Virginia Bids > Bid Detail

W023--WLR Mobile Siemens 1.5T Equipment Lease

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159431767962684
Posted Date: Mar 27, 2024
Due Date: Apr 1, 2024
Solicitation No: 36C25224Q0368
Source: https://sam.gov/opp/55a8e09a81...
Follow
W023--WLR Mobile Siemens 1.5T Equipment Lease
Active
Contract Opportunity
Notice ID
36C25224Q0368
Related Notice
36C25224Q0368
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
252-NETWORK CONTRACT OFFICE 12 (36C252)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 27, 2024 08:13 am CDT
  • Original Date Offers Due: Apr 01, 2024 11:00 am CDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 01, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: W023 - LEASE OR RENTAL OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES
  • NAICS Code:
    • 532120 - Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
  • Place of Performance:
    Jesse Brown VA Medical Center Chicago , 60612-4223
Description
Combined Synopsis-Solicitation for Commercial Products and Commercial Services
Effective Date: 03/15/2023
Revision: 01
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 2024-03.

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 Jesse Brown VA Medical Center, in Chicago, IL is seeking to lease a Siemens Brand Name Only 1.5T Mobile MRI Trailer for the period of one year.

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 Siemens 1.5 T System, to be housed in a mobile coach.
12
Month

DESCRIPTION/SPECIFICATIONS/WORK STATEMENT

Scope.

Contractor shall provide all materials, tools, equipment, maintenance, and repair of all Contractor furnished equipment (including a mobile trailer/unit) necessary to perform mobile MRI services utilizing a Siemens 1.5T Sola/Aera 70cm open bore design MRI system or better with a MEDRAD power injector at Jesse Brown VA Medical Center located at 820 S. Damen, Chicago, IL 60612. All equipment to be used during the performance of the contract must be FDA approved imaging equipment and placed at a location designated by the onsite COR at Jesse Brown VA Medical Center. Contractor shall be required to make whatever adaptations are necessary so that the Contractor s equipment is compatible with the VA system and structure of the bay. Contractor shall be responsible to maintain all equipment in good working order throughout the duration of the contract and shall make alternate accommodations for the VA for lost time resulting from defective workmanship or equipment failure.

Jesse Brown VA Medical Center requires a Siemens 1.5T Sola/Aera 70cm open bore MRI system to be placed on-site and in a mobile trailer, with the most updated/current version hardware and software available from the manufacturer. The system must include 3D reconstruction package and be capable of performing the highest quality MRI scans possible. The system must include Vascular scanning for MR Angiography. Software and hardware shall be upgraded in concurrence with newest OEM factory releases no later than 3 months post release from OEM.

Specific Tasks.

Imaging services shall be performed by VA staff in the unit an estimated 24/7 hours per week.
Equipment shall include but not be limited to a fully equipped Siemens 1.5T Sola/Aera open bore MRI system with MEDRAD power injector. Contractor furnished Mobile Trailer where studies will be performed on state-of-the-art equipment furnished by the Contractor. As further defined in 52.212-2, Evaluation Commercial Items, Contractor shall submit their equipment specifications on which MRI scan procedures will be performed; include name of manufacturer, model number, make and all pertinent information. All equipment to be used will be FDA approved imaging equipment placed at a location designated by the COR onsite at Jesse Brown VA Medical Center. The entire offering of a Siemens 1.5T Sola/Aera open bore MRI system trailer service shall meet all local, state, federal, industry, TJC, NEC, NFPA, VA, OSHA, and other regulatory standards internal or external which Jesse Brown VA Medical Center are currently held accountable.
The Contractor shall provide a mobile Siemens 1.5T Sola open bore MRI system that is a full body MRI scanner system and MEDRAD power injector onsite in accordance with the terms and conditions of this contract. The unit shall have the ability to perform a wide range of exams as listed below:
Complete MRI body imaging such as: MRI chest, abdomen, pelvis, whole body, etc.
MRI of the Head, Neck, and Spine
MR Angiography (MRA) of the entire body (head, neck, chest, abdomen, pelvis, runoff, etc.)
Cardiac MRI
Breast MRI
3D Imaging
3D non-contrast enhanced Peripheral Arterial Imaging
Diffusion/Perfusion weighted imaging
All other MRI procedures

EQUIPMENT LIST: to be provided at no additional cost to Jesse Brown VA Medical Center.

Siemens 1.5T Sola/Aera open bore MRI system
1.5 Tesla
70cm open bore design
TIM 4G coil portfolio and BioMatrix Technology
Turbo Suite and GO Technologies
Inline Compressed Sensing GRASP-VIBE
Tiltable BioMatrix Head/Neck 20- Tilt 18 degrees
RESOLVE Diffusion
Simultaneous multi-slice TSE
MRCP with 3D T2w SPACE
BioMatrix Beat Sensor
Whole-body Dot Engine
Syngo MR XA30 platform
BioMatrix Select&GO
BioMatrix dockable table with eDrive
BLADE sequences
CISS sequences
Dose Reduction software.
Metal Reduction software.
Spatial resolution.
DICOM VA Vista Rad and Vista Imaging compatible
Hard copy and digital copy, if available, of the original OEM System manuals, software CD/DVDs, schematic drawings, and any additional OEM documents for both MRI Scanner and Injector.
Injector:
MedRad contrast injector to remotely inject during contrast enhanced MRI exams.
Hard copy and digital copy, if available, of the original OEM System manuals, software CD/DVDs, schematic drawings, and any additional OEM documents for both MRI Scanner and Injector.
DICOM VA Vista Rad and Vista Imaging compatible; if applicable
Additional Requirements:
The semi-trailer that houses the MRI scanner must have sufficient space to provide for patient wheelchair access as well as service access. This is typically provided with 2 slide-out extensions within the MRI scan room. In addition, an operator control room with a door and an additional room for an office or storage. The control room shall have lockable storage cabinets. A MedRad dual syringe power injector shall be positioned on a wheel stand in the scan room with operator controls integrated into the MRI scanner console. The injector shall have adequate length power cables to reach to either side of the MRI table as needed.
Contractor will need to install protocols from existing current Siemens MRI Scanner to the lease scanner prior to start of operating contract to ensure equipment is ready for patient care.
Two height adjustable office chairs with wheels, to fit the space constraints, will be provided by the vendor.
The MRI trailer must meet Federal codes for MRI safety, etc.
The MRI trailer must have an ADA patient lift with guardrails for wheelchair & stretcher patient access with an outside remote switch hand control. Heavy duty non-slip stairs with dual handrails must also be provided for safe staff and patient access. Stairs must meet approval from the JB Safety manager. Vendor will provide accessories and positioning devices including MRI slicker, positioning pads and sponges, chin & body straps, head coil, spine coil, 2 body coils, knee coil, foot/ankle coil, runoff coil, small medium and large flex coils, blanket warmer for patient comfort.
The MRI unit shall have the ability to perform MRI exams of the head, neck, body, and extremities, with the capability to perform 3D MR angiography, with a minimum table capacity of 550 lbs. and gantry bore of 70 cm.
Vendor must provide full-service maintenance service and OEM parts & labor, including preventative maintenance (PM) as recommended by the original equipment manufacturer (OEM) specifications for all systems and devices provided (MRI and Injector). Vendor must schedule PMs with the Contracting Officer s Representative (COR) with at least 1-month advance notice. Technical Phone Support must be available within 1 hour from initial call for service Sunday through Saturday, 24 hours per day 7 days a week, 365 days per year. OEM service (including emergency repair) Sunday through Saturday, 24 hours per day 7 days a week, 365 days per year must be available within 4 hours from initial call for service and all repairs must be completed within 48 hours from initial call. Contractor shall provide a phone number to call for technical/repair services.
Vendor must provide full-service maintenance and parts (all parts) on the MRI trailer, including heating, electrical and air conditioning. In addition, monthly and annual safety inspections in accordance with local/national regulations such as National Fire Protection Association (NFPA) 10, 101, 110 and Joint Commission EC standards must be performed. This includes, but is not limited to fire alarm, fire extinguishers and emergency lighting. Monthly emergency generator testing will also be required. These reports will be provided to the COR. Contractor shall provide a phone number to call for technical/repair services.
Service tickets indicating work being done on the trailer, injector, MRI system will be provided to the COR as the work is done.
Staffing: JB MRI Technologists will staff and operate the unit.
The contractor shall provide 1 week of clinical applications training for two (2) JB MRI/Radiologic Technologists.
MRI unit must send images via DICOM to our JB Vista PACS archiving system and must be an already approved Veteran Admiration (VA) DICOM interface verified by the Contractor. Contractors responding to this solicitation will provide compliance with VA and DICOM standards. Contactor shall assist the JB Vista PACS administrator and JB IT Department to set up the MRI unit and demonstrate that the images are transmitting to the JB Vista PACS system.
Adequate length electrical & data cables must be provided to reach our connections on the outside of the building and shall be compatible with JB current outside connectors.
JB will provide an estimated 24-foot-wide by 48-foot-deep pad with power and data outlets. Vendor will validate that existing utilities and pad will be sufficient for their system.
MRI scanner must be certified/calibrated to OEM specifications and must be maintained with original OEM parts, including the MRI system.
MedRad Dual Power Injector must be certified/calibrated to OEM specifications and must be maintained with original OEM parts.
Mobile unit must have air conditioning, heating, and emergency backup generator. Backup generator will be tested upon arrival and tested by the vendor monthly and will be expected to operate correctly. Vendor shall provide diesel fuel for the generator.
At the end of the lease or any time a hard disk drive is required to be replaced or removed the drive must be removed by the vendor and turned over to the COR for destruction at no cost to the JB or, patient data must be removed to the satisfaction of the Information Security officer (ISO).
Any removable media used for diagnostic purposes will be required to be scanned by JB prior to use. Coordinate with the COR.
Contractor will deliver, set-up and test unit.
The contractor will be required to pay for a JB approved Licensed Radiation Physicist to inspect the CT Scanner upon delivery (if required by ACR/Joint Commission) and to inspect the operation any time maintenance or repair on the system would impact radiation output to ensure proper operation (i.e. tube changes). Mandatory annual testing is included in this requirement. The Vendor will make sure a copy of the Physicist report is provided to the COR each time the system is inspected.

The MRI Unit is required to be operational 98% of the time. The 98% monthly uptime is calculated by the number of hours the system can see patients monthly by the number of hours that the clinic is available to see patients. Downtime is not counted for lack of facility staff, patient no shows or other situations, such as weather closures, where it was not the fault of the MRI system. Failure of the contractor to perform in accordance with this requirement may constitute a sufficient basis for termination of the contract. The following criteria apply for determining appropriate action:

Notifications: The COR shall notify the contract holder of failure to meet the uptime standard through electronic mail within 1 hour of occurrence of downtime.

CONTRACTOR FURNISHED EQUIPMENT:

Mobile MRI scanner shall include a ramp and/or a lifting device for non-walking patients. Services shall include equipment maintenance, (scheduled and unscheduled) and required supplies necessary to perform services detailed herein. Contractor shall also be responsible for the control of waste management and proper disposal of all waste materials.
Equipment shall include, but not be limited to, a fully equipped MRI. Contractor shall submit an equipment specification list of all equipment by location, including the MRI unit(s) with contractor s signed quote. Contractor should already have the MRI unit certified by Physicist prior to delivering unit or on site at time of commissioning unit. Contractor shall provide all equipment service records upon request.
Include name of manufacturer, model number, manufacturer s brochures cut sheets, equipment specifications and all pertinent data with offer. All equipment to be used will be FDA approved imaging equipment placed at a location designated by the COR.
MRI positing pads and table straps.
MRI sandbags
MRI safe wheelchair and stretcher with IV pole (gurney)
Nonferrous MRI safe oxygen cylinder
Capability to provide patient exam on CD.
Dressing, waiting, and storage areas.
MRI license for PACS
Interface between MRI scanner and PACS, DICOM print, store and work list
Optical disk archival device compatible with PACS
Code kit and code call button
MRI compatible 02 saturation monitor MRI safe patient monitor
Patient oxygen delivery capabilities
Contrast media and warmer
MRI MEDRAD compatible power injector

HOUSEKEEPING:

Contractor shall be responsible for any serious health/cleaning issues, infestations, water damage, etc. The government will be responsible for daily cleaning of debris and other sanitation matters.

TYPE OF MRI SCANS (MINIMUM)

MRI Head/Neck
MRI Brain without Contrast
-MRI Brain with & without Contrast
-MRI IAC without Contrast
-MRI IAC with & without Contrast
-MRI Pituitary Gland without Contrast
-MRI Pituitary Gland with & without Contrast
-MRI Orbit without Contrast
-MRI Orbit with & without Contrast
-MRI Face without Contrast
-MRI Face with & without Contrast
-MRI Trigeminal Neuralgia without Contrast
-MRI Trigeminal Neuralgia with & without Contrast
-MRI Soft Tissue Neck without Contrast
-MRI Soft Tissue Neck with & without Contrast
-MRI TMJ without Contrast
-MRI TMJ with & without Contrast

MRI Head/Neck
MRI Brain without Contrast
-MRI Brain with & without Contrast
-MRI Brain Seizure Protocol 3 Tesla without Contrast
-MRI Brain Seizure Protocol 3 Tesla with & without Contrast
-MRI IAC without Contrast
-MRI IAC with & without Contrast
-MRI Pituitary Gland without Contrast
-MRI Pituitary Gland with & without Contrast
-MRI Orbit without Contrast
-MRI Orbit with & without Contrast
-MRI Face without Contrast
-MRI Face with & without Contrast
-MRI Trigeminal Neuralgia without Contrast
-MRI Trigeminal Neuralgia with & without Contrast
-MRI Soft Tissue Neck without Contrast
-MRI Soft Tissue Neck with & without Contrast
-MRI TMJ without Contrast
-MRI TMJ with & without Contrast
-MRI Multiple Myeloma Brain without Contrast
-MRI Multiple Myeloma Brain with & without Contrast
-MRI Multiple Sclerosis Brain without Contrast
-MRI Multiple Sclerosis Brain with & without Contrast
-MRA Head without Contrast
-MRV Head without Contrast
-MRV Head with & without Contrast
-MRA Neck without Contrast
-MRA Neck with & without Contrast
-MRA Neck without Contrast Dissection
-MRA Neck with & without Contrast Dissection

MRI Neuro/Spine
-MRI Cervical Spine without Contrast
-MRI Cervical Spine with & without Contrast
-MRI Thoracic Spine without Contrast
-MRI Thoracic Spine with & without Contrast
-MRI Lumbar Spine without Contrast
-MRI Lumbar Spine with & without Contrast
-MRI Cord Compression Survey Complete Spine
-MRI Multiple Myeloma Cervical Spine without Contrast
-MRI Multiple Myeloma Cervical Spine with & without Contrast
-MRI Multiple Myeloma Thoracic Spine without Contrast
-MRI Multiple Myeloma Thoracic Spine with & without Contrast
-MRI Multiple Myeloma Lumbar Spine without contrast
-MRI Multiple Myeloma Lumbar Spine with & without Contrast
-MRI Brachial Plexus Left without Contrast
-MRI Brachial Plexus Left with & without Contrast
-MRI Brachial Plexus Right without Contrast
-MRI Brachial Plexus Right with & without Contrast
-MRI Sacral Plexus without Contrast
-MRI Sacral Plexus with & without Contrast

MRI Body
-MRI Chest Wall/Pec Muscle tear without Contrast
-MRI Chest Wall/Pec Muscle tear with & without Contrast
-MRI Abdomen without Contrast
-MRI Abdomen with & without Contrast
-MRI Renal/Abdomen without Contrast
-MRI Renal/Abdomen with & without Contrast
-MRI Adrenal/Abdomen without Contrast
-MRI Adrenal/Abdomen with & without Contrast
-MR Elastography
-MRCP/Abdomen without Contrast
-MRCP/Abdomen with & without Contrast
-MRI Urogram with & without Contrast
-Enterography with & without Contrast (Oral & IV)
-MRI Female Pelvis without Contrast
-MRI Female Pelvis with & without Contrast
-MRI Prostate Pelvis without Contrast
-MRI Prostate Pelvis without & with Contrast
-MRI Soft Tissue Pelvis without Contrast
-MRI Soft Tissue Pelvis with & without Contrast
-MRI Rectal Cancer/Pelvis without Contrast
-MRI Rectal Cancer/Pelvis with & without Contrast
-MRI Perianal Fistula without Contrast
-MRI Perianal Fistula with & without Contrast
-MRI Periurethral Diverticulum without Contrast
-MRI Periurethral Diverticulum with & without Contrast
-MRI Scrotum/Penis without Contrast
-MRI Scrotum/Penis with & without Contrast
-MRI Penile Prosthesis without Contrast
-MRI Penile Prosthesis with & without Contrast
-MRA Chest without Contrast Non-Cardiac
-MRA Chest with & without Contrast Non-Cardiac
-MRA Abdomen without Contrast
-MRA Abdomen with & without Contrast
-MRA Pelvis without Contrast
-MRA Pelvis with & without Contrast
-MRA Abdomen/Pelvis/LE Runoff without Contrast
-MRA Abdomen/Pelvis/LE Runoff with & without Contrast

E.MRI MSK Extremity Upper
-MRI Shoulder Right without Contrast
-MRI Shoulder Right with & without Contrast
-MRI Shoulder Left without Contrast
-MRI Shoulder Left with & without Contrast
-MRI Humerus (long bone) Right without Contrast
-MRI Humerus (long bone) Right with & without Contrast
-MRI Humerus (long bone) Left without Contrast
-MRI Humerus (long bone) Left with & without Contrast
-MRI Elbow Right without Contrast
-MRI Elbow Right with & without Contrast
-MRI Elbow Left without Contrast
-MRI Elbow Left with & without Contrast
-MRI Forearm (long bone) Right without Contrast
-MRI Forearm (long bone) Right with & without Contrast
-MRI Forearm (long bone) Left without Contrast
-MRI Forearm (long bone) Left with & without Contrast
-MRI Wrist Right without Contrast
-MRI Wrist Right with & without Contrast
-MRI Wrist Left without Contrast
-MRI Wrist Left with & without Contrast
-MRI Hand Right without Contrast
-MRI Hand Right with & without Contrast
-MRI Hand Left without Contrast
-MRI Hand Left with & without Contrast
-MRI Finger Right 1st digit (thumb) without Contrast
-MRI Finger Right 1st digit (thumb) with & without Contrast
-MRI Finger Right 2nd digit (index) without Contrast
-MRI Finger Right 2nd digit (index) with & without Contrast
-MRI Finger Right 3rd digit (middle) without Contrast
-MRI Finger Right 3rd digit (middle) with & without Contrast
-MRI Finger Right 4th digit (ring) without Contrast
-MRI Finger Right 4th digit (ring) with & without Contrast
-MRI Finger Right 5th digit (pinky) without Contrast
-MRI Finger Right 5th digit (pinky) with & without Contrast
-MRI Finger Left 1st digit (thumb) without Contrast
-MRI Finger Left 1st digit (thumb) with & without Contrast
-MRI Finger Left 2nd digit (index) without Contrast
-MRI Finger Left 2nd digit (index) with & without Contrast
-MRI Finger Left 3rd digit (middle) without Contrast
-MRI Finger Left 3rd digit (middle) with & without Contrast
-MRI Finger Left 4th digit (ring) without Contrast
-MRI Finger Left 4th digit (ring) with & without Contrast
-MRI Finger Left 5th digit (pinky) without Contrast
-MRI Finger Left 5th digit (pinky) with & without Contrast
-MR Arthrogram Shoulder Right
-MR Arthrogram Shoulder Left
-MR Arthrogram Wrist Right
-MR Arthrogram Wrist Left
-MRA Upper Extremity Right
-MRA Upper Extremity Left

MRI MSK Extremity Lower
-MRI Bony Pelvis without Contrast
-MRI Bony Pelvis with & without Contrast
-MRI Sacrum/SI Joints without Contrast
-MRI Sacrum/SI Joints with & without Contrast
-MRI Hip Right without Contrast
-MRI Hip Right with & without Contrast
-MRI Hip Left without Contrast
-MRI Hip Left with & without Contrast
-MRI Athletic Pubalgia without Contrast
-MRI Athletic Pubalgia with & without Contrast
-MRI Femur (long bone) Right without Contrast
-MRI Femur (long bone) Right with & without Contrast
-MRI Femur (long bone) Left without Contrast
-MRI Femur (long bone) Left with & without Contrast
-MRI Knee Right without Contrast
-MRI Knee Right with & without Contrast
-MRI Knee Left without Contrast
-MRI Knee Left with & without Contrast
-MRI Tibia & Fibula (long bone) Right without Contrast
-MRI Tibia & Fibula (long bone) Right with & without Contrast
-MRI Tibia & Fibula (long bone) Left without Contrast
-MRI Tibia & Fibula (long bone) Left with & without Contrast
-MRI Ankle Right without Contrast
-MRI Ankle Right with & without Contrast
-MRI Ankle Left without Contrast
-MRI Ankle Left with & without Contrast
-MRI Forefoot Right without Contrast
-MRI Forefoot Right with & without Contrast
-MRI Forefoot Left without Contrast
-MRI Forefoot Left with & without Contrast
-MR Arthrogram Hip Right
-MR Arthrogram Hip Left
-MRA Lower Extremity Right
-MRA Lower Extremity Left

MRI Cardiac
-MRA Chest Aorta without Contrast EKG Gated
-MRA Chest Aorta with & without Contrast EKG Gated
-MRI Cardiac without Contrast
-MRI Cardiac with & without Contrast

MRI Whole Body

Breast MRI

New hardware and software necessary for the ability to:
Transmit MRI Images to Jesse Brown VA Medical Center PACS for interpretation.
Perform required Post processing, reformats, and reconstructions such as Multi Planar Reconstruction (MPR) and Maximum Intensity Projections (MIP)
Inject contrast via power injector (MedRad Injection System).
DICOM network connection to existing version of AFGA IMPAX
The mobile unit shall be equipped with an Optical disk archival system. The patient data and optical disk is the property of Jesse Brown VA Medical Center.
The mobile unit shall be equipped with CD-R burning capabilities as a backup to network transfer of data.
The mobile unit shall be equipped with an Analysis Station.

ACCESSORY EQUIPMENT: Accessory equipment that shall be provided by the Contractor:
Handicap accessibility.
Intercom system between the control room and scanning room.
Equipment Specifications: The following minimum performance characteristics of the equipment are required:
Contractor will be required to make whatever adaptations are necessary so that the Contractor s equipment is compatible with the VA furnished services defined herein.
The mobile MRI trailer must fit on a 58 x 18 (6 thick) concrete slab at Jesse Brown VA Medical Center.
The MRI shall provide images with consistently high technical quality.
The MRI Unit shall have a multi-gradient detector and be capable of acquiring a volume of images within one breath hold for different body parts.
The MRI unit shall be capable of acquiring data for anatomic localization.
The MRI system shall have attenuation correction algorithm(s) that are designed to use non-contrast enhanced MRI data.
The MRI multimodality review station shall have attenuation correction algorithm(s) that are designed to use MRI data with intravenous contrast enhancement.
The MRI multimodality review station shall have attenuation correction algorithm(s) that are designed to use MRI data with oral contrast enhancement with group II Gadolinium agents.
The MRI system shall have attenuation correction algorithm(s) that are designed to use MRI data with oral contrast enhancement with negative contrast (water).
Two MRI review stations shall be provided as follows:
One standard MRI review station and
One multimodality review station: This review station shall have multimodality display capability, including magnetic resonance imaging, computerized tomography, radiography, ultrasonography etc. with the capability to reconstruct and/or post-process magnetic resonance and computerized tomography as well as MRI and Cardiac imaging.
Both review stations shall be of diagnostic quality and shall have the capacity to handle the computational load of 3-dimensional datasets.
The MRI review station shall have software packages that are designed to reconstruct/post-process MPRs and MIPs.
The review stations shall have computers with high processing performance and large memory capacity to achieve real-time interactive navigation without compromising the native resolution of MRI images (spatial resolution and dynamic range).
The review stations shall have image fusion and inline composing capability.
The review stations shall have software tools that allow interpreting physicians to navigate between multidimensional MRI datasets efficiently with ease.
The review stations shall have software tools that can provide three orthogonal planes of the MRI images alone.
The Mobile MRI unit shall be ready for use regardless of outside environmental conditions.
The Mobile MRI unit shall maintain a temperature to assure proper operation of the scanner without frequent calibration and provide for patient comfort.
Meet all federal, state, and local fire and safety requirements, including, but not limited to, proper magnet shielding of the trailer.
Telecommunications: The mobile unit shall be equipped with an outlet connection capable of transmitting data.
The Government will provide the connection required for the transmission of images and data. The Contractor s mobile unit must be able to connect to VISTA Imaging Network and to transmit all images to VISTA Imaging to include being compatible to DICOM 3 imaging standards.

Performance Monitoring

Contractor shall maintain a quality assurance documentation of the system and proficiency of the staff prior to and during the time the services are utilized by Jesse Brown VA Medical Center and should be able to provide such documentation upon request. As necessary, the contractor shall maintain staff training documentation and equipment service records to document performance reports.

The Contractor shall provide MRI scanners that can consistently produce images that are of high quality and for ready interpretation. The Government may evaluate the quality of images.

Security Requirements

Remote connection must be coordinated through Information Security at Jesse Brown VA Medical Center.
PACS interface contact person shall be provided to the successful Contractor during the post-award orientation.
Clinical or other medical records of VA beneficiaries that are released to the Contractor shall be returned to the VA. The Contractor shall be responsible for the safekeeping of both the electronic and paper medical records (whichever is applicable). Patient Privacy Provisions and the Health Insurance Portability and Accountability Act of 1996 (HIPAA) regulations are applicable to the release of patient Information.
If the contractor must be onsite to perform service, all mobile media (i.e. flash drives, CD/DVD disks, etc.) that are required to complete repairs or updates on the system must be given to Biomedical Engineering to be scanned for viruses prior to being connected to VA equipment. If the vendor must connect a vendor-owned laptop to perform the repairs, they must show proof that the laptop has current anti-virus software and that a recent scan shows no infections on the laptop.
All electronic storage media used on non-VA leased or non-VA owned IT equipment that is used to store, process, or access VA information must be handled in adherence with VA Handbook 6500.1, Electronic Media Sanitization upon: (i) completion or termination of the contract or (ii) disposal or return of the IT equipment by the contractor/subcontractor or any person acting on behalf of the contractor/subcontractor, whichever is earlier. Media (hard drives, optical disks, CDs, back-up tapes, etc.) used by the contractors/subcontractors that contain VA information must be returned to the VA for sanitization or destruction or the contractor/subcontractor must self-certify that the media has been disposed of per 6500.1 requirements. This must be completed within 30 days of termination of the contract.
Bio-Medical devices and other equipment or systems containing media (hard drives, optical disks, etc.) with VA sensitive information must not be returned to the vendor at the end of lease, for trade-in, or other purposes. The options are:
Vendor must accept the system without the drive.
VA s initial medical device purchase includes a spare drive which must be installed in place of the original drive at time of turn-in; or
VA must reimburse the company for media at a reasonable open market replacement cost at time of purchase.
Due to the highly specialized and sometimes proprietary hardware and software associated with medical equipment/systems, if it is not possible for the VA to retain the hard drive, then:
The equipment vendor must have an existing BAA if the device being traded in has sensitive information stored on it and hard drive(s) from the system are being returned physically intact; and
Any fixed hard drive on the device must be non-destructively sanitized to the greatest extent possible without negatively impacting system operation. Selective clearing down to patient data folder level is recommended using VA approved and validated overwriting technologies/methods/tools. Applicable media sanitization specifications need to be preapproved and described in the purchase order or contract.
A statement needs to be signed by the Director (System Owner) that states that the drive could not be removed and that (a) and (b) controls above are in place and completed.
The ISO needs to maintain the documentation.
For additional security requirements, please see Attachment A.

Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI)

VA shall provide the following utilities/services (if necessary) for operation of the Mobile Unit:
Water (¾ male water supply connector)
Electricity* (The provided receptacle is a Russellstoll #DF2504FRABO)
Telephone Line(s) ** (Hubbell phone connectors, model PH-6597 provided)
Data Port (10Base2 (coax) Ethernet connection provided)
Housekeeping***
In accordance with the Original Equipment Manufacturers (OEM) electrical specifications.
The government will provide all direct patient care medical supplies. These include, but are not limited to, contrast materials, syringes, IV tubing, oxygen masks and tubing, needles, emesis basins, gowns, and other similar direct patient care items.
** Use of telephone extension while mobile unit is on site to permit personnel of the unit to make and receive telephone calls, and to facilitate the movement of patients to and from the unit.
*** VA shall be held responsible for areas within the hospital facility prior to entrance of the Mobile Trailer. Contractor shall be responsible for all housekeeping duties and responsibilities within the trailer itself as further defined herein.

Other Pertinent Information or Special Considerations.

Identification of Possible Follow-on Work.
Not applicable

b. Identification of Potential Conflicts of Interest (COI).
Not applicable

c. Identification of Non-Disclosure Requirements.
All patient medical records shall be and remain the property of VA and shall not be removed or transferred from VA except in accordance with U.S.C.551a (Privacy Act), 38 U.S.C. 5701 (Confidentiality of Claimants Records), 5 U.S.C. 552 (FOIA), 38 U.S.C. 5705 (Confidentiality of Medical Quality Assurance Records) 38 U.S.C. 7332 (Confidentiality of Certain Medical Records) and federal laws, rules, and regulations. The contractor must purge all equipment of all patient medical records and data prior to the removal of the mobile CT scanner from the facility.

d. Packaging, Packing and Shipping Instructions.

The Contractor will work with the COR to schedule the delivery and installation of the mobile MRI scanner.

e. Inspection and Acceptance Criteria.

The VA reserves the right to conduct inspection of the Mobile MRI Unit prior to accepting delivery.
Risk Control
The Contractor s MRI trailer shall provide the space sufficient for the monitoring of patients and conducting CPR and code if needed.

Place of Performance.

The Mobile MRI Unit will be placed on the mobile MRI pad at Jesse Brown VA Medical Center located at 820 S. Damen Ave., Chicago, IL 60612.
Period of Performance.
April 01, 2024 March 31, 2025.
One Year starting on Delivery.

(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, 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 GLAC, Contracting Officer Steven MacDonald at steven.macdonald@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.

The following are the decision factors:
Price
Technical
Speed of Delivery
Veteran Involvement

The award will be made to the response most advantageous to the Government.
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 11AM Central Standard Time on April 01, 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
Attachments/Links
Contact Information
Contracting Office Address
  • GREAT LAKES ACQUISITION CENTER 115 S 84TH ST
  • MILWAUKEE , WI 53214
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >