Special Notice – Q– Mobile MRI Rental
| Federal Information & News Dispatch, Inc. |
Notice Type: Special Notice
Posted Date:
Office Address:
Subject: Q-- Mobile MRI Rental
Classification Code: Q - Medical services
Contact: Candace M RennContract Specialist 813-972-7541 mailto:[email protected]
Description:
Tampa VAMC
SPECIAL NOTICEIntent to Sole Source
Network Contracting Office 8 intends to negotiate a direct award GSA task order with
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
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
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
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
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
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
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,
" 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
"
"
3.4 LOCATION OF EQUIPMENT:
Contractor shall park the trailer equipped with the MRI system at the designated parking area of the
3.3 DELIVERY SCHEDULE:
Delivery and set up of the mobile MRI unit at the
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
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
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 =
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:
Telephone Number:
The POC shall be available by telephone Monday thru Friday, between
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),
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 are defined as
12.2 NATIONAL HOLIDAYS:
Listed below are the ten national holidays:
Memorial
Labor
When a Holiday falls on a Sunday, the following Monday shall be observed as a legal holiday by
12.3 PARKING POLICY:
Parking information is available from the
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
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
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 |



Combine Solicitation – USPSC – Humanitarian Assistance Advisor to the Military (Multiple Positions)
Advisor News
- Retirement optimism climbs, but emotion-driven investing threatens growth
- US economy to ride tax cut tailwind but faces risks
- Investor use of online brokerage accounts, new investment techniques rises
- How 831(b) plans can protect your practice from unexpected, uninsured costs
- Does a $1M make you rich? Many millionaires today don’t think so
More Advisor NewsAnnuity News
- Great-West Life & Annuity Insurance Company Trademark Application for “EMPOWER BENEFIT CONSULTING SERVICES” Filed: Great-West Life & Annuity Insurance Company
- 2025 Top 5 Annuity Stories: Lawsuits, layoffs and Brighthouse sale rumors
- An Application for the Trademark “DYNAMIC RETIREMENT MANAGER” Has Been Filed by Great-West Life & Annuity Insurance Company: Great-West Life & Annuity Insurance Company
- Product understanding will drive the future of insurance
- Prudential launches FlexGuard 2.0 RILA
More Annuity NewsHealth/Employee Benefits News
Life Insurance News
- To attract Gen Z, insurance must rewrite its story
- Baby On Board
- 2025 Top 5 Life Insurance Stories: IUL takes center stage as lawsuits pile up
- Private placement securities continue to be attractive to insurers
- Inszone Insurance Services Expands Benefits Department in Michigan with Acquisition of Voyage Benefits, LLC
More Life Insurance News