Search Contract Opportunities

Mobile PET CT Lease

ID: 36C25623Q0646 • Type: Sources Sought
If You Don't Win This Contract, We Know Who Probably Will

Use our Partner Finder tool to discover market leaders

Free Trial Schedule Demo

Description

Department of Veterans Affairs Network Contracting Office (NCO) 16 Request For Information (RFI) DISCLAIMER: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. All information contained in this Request for Information (RFI) is preliminary as well as subject to amendment and is in no way binding on the Government. Information submitted in response to this notice is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it will be synopsized in the Federal Contract Opportunities website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI 1. Title: Mobile PET CT Lease Central Arkansas Veterans Healthcare System, Little Rock AR 2. Purpose: The purpose of this RFI is to identify potential sources which will aid in defining the procurement strategy (e.g., set-aside, sole source, unrestricted) for a solicitation the VA intends on issuing shortly for the following to fulfill the procurement for a PET CT system set up inside of a shielded parked trailer stationed outside of the John L. McClellan VAMC in Little Rock, AR.: Model / Part Number Item /Description of Supplies/Equipment Qty PET/CT Scanner that meets or exceeds the following characteristics: GE Discovery DR/MI PET/CT or Digital PET/CT Scanner or comparable Must have LYSO crystal-based technology and minimum 64 slice (128 slice preferred) CTAC. Time of flight scanning with a timing resolution less than 600ps is requisite. QSuite or equivalent package QClear iterative reconstruction or equivalent technology QCORE Power upgrade when applicable or equivalent upgrade 2M Scan Range preferred Most current software level per vendor; studies to be read on MIM software Windows 7 or later version (Windows XP not acceptable) Metal Artifact Reduction preferred SnapShot imaging or equivalent package Q Static or equivalent package Motion Compensation Technology Advanced Scan tools for: o Cardiac processing to include Myocardial blood flow and quantitation o Cardiac Ca++ scoring o Oncology o Neuro o PET Bone Imaging o Low Dose CT Lung Screening o Post-processing High Resolution LCD Monitor DICOM Workflow Management IHE Schedule Workflow Physiological Synchronization DVD read/write device DICOM Store/Query/Retrieve ACR Accredited system PET/CT Trailer Must provide industry-standard mobile unit; typical minimum size is 8 6 wide x 48 long to accommodate full access inside trailer and around PET/CT scanner. Trailer must contain an ABA (Architectural Barriers Act) compliant Patient Injection Area. Hand washing sink. Must include HVAC system that meets manufacturer requirements. Handicapped accessible meeting all ADA guidelines. The PET/CT trailer shall provide the space sufficient for the monitoring of injected patients and conducting CPR and code, if needed. Adequate radiation shielding and security measures are requisite. The Mobile Trailer shall also have an intercom system between the control room and scanning room Optional Patient Experience Upgrades, such as: Sky Panels Patient Preference Lighting Controls Changing area for patients within mobile unit (if available) Support and Maintenance, including: A Quality Assurance Program Which Meets or Exceeds Joint Commission Standards Marketing Support Operations Support Parts and Service on Equipment that complies with OEM recommendations All Service and Maintenance as required to maintain it in proper working order and suitable for use by CAVHS for patient care. Schedule maintenance and ad hoc repair of equipment to ensure that it operates at 96% or more of scheduled uptime. Twenty-four hour response time to resolve critical repair issues; defined as those that prohibit the system to be used for patient care. Forty-eight hour response time to resolve urgent repair issues; defined as those that have a significant negative impact on workflow and/or comfort. Five-day response time to resolve minor repair issues; defined as those that cause only a minor inconvenience to workflow and/or comfort or that are strictly cosmetic in nature. Remote Diagnostic and Technical Support (Requires Internet Connection) Orientation for Medical Center Staff On-Site Applications Training System Networking Interfaces The PET CT shall be able to send DICOM images to both VistA Imaging and the commercial PACS (Philips Vue PACS) in use at CAHVS. Images may be sent directly to VistA & PACS or through a DICOM Router. Must be compatible with DICOM Modality Worklist C-Find {MWL) to query exams. Contractor's equipment must be compatible with the VA existing equipment and/or IT systems. The PET CT must be compatible with the VA s current and future patient health record systems, specifically VistA and Cerner. At the end of the contract period, the Hard Drive must remain with the VA. Cost for a replacement Hard Drive should be included in the offeror s response. 1 The anticipated Small Business Administration (SBA) size standard for the North American Industry Classification System (NAICS) code ___________ is ____________ (employees or dollars). 3. Responses Requested: The following questions must be answered in response to this RFI. Answers that are not provided shall be considered non-responsive to the RFI: a. Where are the requested items/equipment manufactured? Vendor must attach documentation of this information to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice b. Are the requested items/equipment manufactured by a Small or Large business? Is the potential vendor in compliance with the Non-Manufacturer Rule (NMR)? Vendor must attach documentation of this to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice c. Is the Vendor an authorized distributor with access to Original Equipment Manufacturer (OEM) parts which may be required in performance of this requirement? The VA does not accept grey market items and therefore the Vendor must attach evidence of this access (Authorized Distributor letter) to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice. d. Name of potential Contractor that possess the capability to fulfill this requirement. Contractors shall also provide the following: Point(s) of contact name: _______________________________________________ Address: ___________________________________________________ Telephone number: ___________________________________________ Email address: _______________________________________________ Company's business size: ________________________________________________ Data Universal Numbering System (DUNS) #: _______________________________ e. Is your company considered a small business concern, SB, SDVOSB, VOSB, HUBZone, or 8A concern, with the requisite __________________ NAICS code? Please provide proof of qualifications. f. Is your company available under any Government Wide Agency Contract (GWAC), General Services Administration (GSA) Schedule, Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)? If so, please identify the contract number for the Government to review as part of this Market Research. 4. Opportunity/Market Pricing: The MEDVAMC is seeking information from potential vendors on their ability to provide the required items/equipment. THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI in order to assist the MEDVAMC in determining potential levels of competition and general market pricing available in the industry. Therefore, vendors are requested to submit estimated market research pricing along with their responses to the above. The estimated pricing will be considered when determining the procurement strategy for the forthcoming solicitation. 5. Instructions and Response Guidelines: Questions regarding this RFI shall be submitted no later than 10:00am (CST), March 24, 2023 via email to diyonne.williams@va.gov RFI responses are due by 10:00am (CST), Friday, March 24, 2023; size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format via email to diyonne.williams@va.gov The subject line shall read: Mobile PET CT Lease. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 3(a) - 3(f). Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by MEDVAMC as Market Research and will not be released outside of the MEDVAMC Purchasing and Contract Team. 7. Contact Information: Diyonne Williams DIYONNE.WILLIAMS@va.gov Your response to this notice is greatly appreciated!

Overview

Response Deadline
March 24, 2023, 11:00 a.m. EDT Past Due
Posted
March 17, 2023, 6:59 p.m. EDT
Set Aside
None
Place of Performance
Central Arkansas Veterans Healthcare System John L. McClellan Memorial Veterans' Hospita Little Rock AR 72205
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Sole Source
Odds of Award
21%
Signs of Shaping
The solicitation is open for 6 days, below average for the VISN 16: South Central VA Health Care Network.
On 3/17/23 VISN 16: South Central VA Health Care Network issued Sources Sought 36C25623Q0646 for Mobile PET CT Lease due 3/24/23. The opportunity was issued full & open with NAICS 532120 and PSC W065.
Primary Contact
Title
DIYONNE WILLIAMS
Name
DIYONNE.WILLIAMS@VA.GOV   Profile
Phone
(601) 206-6956

Documents

Posted documents for Sources Sought 36C25623Q0646

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 36C25623Q0646

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 36C25623Q0646

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 256-NETWORK CONTRACT OFFICE 16 (36C256)
FPDS Organization Code
3600-00256
Source Organization Code
100186525
Last Updated
April 23, 2023
Last Updated By
diyonne.williams@va.gov
Archive Date
April 23, 2023