 Month DESCRIPTION/SPECIFICATIONS/WORK STATEMENT SCOPE OF WORK: Contractor shall provide all equipment, service, tools, and initial labor to install the mobile Magnetic Resonance Imaging (MRI) trailer use by VA referred beneficiaries of the Veterans Affairs Illiana Health Care System, 1900 East Main St, Danville, Illinois 61832 (hereinafter referred to as VAIHCS). MRI studies shall be performed as deemed medically appropriate and requested by VAIHCS. The Contractor shall be responsible for all Contractor personnel, Subcontractors, agents, and anyone acting for or on behalf of the Contractor. TERM OF CONTRACT AND PRICING: This contract is to be effective for one (1) year from date of award, with one (1) one (1) year renewal option to be exercised at the discretion of the Government. PERIOD OF PERFORMANCE: Initial Year September 15, 2024 September 14, 2025, plus one (1) Option year. Offerors are requested to provide pricing in accordance with Attachment 1. The contract is subject to the availability of VA funds. 1. Schedule of Supplies/Services and Price/Cost MRI Work Hours: The MRI trailer shall be used to perform studies Monday through Friday: 8:00 a.m. to 5:00 p.m. Extended hours and weekends may be utilized at the discretion of the facility. The facility will be closed on National Holidays. National Holidays: Federal Government Holidays: New Years Day, Martin Luther King's Birthday, President's Day, Memorial Day, Juneteenth Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday. 2. Contractor Responsibilities: 2.1 Contractor will be responsible for all transportation, delivery, set-up, connection to VA provided 450v power, data and phone lines. Contractor will ensure the trailer size will be able to connect to the existing corridor attached to B-58 (20 x 60 in size and is asphalt) and provide functioning service. The hydraulic lift will not be used. The contractor must note the site has a nearby electrical transformer and they must confirm there will not be any electrical interference. The contractor must provide 2 Weeks of OEM MRI Applications Training, MRI and MRI Trailer Manuals, Applicable Biomedical Training, Radiologist Training, Engineering Employees Training, compatible MRI Wheelchair, MRI patient transfer table, a full-size walk-through metal detector, and all internal and external accessories to ensure year round operation of the trailer while maintaining the veterans comfort. These costs are to be inclusive to the monthly lease cost. 2.2 The Veterans Administration will be solely responsible for all technologist-staffing to operate the mobile MRI and all accessories. 2.3 Contractor shall provide all routine and annual OEM recommended Preventative Maintenance on MRI trailer and accessories at no additional charge to the Government. Contractor shall be responsible for all the proper maintenance of each mobile unit and will provide evidence of required preventative maintenance and calibration of equipment as required by the manufacturer of the MRI unit. The Contracting Officers Representative (COR) shall require access to proof of preventative maintenance and calibration during the performance of the contract. In the event of equipment failure or unavailability of the mobile MRI unit trailer and/or or equipment, the contractor shall make a sound effort to get the unit fully operational within 12 hours. As a result of normal duty time lost during the downtime, the contractor may be required to work outside regular business hours and/or weekends at no additional costs to the Government to reduce patient backlog. VA personnel shall be notified immediately of any equipment malfunctions that would hinder the completion of studies. In the event of a system failure, Contractor and the Imaging Supervisor shall work cooperatively to remedy the situation as quickly as possible. No routine maintenance will be scheduled or performed such that it conflicts with the required schedules of the MRI unit, except to address emergency failures of the unit. Service response time to emergency failures shall be within two hours. Provide 365/24/7 telephone service response line to be answered immediately or within 30 minutes. 2.4 The VA personnel are only responsible for the day-to-day cleaning of the mobile unit work areas and for disposal of trash in VA provided location. Cleaning as a required part of maintenance is the responsibility of the contractor. The contractor will not be responsible for providing MRI personnel services under this contract. Contractor is also required to maintaining applicable insurance policies commensurate with normal business practices and as required by Federal/State/Local laws, and to provide copies of those certificates to the VAIHCS. INSURANCE - EVIDENCE OF COVERAGE: Before commencing work under this contract, the Contractor shall furnish certification to the Contracting Officer that the coverage required has been obtained and such Policy shall state ""THIS POLICY MAY NOT BE CHANGED OR CANCELED WITHOUT WRITTEN NOTICE TO THE VA."" Said policy must bear an appropriate ""loss payable clause"" to the United States as its interest may appear. Such evidence of insurance will not be waived. Contractor personnel shall not be considered VA employees for any purpose. To ensure that individuals providing services under the contract have not engaged in fraud or abuse regarding Section 1128/A of the Social Security Act regarding federal health care programs, the contractor is required to check the Health and Human Services-Office of Inspector General (HHS/OIG), list of Excluded Individuals/Entities on the OIG website: www.hhs.gov/oig for each person providing services under this contract. Contractor is to certify that persons listed in contractor s proposal have been compared against the OIG list and are not listed. During the performance of this contract the contractor is prohibited from using any individual or business listed on the list of excluded Individuals/Entities. Contractor is to maintain the confidentiality of patient records in accordance with the Privacy Act, Title 5, U.S.C. 552a, Title 38 U.S.C. 5701, 5705, and 7362. Release of Medical Information: Contractor personnel shall only release medical information obtained during the course of this contract to those VAIHCS staff members involved in the necessary care and treatment of that individual patient. Patient lists and names of patients are considered privileged information and shall not be disclosed or revealed in any way for use outside the VAIHCS without prior written permission from the Chief of Staff or her/his designee. VA personnel shall be responsible for the preparation of each patient for the scan, i.e., safety screening, gowning, scanning for metals, etc. If sedation is needed for a particular patient, it will be on a conscious sedation level only. The Government will be responsible for providing the sedation orders and dosage, instructions for pre and post sedation and recovery and the sedation drug. The VA is responsible for the safety of each beneficiary while in their care, throughout the exam. Special Contractor Responsibilities: Contractor shall perform the required work in accordance with Joint Commission, VHA and other regulatory standards. Joint Commission standards may be obtained from the Joint Commission, One Renaissance Blvd, Oakbrook Terrace, IL 60181. The contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship and are able to read, write, and speak and understand the English language. Contractor shall maintain a Drug-free Workplace in accordance with Federal regulations. Contractor shall comply with the VAICHS maintain a drug-free workplace program. The administration of this program will be the responsibility of the contractor, as well as the establishment of disciplinary actions. All costs associated with obtaining clearances for Contractor(s) provided personnel shall be the responsibility of the Contractor(s). Further, the Contractor(s) shall be responsible for the actions of those individuals they provide to perform work for the VA under this contract. In the event that damages arise from work performed by Contractor(s) provided personnel, under the auspices of this contract, the Contractor(s) shall be responsible for all resources necessary to remedy the incident. All Contractors are required to wear identification (I.D.) badges during the entire time they are on VA properties. I.D badges must have an identification picture, name of the individual and the represented company. Government Responsibilities. After receiving a list of names and addresses of the contractor employees, the VA shall provide electronic notice to the contractor with directions on obtaining, completing, and submitting the necessary background investigation forms. The Office of Security and Law Enforcement shall notify the Contracting Officer and Contractor after adjudicating the results of the background investigations received from OPM / Contracting Officer. The Contracting Officer shall ensure that the Contractor provides evidence that investigations have been completed or are in the process of being requested. 2B. VA Information and Information System Security/Privacy 2b.1 Please see Attachment C (VA INFORMATION AND INFORMATION SYSTEM SECURITY/PRIVACY LANGUAGE FOR INCLUSION INTO CONTRACTS, AS APPROPRIATE) 3. VAIHCS Responsibilities: 3.1 VAIHCS will be responsible for providing all consumables such as contrast, gloves, syringes, needles etc. 3.2 VAIHCS will provide a Parking site with all required power and utility hook ups. Dimensions and Specifications: The parking site in place has the following dimensions: 20 x 60 in size and is asphalt. The site is arranged so that the trailer is parked to match the corridor and the patient access door. The contractor will verify that the size of the trailer will be able to connect to the existing corridor attached to B-58 and provide functioning service. Electrical service: Single power receptacle (Russell-Stoll DF2504FRAB) connected to a 200-amp 3 pole 480 volt disconnect switch. Two (2) telephone connections and two (2) data connections. Data connections have RJ45 jacks. Cable to telephone and data connections is category 5e. No water connection is provided. Site visit is recommended. 3.3 VAIHCS will be responsible for providing clean linen and for the laundering of the dirty linen. 3.4 MRI Technologists provided by VAIHCS. 4. MRI Scan Interpretation provided by VAICHS 5. MRI Equipment 5.1 MRI system is contained within a parked mobile unit. The Contractor will provide a clean well-maintained state-of-the-art mobile MRI unit with a minimum or a 1.5 tesla magnet system designed to perform body, abdominal, neurological, vascular, and extremity/ joint imaging, with minimum capabilities as described in Attachment B, including appropriate coils for all imaging studies performed at VAIHCS. 5.2 Communication with VAIHCS PACS MRI workstation technology & Radiology service medical printers. The Contractor will ensure that all software and licenses necessary to have full DICOM communication between the MRI workstation technology and VAIHCS PACS and Radiology service workstations and medical printers. Each MRI study will be transferred to the VAIHCS PACS immediately following acquisition of the study so that it can, if necessary, be reviewed before the patient leaves the mobile MRI. 5.3 Emergencies on Mobile MRI Unit: A crash cart will be appropriately located within the VAIHCS Imaging Department. All emergencies will be handled by the VAIHCS code Team. VAIHCS will provide written emergency plans addressing emergencies such as patient coded, personal injury, fire, and disruptive behavior. MRI technologists will also review MRI safety guidelines with Emergency Responders from VAIHCS. All code patients will be removed from MRI scan room and MRI technologist will ensure code responders or ferrous equipment is not allowed in MRI scan room. 6. MRI Point of Contact: The VAIHCS Radiology Service COR (Contracting Officers Representative) will be the primary point of contact at the VAIHCS for communication between the VA and the MRI mobile Contractor as regards technical aspects of imaging protocols and medical aspects of patient studies. The MRI mobile Contractor will communicate to the COR any possible and actual disruptions of MRI service. Upon becoming aware of possible or actual disruption of MRI service, the Contractor will communicate such service-disruption information to the COR as soon as possible (ASAP) so the patient and service schedule can be appropriately modified with as little inconvenience as possible to patients and services. 7. Acronyms ARRT American Registry of Radiologic Technologists HIPAA Health Insurance Portability and Accountability Act OSHA Occupation Safety and Health Administration PACS Picture Archiving Communication System VA Department of Veterans Affairs VAMC VA Medical Center VistA Veterans Health Information System and Technology Architecture 8. CONTRACT PERFORMANCE MONITORING: The contractor will be monitored through a variety of mechanisms, including but not limited to: Cancellations due to equipment failure Maintenance Schedules QA/QC Measures (Physicist Reports) AQL Any new or revised quality/performance criteria or standards will be provided to the contractor before their implementation date and renegotiated into the contract as necessary. If renegotiation is not possible, contract may be terminated and resolicited. Unsatisfactory performance may be re-performed as required at no additional cost to the Government. Acceptable Quality Levels (AQL) TASKS Performance Measures Acceptable Quality Levels (AQL) Deductions/ Resolution if below AQL Adhere to HIPPA requirements Within acceptable standards 100% Subject to contract termination. Provide maintenance personnel in the work area available for work at the appointed times Daily >98% Monitored by COR, contract subject to termination MRI scan evaluation and completion Daily >95% Complete and provide. Provide proper equipment in working order. Within acceptable medical standards 100% Properly clean equipment as directed. Repair equipment. 9. SPECIAL CONTRACT REQUIREMENTS The Contracting Officer (CO) is the only person authorized to approve changes or modify requirements. Contractor shall communicate with CO on all matters pertaining to contract administration. Only the CO is authorized to make commitments or issue changes, which will affect price, quantity, or qualify of performance of this contract. Services specified may be changed by written modification to this contract. Modification will be prepared by the VA CO. 9.2 Designation of Contracting Officer s Representative (COR): A representative of the CO will be designated to represent the CO in furnishing technical guidance and advice regarding the work performed under this contract. The foregoing is not to be construed as authorization to interpret or furnish advice and information to the Contractor relative to financial or legal aspects of the contract, but the technical matter experts reside in the serviced departments and as such they are authorized to give technical assistance and guidance. MINIMUM TECHNICAL SPECIFICATIONS FOR THE PROPOSED MRI Equipment Contractor will provide a state of the art 1.5T with a minimum 70 cm bore, that includes the following: MRI Protocols (including, but not limited to) Brain (MRI and MRA), Orbit/Face/Neck, Spine (Cervical, Thoracic, & Lumbar), Routine MSK, Abdomen/Pelvis, Pelvis-Male and Female, Brachial Plexus, Carotid and Renal MRA. MRI software packages should include the following, but not limited to: 2D/3D Imaging ADC Mapping Neuro Angio Body Ortho EPI/DWI T2 Dark fluid 3D TSE Fast Imaging (i.e. Blade or Propeller, but not limited to) Care Bolus 2D/3D Phase Contrast Post-processing Non-contrast MRA and CE MRA Parallel Imaging Single Shot EPI DICOM Worklist DICOM SCU Coils: Appropriate coils will be included to accommodate and accurately examine all MRI procedures and protocols listed above. System should also include: Contrast Power Injector Minimum of 400 lb load table limit Ability to plug in multiple coils which can be used simultaneously. HVAC system for environmental control On board Generator to maintain HVAC in event of shore power failure Equipment will be capable of sending images to destinations including (printer, PAC s, Hospital RIS System, etc) Accessories Best Bore size to accommodate overweight MRI patients and claustrophobia. Optional Accessories to enhance VA Patient experience and comfort such as Digital video goggles and audio headset. In Bore Infotainment All accessories and equipment to ensure year-round use regardless on weather for patient comfort to be included in the lease cost. Enhanced communication between patient and MRI technologist. Positioning Sponges and Straps and occasional replacements as needed due to normal Wear and Tear MRI Safe Transfer Table Metal Detector Handheld Metal Detector MRI Safe Wheelchair MRI Safe Fire Extinguisher Options to upgrade MRI system configuration and capabilities during life of contract (End of 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 (SEP 2023) 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 Products and Commercial Services. 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 2023) 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 52.211-11, Liquidated Damages-Supplies, Services, or Research and Development. (SEP 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 852.203-70, Commercial Advertising VAAR 852.211-70, Equipment Operations and Maintenance Manuals VAAR 852.219-73, 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, ""VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction"" (NOV 2022) (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 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 GLAC, Contracting Officer Steven MacDonald at steven.macdonald@va.gov. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Submission of your response shall be received not later than 12PM Central Standard Time on September 18, 2024. Responses should be sent to the contracting officer Steven MacDonald at steven.macdonald@va.gov. 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 Steven MacDonald, Contracting Officer Network Contracting Office 12 steven.macdonald@va.gov See attached document: Attachment 1 Tailored 52.212-1 Instructions to Offerors. See attached document: Attachment 2 Tailored 52.212-2 Evaluation of Offerors. See attached document: Attachment 3 Security Requirements
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9efd33852ebe4e7db54be3c1a104ff83/view)
 
Place of Performance
Address: VA Illiana Health Care System 1900 East Main Street, Danville 61832-5198
Zip Code: 61832-5198
 
Record
SN07171838-F 20240817/240815230118 (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.