Www.vendorportal.ecms.va.gov



FedBizOppsAward NoticeCLASSIFICATION CODE*SUBJECT*CONTRACTING OFFICE'S* ZIP-CODESOLICITATION NUMBER*BASE NOTICE TYPEARCHIVE DAYS AFTER THE AWARD DATERECOVERY ACT FUNDSNAICS CODE*SET-ASIDECONTRACTING OFFICE ADDRESSDESCRIPTIONSee AttachmentPOINT OF CONTACT*(POC Information Automatically Filled from User Profile Unless Entered)AWARD NUMBER*AWARD AMOUNT*LINE ITEM NUMBERAWARD DATE (MM-DD-YYYY)*AWARDEE NAME*CONTRACTOR'S DUNS NUMBERAWARDEE ADDRESS LINE 1*AWARDEE ADDRESS LINE 2*AWARDEE ADDRESS LINE 3*AWARDEE ADDRESS LINE 4*AWARDEE CITYAWARDEE STATEAWARDEE ZIP CODEAGENCY'S URLURL DESCRIPTIONAGENCY CONTACT'S EMAIL ADDRESSEMAIL DESCRIPTION AWARD INFORMATIONADDITIONAL INFORMATIONGENERAL INFORMATION* = Required FieldFedBizOpps Award NoticeRev. March 201023Mobile MRI90815VA262-16-Q-165230N336992Department of Veterans AffairsNetwork Contracting Office 224811 Airport Plaza DriveSuite 600Long Beach CA 90815WON CHAECONTRACT SPECIALISTGS-30F-0024W VA262-16-F-7696$607,000.0009-28-2016SALVADORINI CONSULTING LLC041404422111 LINDEN LNLEXINGTONNC27292WWW.AGENCY WEBSITEWON.CHAE@The Department of Veterans Affairs, Network Contracting Office 22, is issuing this Award Notification to inform industry contractors. It is awarded for a Service Disabled Veteran Owned Small Business (SDVOSB) Sole Source as prescribed in FAR 6.302-5, Authorized or Required by Statute.Prior to this notice, market research was conducted and concluded that Salvadorini Consulting LLC is a Certified Service Disabled Veteran Owned Small Business (SDVOSB) in the database. In addition, Salvadorini Consulting LLC has been a model SDVOSB and has provided these identical supplies under existing contracts with various Veteran Affairs Medical Centers (VAMC) and has established that in addition to providing the supplies being requested, it has the capabilities to provide installation, service & training. This sole source action is being acquired in accordance with the statue identified under Public law 109-461 Title 38 Veteran’s Benefits U.S. Code 8127, which allows sole source contracts above the simplified acquisition threshold to be awarded to a small business owned and controlled by veterans and small business concerns owned and controlled by veterans with service-connected disabilities by using other than competitive procedures.This requirement is to provide Mobile MRI for 11 month period and below are the Salient Characteristics/SOW required for this request:MRI Trailer size shall be 10’ wide x 48’ long. A 12’ x 50’ trailer is acceptable. Trailer shall contain an Americans with Disabilities Act (ADA) compliant Patient Dressing Area (minimum size of 5’ x 5’) that contains storage for exam gowns and lockage storage for patient personal items. All maintenance and service of the MRI Trailer and Equipment to include all preventative maintenance, service calls, transportation, parts, and labor at no additional cost to the VA. All OEM Preventative Maintenance, licensures, inspection, adjustments, calibrations, shall be current at all times with no lapses or pending discrepancies. Note: The VA reserves the right to request copies of all documentation relating to the equipment. Evidence of performance of recommended maintenance shall be provided by the contractor upon request from the VA. System scan protocols shall be verified and validated by VA reading radiologists. Mobile MRI Trailer and Equipment may need to be moved during the duration of the contract. MRI Trailer shall maintain proper temperature to ensure maximum operation, calibration, and care of equipment and to ensure patient comfort. Effective noise abatement system capable of delivering over 35dB of gradient noise abatement. HVAC System to maintain MRI Trailer environmental systems. 24-Hour per Day, 7 Days per Week, telephone technical support (telephone technical support shall be provided within 1-hour of phone call being made). Contractor shall provide the names of technical/service support representatives (if known) and their 24/7 phone numbers to the COR or designee. These services shall be provided at no additional cost to the VA. OEM on-site emergency repair service within 2 hours of notification during normal business operations (Monday through Friday, 8am – 5pm (Pacific Time). If the request is made on a weekend or holiday, the contractor shall begin repair services no later than the next work (duty) day (i.e. be onsite NLT 8am to start the repairs). The contractor’s repair personnel shall maintain constant communication with the COR or designee concerning the status of the repairs so that the COR or designee can notify other medical personnel of potential downtime affecting patient care. All repairs shall be conducted during normal business hours (8am to 5pm Pacific Time) unless otherwise coordinated with the COR or designee. These services (to include all travel, labor, per diem, parts, and equipment) shall be provided at no additional cost to the VA. OEM on-site non-emergency service within 24 hours of notification during normal business operations (Monday through Friday, 8am – 5pm Pacific Time). The contractor’s repair personnel shall maintain constant communication with the COR or designee concerning the status of the repairs so that the COR or designee can notify other medical personnel of potential downtime affecting patient care. All repairs shall be conducted during normal business hours (8am to 5pm Pacific Time) unless otherwise coordinated with the COR or designee. These services (to include all travel, labor, per diem, parts, and equipment) shall be provided at no additional cost to the VA. Mobile MRI unit shall have MRI safe/compatible portable oxygen and suction equipment. Mobile MRI unit will have an Emergency contrast reaction medication kit. MRI Trailer and Equipment shall be capable to supporting patients weighing up to 550 lbs. (i.e. have a 550 lb. load table limit). MRI Trailer and Equipment Uptime (in-service) Rate of 100% during normal business hours of operations (which are Monday through Friday, 8am – 5pm Pacific Time). The VA will not incur any costs for any down-time of equipment. Shall have the same capabilities of the standard configuration for a GE Sign 1.5T Excite 16 HDXT MRI unit.Wheelchair lift-Provide a wheelchair lift for patient access to the mobile MRI with all required safety tie downs and guards.Support- The unit shall be self-supporting and have a rear stabilizer stand and adjustable jack legs in front to accommodate leveling on a site that is flat but on a slight sloped grade.Mobile MRI unit will have a MRI contrast power injector.Unit shall operate on 480Volts, 3 Phase, 150 Amps using a 5 wire system. Mobile MRI shall have a 50 foot cable with a male connector. If a generator is provided on the unit, it must be permitted with the Air Pollution Control District in accordance with all local and state requirements.Gradients and Slew Rate –33/120 EchoSpeed Plus Gradients, 8916sSystem shall be able to connect multiple coil elements which can be seamlessly integrated into one examination.Gradient noise level of 99db or below without reducing performance.Telephone and Data interface- Mobile MRI unit will have 2 telephone and 2 data hookups to interface with facility’s telephone and IT and PACS systems.System/equipment shall be fully capable and able to transfer image and data to multiple modalities including PACS, VISTA Imaging, printers, and Hospital RIS System (full DICOM Communication). Each location shall have different IP addresses, subnet masks, and VPNs. Communication between MRI and Radiology Services PACS: The Contractor shall ensure that a convenient and robust means of DICOM transfer of MRI studies to the Radiology Service PACS is operational. The Contractor shall obtain and provide to the VA any technology necessary to ensure that MRI studies can be conveniently read on the existing PACS display technology.Magnet shall be superconducting with a magnetic strength of 1.5T.Magnet shall be self-shielded.This procurement is being conducted using commercial item procedures pursuant to FAR Part 12 and FAR part 13. The place of delivery is as follows: VA San Diego Medical Center, 3350 La Jolla Village DriveSan Diego, CA 92161The Government is continually seeking for business concerns to fulfill Government requirements. Therefore, if your company is able to fulfill future requirements in relation to Mobile MRI, please send the following information to Won Chae, Contract Specialist at won.chae@. Company name Address Point of contactPhone, fax, and email DUNS number Cage Code Tax ID NumberType of small business, e.g. Services Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), 8(a), HUBZone, Women Owned Small Business (WOSB), Small Disadvantaged Business, or Small Business Submission must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described. Provide any certifications and/or licenses, test/calibration equipment, and evidence of the ability of obtaining original equipment manufacturer parts.See attached document: DP03 J_A. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download