SOURCES SOUGHT
65 -- SOURCE SOUGHT NOTICE
- Notice Date
- 8/20/2024 7:51:43 AM
- Notice Type
- Sources Sought
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- NAC HIGH TECH ORDERS (36A797) HINES IL 60141 USA
- ZIP Code
- 60141
- Solicitation Number
- 36A79724Q0015
- Response Due
- 9/6/2024 2:00:00 PM
- Archive Date
- 10/06/2024
- Point of Contact
- LATONYA L WHITESIDE, SENIOR CONTRACTING OFFICER, Phone: 7087864985
- E-Mail Address
-
latonya.whiteside@va.gov
(latonya.whiteside@va.gov)
- Awardee
- null
- Description
- REQUEST FOR INFORMATION (SOURCES SOUGHT NOTICE) The Department of Veterans Affairs, National Acquisition Center, is seeking information from industry for our market research efforts to assist with the development and planning of our Radiology and Imaging future requirements. THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). NO SOLICITATION IS AVAILABLE AT THIS TIME. OVERVIEW/PURPOSE/ DESCRIPTION OF PROCUREMENT: The NAC is researching vendor capabilities for our DLA/VA NAC Radiology and Imaging Joint Program with a Multiple Award, Indefinite Delivery/Indefinite Quantity Contract (pursuant to FAR 16.505(b)(1)). The NAC is seeking information from industry to better define and meet future radiology and imaging requirements. The commercial supplies will include necessary radiology and imaging systems, subsystems, and components along with maintenance services, training, and incidental services related to the purchase of the equipment as well as to update, modify, and upgrade existing systems across the service. SCOPE OF EFFORT: The supply of Radiology and Imaging systems include but are not limited to computed tomography (CT) scanners, magnetic resonance imaging (MRI) systems, radiographic systems (X-Ray), nuclear medicine, ultrasounds, computed radiography, magnetoencephalography, Positron Emission Tomography (PET)-CT, PET-MR scanners, cyclotrons, angiography, cardiac catheterization, mammography systems, upgrades, repair parts, software, and accessories. This SS is researching the advancements and variations to radiology and imaging commercial supplies. This RFI looking for sources that can provide necessary information radiology and imaging systems, subsystems, and components along with maintenance services, training, and incidental services related to the purchase of the equipment as well as to update, modify, and upgrade existing systems, which is expected to be maintained by the Original Equipment Manufacturer (OEM). This non-construction supply multiple award IDIQ contracts involves some construction work as contemplated under FAR 22.402(b). This work is for incidental services as required for site prep/turnkey that is non-separatable to the equipment deliverable within the 50 states and Washington, DC (CONUS) and Puerto Rico. The contracting officer will determine at the time of order issuance the applicability of FAR Subpart 22.4, Labor Standards for Contracts Involving Construction. See FAR 22.402(b). TECHNICAL CHARACTERISTICS: The Department of Veterans Affairs has a recurring requirement for Radiology and Imaging High Tech Medical Equipment. The purpose of Radiology and Imaging HTME contracts is to obtain compatible, uniform, quality products, at the best prices possible for the VA and Other Government Agencies. These contracts provide for the supply of radiology and imaging systems, subsystems, software, hardware, and components along with maintenance services, training, and incidental services related to the purchase of the equipment. CT MRI X-ray Nuclear Medicine Urology Ultrasound REQUESTED INFORMATION- Please provide information on your company s ability to provide the following: Items offered commercially available items Hardware, Application Software and Operating systems Service and maintenance under warranty Service Maintenance Agreement The ability to upgrade Capability Delivery Delivery schedule per modality, CONUS/OCONUS The ability to provide extended installation Networking/Interfacing Such as VPN/remote access for remote diagnostics FIPS compliant Wireless Connectivity and an encrypted hard drive DICOM The ability to connect with existing equipment Contract/Pricing information (Requested but not required) This RFI seeks to obtain information regarding commercially available items. If a price catalog exists, with government discounts, it may be submitted along with the requested information in the SS . RESPONSE GUIDELINES: Interested parties are requested to respond to this RFI. Submissions should be concise, single spaced, 12-point type with at least one-inch margins on 8 1/2 X 11 page size and not exceed ten pages. If vendor literature exists for this kind of requirement (pamphlet, catalog), vendor may submit along with its response. Responses must specifically describe the contractor s capability to meet the requirements outlined in this RFI. Questions are permissible and welcome and shall be sent BY EMAIL ONLY to the Contracting Officer, LaTonya Whiteside, at latonya.whiteside@va.gov. Oral communications may be permissible after the receipt of each vendor submission of information, if considered appropriate by the contracting officer. Interested parties shall only offer specific capabilities that are commercially available at the time of RFI submission, and not future releases. Solutions presented should be an enterprise system where all facilities can cross read for each other. Companies who wish to respond to this Source Sought Notice should send responses via email no later than September 06, 2024, by 4:00pm Central Time (CT) to LaTonya Whiteside, at latonya.whiteside@va.gov. INDUSTRY MEETINGS: The contracting officer and other NAC/VA representatives may choose to meet with potential offerors and hold one-on-one meetings. Such meetings would only be intended to obtain further clarification of potential capability to meet the requirements, including any development and certification risks. QUESTIONS: Questions regarding this announcement shall be submitted in writing by e-mail to latonya.whiteside@va.gov no later than September 6, 2024, by 4:00 PM CT. Verbal questions will NOT be accepted. Answers to questions will be posted to sam.gov. The Government does not guarantee that questions received after September 6, 2024, will be answered. The Government will not reimburse companies for any costs associated with the submissions of their responses. DISCLAIMER: This RFI is not a Request for Proposal (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made because of this synopsis. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. FAR clause 52.215-3, Request for Information or Solicitation for Planning Purposes , is incorporated by reference in this RFI. The Government does not intend to pay for information received in response to this RFI. Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. This RFI will be the basis for collecting information on capabilities available. This RFI is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received in this RFI that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/90c7485d44ea4a109713f88ae3fb5bad/view)
- Record
- SN07178855-F 20240822/240820230129 (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 |