|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 6,1997 PSA#1755Contracting Officer (90C), Department of Veterans Affairs Medical
Center, 4500 South Lancaster Road, Dallas, TX 75216 65 -- MOBILE MRI SOL 549-20-97 DUE 013097 POC Warren L. Ector,
Contracting Officer, (214) 302-7523 The North Texas Veterans Health
Care System (VA), Dallas Campus, intends to award a contract for the
rental of a mobile magnetic resonance imaging (MRI) machine during the
period required to complete an upgrade of its permanent MRI machine.
The mobile MRI must possess the following minimum requirements -- (a)
RF COILS: (1) 55 cm+ Internal Diameter Quadrature Body Coil, (2) 27 cm+
Internal Diameter Quadrature Head Coil, (3) Transmit/Receive Extremity
Knee Coil, (4) Receive Neck/Cervical Spine Coil, (5) Receive Shoulder
Coil, and (6) Receive Only Surface Coils with positioning pads for
thoracic and lumbar spine regions; (b) PULSE SEQUENCES: (1) Standard
Spin Echo with minimum echo time of 12-15 msec, (2) Variable Spin Echo,
(3) Multiple Spin Echo, (4) 2D Inversion Recovery, (5) Fast Spin Echo,
2D and 3D, (6) 2D and 3D Gradient Echo, (7) 2D and 3D Time of Flight
sequences for vascular imaging, and (8) 2D and 3D PC; (c) MISCELLANEOUS
CAPABILITIES FOR DIAGNOSTIC-QUALITY IMAGING: (1) Flow Compensated or
Gradient motion rephasing sequences for reduction of Flow Artifacts,
(2) Presaturation Techniques -- RF Saturation pulses to suppress Flow
and Motion Artifacts, (3) Fat Saturation to suppress fatty tissue in
the image, (4) ECG [cardiac] triggering, (5) Offcenter Field of View
Capability for Knee and Shoulder Imaging, (6) Oblique Imaging with
Multi-Slice multi-angle capability and oversampling to avoid aliasing,
(7) Gradient Strength shall be equal to or greater than 10mT/m, (8)
Minimum Slice Thickness is 3mm, (9) Minimum Field of View is 150 mm,
(10) Magnetic Field Homogenity must be 8 PPM over a cylinder 40 cm in
length, and (11) Long term stability must be less than 0.1 PPM per
hour; and (d) ENGINEERING/LOGISTICAL REQUIREMENTS: (1) Unit must be
actively shielded and housed in a mobile trailer that is no longer than
48'0" in length and 8'6" in width, (2) Rental includes all maintenance
and repair of the unit during the rental period, with repairs
initiated within 24 hours and completed within 48 hours of the initial
notification [failure to comply with this time frame will permit the
VA to reduce rental payments by 1/30 for every 24 hours or portion
thereof of additional downtime suffered beyond the 48 hour maximum],
(3) The successful bidder shall provide all the helium necessary to
keep the unit operating during the rental period, (4) The successful
bidder shall provide training, of up to 40 hours and concluding no
later than 2/28/97, to VA technicians, and (5) The successful bidder
shall specify all utilities necessary for the unit provided. THIS IS A
COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in
accordance with the format in FAR Subpart 12.6, as supplemented with
additional information included in this notice. THIS ANNOUNCEMENT
CONSTITUTES THE ONLY SOLICITATION; bids are being requested, and A
WRITTEN SOLICITATION WILL NOT BE ISSUED. SOLICITATION NUMBER 549-20-97
IS HEREBY ISSUED AS AN INVITATION FOR BIDS (IFB) which documents and
incorporates provisions and clauses in effect through Federal
Acquisition Circular 90-42. THIS PROCUREMENT IS A 100% SET-ASIDE FOR
SMALL BUSINESS CONCERNS and SIC CODE 3845 APPLIES. Contractor is to
provide Delivery shall be made FOB destination to Building 44, Dallas
Campus, North Texas Veterans Health Care System, 4500 South Lancaster
Road, Dallas, TX 75216. THE DATE OF DELIVERY AND COMPLETION OF SETUP
SHALL BE NO LATER THAN 2/21/97, AS PRESCRIBED BY THE CONTRACTING
OFFICER, which allows for up to one week of training prior to the
shutdown of the permanent MRI, scheduled for 2/28/97. FAR 52.212-1,
Instructions to Offerors Commercial Items, applies to this acquisition.
ADDENDA TO 52.212-1 -- Bidders may submit multiple bids; a separate bid
must be submitted for each product offered. Actual length of rental
period is not known [estimated 6-8 weeks]; therefore, bids should
reflect both weekly and monthly pricing. FAR 52.233-1, Service of
Protest, VAAR 852.233-70, Protest Content, VAAR 852.270-1,
Representatives of Contracting Officers, and VAAR 852.270-4, Commercial
Advertising are hereby incorporated by reference. Each bidder must
include a completed copy of FAR 52.212-3, Offeror Representations and
Certifications -- Commercial Items, with its bid in order to receive
consideration for award. FAR 52.212-4, Contract Terms and Conditions --
Commercial Items, applies to this acquisition. ADDENDA TO 52.212-4 --
FAR 52.209-6, Protecting the Government's Interest When Subcontracting
With Contractors Debarred, Suspended, or Proposed for Debarment, FAR
52.232-8, Discounts for Prompt Payment and FAR 52.237-2, Protection of
Government Buildings, Equipment, and Vegetation, are hereby
incorporated by reference. FAR 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders -- Commercial
Items, applies to this acquisition; the following FAR clauses are
applicable in accordance with 52.212-5: 52.222-26, Equal Opportunity,
52.222-35, Affirmative Action for Special Disabled and Vietnam Era
Veterans, 52.222-36, Affirmative Action for Handicapped Workers,
52.222-37, Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era, 52.225-3, Buy American Act -- Supplies, and
52.225-9, Buy American Act -- Trade Agreements Act -- Balance of
Payments Program. BIDS ARE DUE BY -- AND WILL BE OPENED AT -- 2:00
p.m., CST, 1/30/97. Original bids shall be submitted on company
letterhead or (preferably) on a Standard Form 1449 and must be
delivered to the Bid Repository, Building 8, Dallas Campus, North Texas
Veterans Health Care System, 4500 South Lancaster Road, Dallas, TX
75216. For information regarding this solicitation, please contact
Warren L. Ector, Contracting Officer/90C, 214-302-7523. (0366) Loren Data Corp. http://www.ld.com (SYN# 0174 19970106\65-0001.SOL)
65 - Medical, Dental and Veterinary Equipment and Supplies Index Page
|
|