Special Notice - Q- Mobile MRI Rental - Insurance News | InsuranceNewsNet

InsuranceNewsNet — Your Industry. One Source.™

Sign in
  • Subscribe
  • About
  • Advertise
  • Contact
Home Now reading Newswires
Topics
    • Advisor News
    • Annuity Index
    • Annuity News
    • Companies
    • Earnings
    • Fiduciary
    • From the Field: Expert Insights
    • Health/Employee Benefits
    • Insurance & Financial Fraud
    • INN Magazine
    • Insiders Only
    • Life Insurance News
    • Newswires
    • Property and Casualty
    • Regulation News
    • Sponsored Articles
    • Washington Wire
    • Videos
    • ———
    • About
    • Advertise
    • Contact
    • Editorial Staff
    • Newsletters
  • Exclusives
  • NewsWires
  • Magazine
  • Newsletters
Sign in or register to be an INNsider.
  • AdvisorNews
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Exclusives
  • INN Magazine
  • Insurtech
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Video
  • Washington Wire
  • Life Insurance
  • Annuities
  • Advisor
  • Health/Benefits
  • Property & Casualty
  • Insurtech
  • About
  • Advertise
  • Contact
  • Editorial Staff

Get Social

  • Facebook
  • X
  • LinkedIn
Newswires
Newswires RSS Get our newsletter
Order Prints
September 30, 2013 Newswires
Share
Share
Post
Email

Special Notice – Q– Mobile MRI Rental

Federal Information & News Dispatch, Inc.

Notice Type: Special Notice

Posted Date: 27-SEP-13

Office Address: Department of Veterans Affairs;Network Contracting Activity 8 (NCA 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637

Subject: Q-- Mobile MRI Rental

Classification Code: Q - Medical services

Contact: Candace M RennContract Specialist 813-972-7541 mailto:[email protected]

Description: Department of Veterans Affairs

Tampa VAMC

James A. Haley Department of Veterans Affairs Medical Center

SPECIAL NOTICEIntent to Sole Source

Network Contracting Office 8 intends to negotiate a direct award GSA task order with Salvadorini Consulting, LLC operating as Government Imaging Services (GIS) a Service Disabled Veteran Owned Business for the continued rental of a Mobile MRI systems support located at James A. Haley Veteran's Hospital, Tamp FL.

GIS is the incumbent contractor currently on site providing the rental of a General Electric Signa HDx 1.5T Mobile Magnetic Resonance Imaging (MRI) unit for James A. Haley VA Hospital (JAHVAH) located at 13000 Bruce B Downs Blvd Tampa, Florida 33612.

Ongoing construction delays of a new MRI unit have caused an urgent and compelling situation to continue services estimated at one year while a new contract is procured for continued rental of this unit. All contract options have expired from a previously competed action. Contract is firm fixed price and F.O.B. Destination.

NAICS 621512 - Size Standard $14M.

This is not a request for competitive proposals. Firms that believe they can provide the required equipment are encouraged to identify themselves and give written notification to the Contracting Officer no later than 12:00 PM (noon) EST, September 30, 2013. A determination by the Government not to compete this proposed action based on responses to this notice is solely within the discretion of the Government. Any unit providing service must provide the minimum specifications as outlined in the Statement of Work.

Inquiries will only be accepted via e-mail to [email protected]. No telephone requests or voice mails will be accepted.

Statement of Work

Mobile MRI Services

James A. Haley VA Hospital

1. 0 INTRODUCTION:

The Government has a requirement for a firm fixed-price contract for the onsite rental of a General Electric Signa HDx 1.5T Mobile Magnetic Resonance Imaging (MRI) unit for the James A. Haley VA Hospital (JAHVAH) located at 13000 Bruce B Downs Blvd Tampa, Florida 33612.

Cost shall be all inclusive to include mobile MRI unit, transportation, mobilization, training, full service maintenance and repairs, replacement parts, and technical support 24 hours-a-day, 7 days-a-week in accordance with the specifications incorporated herein.

Any unit providing service must provide the minimum specifications as outlined in the Statement of Work. The JAHVAH will provide a concrete foundation, electrical, phone, and data lines for connectivity.

2.0 SCOPE OF WORK:

Contractor shall provide a General Electric Signa HDx 1.5T Mobile MRI unit and all services in accordance with the specifications incorporated herein. The MRI system shall be housed in a trailer with patient incubation area and viewing workstation enabling access to imaging inside the mobile unit. The Contractor shall be responsible for the set up and transportation of the Mobile MRI unit to and from the James A Haley VA Hospital.

3.0 SERVICES:

During the term of the contract, the Contractor shall be required to provide the following services as specified below:

" Dedicated use of the MRI system 24 hours a day to include Saturday and Sunday as required by JAHVAH.

" Full service and maintenance on the complete MRI unit in accordance with manufacturing recommendation and as required by JAHVAH.

" One Time Training consisting of five (5) day or 40 hours onsite training on the operation of the MRI system shall be provided to the JAHVAH staff prior to the start of patient scanning.

" System capable of transferring images and data to multiple modalities including the VAMC PACs, VISTA Imaging, and printers. Each location shall have different IP addresses, subnet masks, VPN's etc. OEM Engineer shall establish network and printer connectivity at each site in coordination with local IT staff.

Note: Verification of connectivity shall be made by Contractors prior to the start of patient procedures immediately following the award of this solicitation.

3.1 EQUIPMENT CONFIGURATIONS/FUNCTIONS:

The MRI system shall be required to meet or exceed the minimum requirements, specifications and/or functions as stated on the art 1.5T magnet with equal software capabilities which include the following as part of the configurations required for a GE Signa HDx 1.5T Mobile MRI System:

A. Equipment Features and Configurations:

" Signa 1.5 T EchoSpeed Magnet

" Actively shielded magnet with fringe field held entirely within the trailer

" 1.5 Tesla Superconducting magnet, Ultra - short-bore, patient-friendly design

" Color flat panel 18" LCD screen 1280x1024 screen matrix high resolution

" MR Echo - for dedicated Cardiac MR

" FGRET-ET Real Time - Fast Gradient Echo

" Spiral Real Time - for rapid localization of moving anatomy

" Cardiac Tagging

B. Matrix Coil Technology (Completed Set of Head & Body Coils Required).

C. Accessories (Contrast Injector, Patient Monitor, and Patient Call Hand Switch)

3.2 TRAILER REQUIREMENTS:

The 48-60 foot long mobile MRI unit trailer shall be equipped as specified below:

" Large entry door, removable entry stairs, and a patient platform powered lift for easy access to trailer. The patient lift capacity shall be 2,000 pounds, gated with safety guardrails and 75 to 90 inches wide.

" Patient dressing curtain, multiple area adjustable lighting, and storage cabinets.

" Five-gauss exclusion zone in magnet room.

" On board generator, heating, air conditioning and humidity control systems. Generator unit must be equipped with Air Pollution Control District in accordance with all local and state requirements.

" Telephone and data interface to connect with VA Medical Center telephone and IT/PACS Systems.

" Electrical Power source shall be 480V, 3-phase at 150 amps, 60Hz, WYE along with a 50 foot cable with a male connector. FOOTPRINT: (Max Dimensions of Trailer are 12 foot wide x 60 foot long).

3.4 LOCATION OF EQUIPMENT:

Contractor shall park the trailer equipped with the MRI system at the designated parking area of the James A Haley VA Hospital. Contractor shall contact the JAHVAH COTR for parking assignment information prior to parking the mobile MRI trailer.

3.3 DELIVERY SCHEDULE:

Delivery and set up of the mobile MRI unit at the James A Haley VA Hospital shall be completed by 8:00 a.m. thirty (30) calendar days from contract award to include all

computers and network interfacing in full working order. Delivery and set up schedules shall be coordinated with the Contracting Officer's Technical Representative (COTR). The Contractor shall be responsible for the set up and transportation of the rental mobile MRI unit to and from JAHVAH. The mobile MRI unit shall remain on JAHVAH premises at all times during the contract period unless a request is made in writing to the Contractor to relocate and/or move the mobile MRI unit. The Contractor shall be responsible for providing the first relocation and/or move request of the unit at No Cost to the Government. The cost associated with subsequent requests shall be the responsibility of the Government.

8.0 INSTALLATION STANDARDS:

Contractor shall be required to set up and install the mobile MRI unit including the system equipment and all wiring in a safe and reliable manner to meet manufacturer's specification for operation and conformance with local, state and federal regulations.

8.1 SAFETY AND FIRE PREVENTION:

Contractor shall take such safety precautions as necessary to protect the lives and health of the occupants of the James A Haley VA Hospital. The Contractor shall comply with all applicable Federal, State, and local safety and fire regulations and codes, which are in effect during the performance period of the contract. Contractor personnel shall follow applicable facility policies concerning fire/disaster programs.

When conducting any installation, maintenance or repairs, the Contractor shall display appropriate warning devices in all areas where operations may cause a traffic obstruction and/or personnel hazard. Fire and safety deficiencies which result by the Contractor's equipment or personnel shall be immediately corrected.

9.0 TRAINING:

Contractor shall provide MRI system training to JAHVAH staff prior to the start of patient scanning. The training shall be conducted on-site with the opportunity for the VA Medical Center staff to confirm scanning processes and procedures, and confirm connectivity. Contractor shall be responsible for conducting a five (5) day or 40 hours onsite initial operational and application training. For the consecutive year following the initial training, an additional three (3) day or 24 hour training shall be provided upon request at 'No Cost" to the Government. In the event additional training is needed for VA staff, the COTR shall schedule and coordinate the training sessions with the Contractor.

9.1 INSTRUCTIONAL/OPERATORAL MANUALS:

Contractor shall provide two (2) copies of the instructional/operator manuals and two (2) copies of the service manuals to the Government at no additional cost.

9.2 ACCESS TO EQUIPMENT:

The Government shall permit Contractor representatives to enter the VA Medical facility to install, inspect, repair or prepare for the removal of equipment. All preventive maintenance and/or repairs shall be conducted during normal business hours unless

otherwise coordinated with the Contracting Officer or the designated COTR from the VA facility.

10. MAINTENANCE AND REPAIR:

Contractor shall provide a telephone number for technical and service support to include service calls, technical assistance, maintenance and repairs. These services shall be provided at no additional cost to the Government and shall be available 24 hours-a-day, Monday through Saturday by telephone. The Contractor shall be required to begin on-site emergency service repairs within 8 hours and non-emergency service within a 24 hour window after receiving such notification from the Government. If the request is made on a Saturday, Contractors shall be required to begin service repairs no later than Monday morning. The Contractor shall notify the Contracting Officer or the designated COTR, when an emergency request for service or repair shall not be completed or resolved to Government satisfaction within 24 hours of receiving such request or notice. Requests for telephone support, if due to technical problems, require a response time of two (2) hours from receipt of initial call. All parts and labor necessary to repair or replace any unsafe, worn, malfunction or defective equipment shall be furnished by the Contractor at no additional cost to the Government. Travel expenses incurred for maintenance and/or repairs shall not be reimbursed since the price quoted on the schedule shall be all inclusive.

The Contractor shall provide a system that maintains a minimum of 99% uptime performance rate. If a scheduled procedure is not performed because of circumstances on the part of the contractor's equipment for more than two (2) hours the government will require partial credit for charges incurred that day based on the duration of the downtime. Credit will be calculated by daily rate of lease divided by 8 x length of downtime. For example, daily rate = $800 and downtime is 3 hours the government will divide $800 by 8 = $100 x 3 hours = $300 credit.

The Contractor shall provide, in the space below, the name, location and telephone number of the office where service calls are to be placed:

Name:

Address:

Telephone No. Fax Number:

At least one (1) fluent English speaking Contractor representative shall be required to come on site, if the VA staff requires any assistance with the Contractor equipment that cannot be handled by phone.

10.1 CONTRACTOR POINT OF contact:

Contractor shall designate one (1) employee as the Point of contact (POC) responsible for administrative matters in the performance of services under this contract. The POC shall have full authority to act for Contractor on all matters relating to the daily performance of this contract. The POC may be a contract personnel performing under this contract. An alternate may be designated, but the Contractor shall notify the Contracting Officer in writing those times when the alternate shall act as the POC.

The Contractor shall provide the name and telephone number of the person designated as Point of contact and Alternate upon contract award.

Point of contact, Name:

Telephone Number:

Alternate Point of contact, Name:

Telephone Number:

The POC shall be available by telephone Monday thru Friday, between 8:00 a.m. to 4:30 p.m. excluding national holidays.

The parties agree that the contractor's personnel including POC and subcontractors performing under this contract shall not be considered VA employees for any purpose. They all shall be considered employees of the contractor.

10.2 DEFICIENCIES:

The Contractor shall be expected to comply with all service and repair guidelines as specified herein. Any malfunction or failure of the MRI system over a 24 hour period excluding Sundays may result in a per diem abatement of the monthly payment which will be based on a daily rate of 3.33% of the contracted monthly price. Continuous failures could result in the contractor being terminated for cause in accordance with the clauses of the resulting contract.

10.3 COMPLAINTS:

The Contractor shall promptly and courteously respond to complaints, including complaints brought to the contractor's attention by the Contracting Officer acting as the common agent, the Quality Assurance Evaluator (QAE) or COTR.

10.4 MONITORING PROCEDURES:

The COTR shall be responsible for monitoring the Contractor's performance. Performance deficiencies or poor performance identified during the term of the contract shall be reported to the Contractor. Upon notification of deficiencies or poor

performance, the Contractor shall be given a reasonable time to take corrective action. If determined appropriate, the Contracting Officer, COTR and/or other VA staff members shall meet with representatives of the Contractor to review performance and resolve issues. All deficiencies or poor performance shall be documented and MUST be corrected within the timeframe specified in the cure notice. The Contractor shall notify

the Contracting Officer and the COTR when correction(s) have been made. If the appropriate correction is not made within the timeframe specified in the cure notice, the Government shall have the right to terminate the contract in its entirety.

11.0 QUALITY ASSURANCE:

The Contractor shall be responsible for complying with all appropriate regulations and guidelines of the Joint Commission (JC), OSHA, and/or any other pertinent federal, state, and local policies relating to the herein mentioned work or rental service.

The equipment shall be maintained in optimum operating condition to meet

manufacturer's specification for operation and performance. The Contractor shall replace worn or defective parts as required to maintain all equipment in optimum operating condition.

All tasks accomplished by the Contractor personnel shall be performed to preclude

damage or defacement of government-owned furnishings, fixtures, equipment and

facilities. The Contractor shall report any damage observed or caused by the Contractor personnel to the COTR. If determined to be at fault, the Contractor shall be responsible for repairs or replacement of government-owned items or facilities to previous condition.

11.1 CONTRACTING OFFICER TECHNICAL REPRESENTATIVE (COTR):

Delegation of Authority letters shall be forwarded to the using service and Contractor after agreement has been signed, identifying the individual(s) as the COTR(s). Only the Contracting Officer has the authority sign this contract or to change the terms and conditions of this contract. The Contractor shall not accept any instructions issued by any other person(s) other than the Contracting Officer or his/her delegated representative(s) acting within the limits of his/her authority.

12.0 GENERAL INFORMATION 12.1 NORMAL WORKING HOURS:

Normal working hours are defined as 8:00 a.m. to 4:30 pm local Eastern Standard Time, Monday through Saturday, except National Holidays.

12.2 NATIONAL HOLIDAYS:

Listed below are the ten national holidays:

New Year's DayJanuary 1

Martin Luther King 's Birthday Third Monday in January

President's Day Third Monday in February

Memorial Day Last Monday in May

Independence DayJuly 4

Labor Day First Monday in September

Columbus Day Second Monday in October

Veterans DayNovember 11

Thanksgiving Day Fourth Thursday in November

Christmas DayDecember 25

When a Holiday falls on a Sunday, the following Monday shall be observed as a legal holiday by U.S. Government agencies. When a holiday falls on a Saturday, the preceding Friday shall be observed as a legal holiday by U.S. Government agencies. Also included would be any other day specifically declared by the President of the United States as a National Holiday.

12.3 PARKING POLICY:

Parking information is available from the VA Police. It is the responsibility of Contractor personnel to park only in designated parking areas. The VA shall not invalidate or make reimbursement for parking violations of the Contractor's personnel under any circumstances.

12.4 BADGES:

All Contractor personnel are required to wear VA identification (I.D.) badges during the entire time they are on the VA grounds. Temporary VA I.D. badges shall be obtained from the SPD located on the ground floor. VA I.D. badges shall be returned at the end of the day or on completion of the service.

12.5 SMOKING POLICY:

Smoking is not permitted within or around VA Medical facilities, except in designated areas.

13. ADMINISTRATION

13.1 INVOICE REQUIREMENT:

The invoice shall be itemized to include the information listed below. Incomplete and incorrect invoices shall be returned for correction.

(1) Invoice Number and Date

(2) Contract Number

(3) Purchase Order/Obligation Number

(4) Line item from Schedule of Service associated with each charge

(5) Net Payment Due

Contractor shall submit original invoice with pre-printed company name. For the

Government invoice/billing address information, reference Contract Administration Data section.

13.2 POST-AWARD PERFORMANCE CONFERENCE:

The Contracting Officer shall schedule a post-award performance conference with the Contractor, if deemed necessary, for contract orientation purposes.

The contract shall be subject to the regulations issued by the Department of Health and Human Services, as mandated by the Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the Privacy Act of 1974. The contractor shall comply with all VA security policies and applicable confidentiality statutes, including 38 USC 5701, 38 USC 5705, 38 USC 7332, 5 USC 552a (Privacy Act), as well as 45 CFR Parts 160,162 and 164 (Health Insurance Portability and Accountability Act). Federal Acquisition Regulations 52.224-1 Privacy Act Notification and 52.224-2 Privacy Act are provided in full text in the Addendum to FAR clause 52.212-4. The Contractor is not authorized to release any medical record information. The VA is the sole entity authorized to release this information upon written request from the patient. Reference Policy Memorandum No. 136-48-06, dated Sept. 8, 2006, Release of Medical Information.

13.3 CONTRACTOR SUBMITTALS/INSURANCE REQUIREMENTS:

Contractor shall be required to provide copies of the following:

a. The Contractor shall be required to comply with Federal and State Workers Compensation and liability insurance. Reference FAR clause 52.228-5- Insurance and Subpart 28.307-2-Liability.

b. Prior to contract award, the Contractor shall furnish to the Contracting Officer certification from the insurance company indicating that the coverage has been obtained and that it shall not be changed or cancelled without guaranteed thirty (30) day notice to the Contracting Officer. New certifications shall be furnished at least 30 days prior to the expiration date of the current insurance policy.

c. In accordance with "FAR 28.307-2(c) the Contractor shall maintain automobile liability insurance for bodily injury and property damage on all vehicles used in the performance of this contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and

$500,000 per occurrence for bodily injury and $20,000 per occurrence for

property damage.

Link/URL: https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA24814Q2901/listing.html

Copyright:  (c) 2013 Federal Information & News Dispatch, Inc.
Wordcount:  3189

Newer

Combine Solicitation – USPSC – Humanitarian Assistance Advisor to the Military (Multiple Positions)

Advisor News

  • Geopolitical instability and risk raise fears of Black Swan scenarios
  • Structured Note Investors Recover $1.28M FINRA Award Against Fidelity
  • Market reports turn economic trends into a strategic edge for advisors
  • SEC in ‘active and detailed’ settlement talks with accused scammer Tai Lopez
  • Sketching out the golden years: new book tries to make retirement planning fun
More Advisor News

Annuity News

  • An Application for the Trademark “TACTICAL WEIGHTING” Has Been Filed by Great-West Life & Annuity Insurance Company: Great-West Life & Annuity Insurance Company
  • Annexus and Americo Announce Strategic Partnership with Launch of Americo Benchmark Flex Fixed Indexed Annuity Suite
  • Rethinking whether annuities are too late for older retirees
  • Advising clients wanting to retire early: how annuities can bridge the gap
  • F&G joins Voya’s annuity platform
More Annuity News

Health/Employee Benefits News

  • AM Best Affirms Credit Ratings of The Cigna Group and Its Subsidiaries
  • Iowa insurance firms warn bill would make health costs rise
  • Farmers among many facing higher insurance premiums
  • Mark Farrah Associates Analyzed the 2024 Medical Loss Ratio and Rebates Results
  • PID finds violations by Aetna Insurance
More Health/Employee Benefits News

Life Insurance News

  • Busch, Pacific Life settle dispute over $8.5M investmentFormer NASCAR champion Kyle Busch settles $8.5M lawsuit against life insurance companyTwo-time NASCAR champion Kyle Busch and a life insurance company have settled an $8.5 million lawsuit in which the driver said he was misled into purchasing policies marketed as safe retirement plans
  • AM Best Affirms Credit Ratings of The Cigna Group and Its Subsidiaries
  • U-Haul Holding Company Announces Quarterly Cash Dividend
  • Jackson Earns Award for Highest Customer Service in Financial Industry for 14th Consecutive Year
  • Annexus and Americo Announce Strategic Partnership with Launch of Americo Benchmark Flex Fixed Indexed Annuity Suite
More Life Insurance News

- Presented By -

Top Read Stories

More Top Read Stories >

NEWS INSIDE

  • Companies
  • Earnings
  • Economic News
  • INN Magazine
  • Insurtech News
  • Newswires Feed
  • Regulation News
  • Washington Wire
  • Videos

FEATURED OFFERS

Elevate Your Practice with Pacific Life
Taking your business to the next level is easier when you have experienced support.

Your Cap. Your Term. Locked.
Oceanview CapLock™. One locked cap. No annual re-declarations. Clear expectations from day one.

Ready to make your client presentations more engaging?
EnsightTM marketing stories, available with select Allianz Life Insurance Company of North America FIAs.

Press Releases

  • RFP #T25521
  • ICMG Announces 2026 Don Kampe Lifetime Achievement Award Recipient
  • RFP #T22521
  • Hexure Launches First Fully Digital NIGO Resubmission Workflow to Accelerate Time to Issue
  • RFP #T25221
More Press Releases > Add Your Press Release >

How to Write For InsuranceNewsNet

Find out how you can submit content for publishing on our website.
View Guidelines

Topics

  • Advisor News
  • Annuity Index
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • From the Field: Expert Insights
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Magazine
  • Insiders Only
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Washington Wire
  • Videos
  • ———
  • About
  • Advertise
  • Contact
  • Editorial Staff
  • Newsletters

Top Sections

  • AdvisorNews
  • Annuity News
  • Health/Employee Benefits News
  • InsuranceNewsNet Magazine
  • Life Insurance News
  • Property and Casualty News
  • Washington Wire

Our Company

  • About
  • Advertise
  • Contact
  • Meet our Editorial Staff
  • Magazine Subscription
  • Write for INN

Sign up for our FREE e-Newsletter!

Get breaking news, exclusive stories, and money- making insights straight into your inbox.

select Newsletter Options
Facebook Linkedin Twitter
© 2026 InsuranceNewsNet.com, Inc. All rights reserved.
  • Terms & Conditions
  • Privacy Policy
  • InsuranceNewsNet Magazine

Sign in with your Insider Pro Account

Not registered? Become an Insider Pro.
Insurance News | InsuranceNewsNet