The RFP Database
New business relationships start here

Mobile MRI Lease for the Buffalo VAMC


New York, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

COMBINED SYNOPSIS/SOLICITATION
MOBILE MRI LEASE SERVICE CONTRACT
BUFFALO VA MEDICAL CENTER
(i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and FAR 13.5 Simplified Procedures for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
(ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24218Q0329.
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1.
(iv) This procurement is being issued as a small business set-aside. The North American Industry Classification System (NAICS) code is 532490, Other Commercial and Industrial Machinery and Equipment Rental and Leasing, with a small business size standard of $32.5 Million.
(v) The Contractor shall provide pricing to provide a five month lease with one option month of the GE SIGNA Horizon 1.5T Mobile MRI System; model GE 23X HDXT at the Buffalo VA Medical Center. See table below for instrumentation and timeframe of option periods:

ANNUAL TOTAL PRICING
Line Item
DESCRIPTION
QUANTITY
UNIT
TOTAL PRICE
1.
Rental of GE SIGNA Horizon 1.5 Mobile MRI System; model GE 23X HDXT
5
MO

2.
Option month: Rental of GE SIGNA Horizon 1.5 Mobile MRI System; model GE 23X HDXT
1
MO


TOTAL PRICE




(vi) Description of requirement: The contractor shall provide all parts and labor identified in the SOW.

Background
The Buffalo VAMC requires the lease of the GE SIGNA Horizon 1.5T Mobile MRI System. This medical device is used for diagnostic patient care at the Buffalo VAMC. The leased mobile MRI unit is compatible and will be utilized during the installation of new equipment, GE Artist 1.5T MRI System. This MRI must produce the same results or better than the current one and be available for a period of 5 months. Delivery by April 13th is essential for the completion of the project. Any delays would cause an extreme increase in cost or possible cancellation of the project.

General Requirements
The Contractor shall be qualified / authorized by the Original Equipment Manufacturer (OEM) in the service/repair equipment listed within this contract. Contractor shall maintain qualifications throughout entire contract period. Qualifications include but not limited to the certification of all repair persons and repair facilities by the OEM as being trained / qualified to perform required repairs. The Government shall maintain the right to seek proof of qualification prior to award and anytime during contract period of performance.

Statement of Work
The contractor shall provide a five (5) month lease to with up to one (1) option month on GE SIGNA Horizon 1.5T Mobile MRI System; model GE 23X HDXT. The lease agreement shall provide an Original Equipment Manufacturer (OEM) full service maintenance to OEM specifications. The contractor will be responsible for full maintenance coverage by providing all replacement parts, labor, travel expenses, tools, test equipment and other incidentals necessary to maintain or restore the listed equipment to operating specifications according to the manufacturer s recommendations throughout the term of the contract. This period of performance will begin with a delivery date of no later than April 13, 2018 and shall be fully functional by April 27, 2018 this will continue for approximately five (5) months until August 30, 2018. The option month will include through September 30th, 2018.

Service of equipment shall be conducted Monday Friday 8:00 am 9:00 pm, excluding Federal Holidays. Federal holidays observed by the Buffalo VAMC are New Year s Day, Martin Luther King Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day.
Software to include: inhance 3D flow and velocity, multi-echo gradient, and probe 200 upgrade.
Qualified technologists from Lessee shall be provided.
Thirty-two (32) hours of applications training shall be provided by vendor.
The hard drive is to remain at the Buffalo VAMC and will not be returned to the vendor for any reason.

The contractor shall provide a no charge invoice summarizing the repair and maintenance of the GE SIGNA Horizon 1.5T Mobile MRI System; model GE 23X HDXT. The contractor must have the skills, training from the OEM and experience to be qualified to repair the radiology equipment.

(vii) Awardee shall coordinate with the Contracting Officer s Representative (COR), James DiFrancesco, prior to performance.
FOB Destination
Buffalo VA Medical Center
3495 Bailey Avenue
Buffalo, NY 14215-1129

(viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1:
Solicitation number for this requirement as 36C24218Q0290
Name, address and telephone number of offeror
Technical description of services to be performed in accordance with the Statement of Work
Terms of any express warranty, if applicable
Price
Acknowledgement of any solicitation amendments
Past performance information
A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation

Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

The following provisions are included as addenda to FAR 52.212-1:

52.204-16 Commercial and Government Entity Code Reporting (July 2016)
52.204-17 Ownership or Control of Offeror (July 2016)
52.204-20 Predecessor of Offeror (July 2016)
52.216-1 Type of Contract (April 1984)
52.233-2 Service of Protest (SEPT 2006)
852.209-70 Organizational Conflicts of Interest (JAN 2008)
852.233-70 Protest Content (JAN 2008)
852.233-71 Alternate Protest (JAN 1998)
852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)
852.270-1 Representatives of Contracting Officers (JAN 2008)

(ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition.
The following are considered Acceptable/Non-Acceptable factors. Failure by the contractor to meet these qualifications or provide evidence of them in their submitted quotation will result in immediate disqualification from award. These factors are non-negotiable and must be addressed in their entirety.
Award shall be made to the contractor whose quotation offers the lowest priced technically acceptable to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria:
Factor 1 Technical Capability: Provide a maximum of a 5 page capability statement demonstrating technical Capability to meet all of the requirements of the scope of work. This includes the qualifications and certifications of the technologists.

Factor 2 Past Performance: The Government shall evaluate the offeror s past performance. By past performance, the Government means the offeror s reputation for conforming to specifications and to standards of good workmanship, i.e., reliable service, qualifications, adherence to contract schedules to include both technical and administrative aspects of performance. The Government shall evaluate past performance on the basis of information that may be obtained from the Offeror or from any other source such as previous commercial or Government contracts. The Government may also use any relevant information in its possession or in the public domain. Offerors without a record of relevant past performance may not be evaluated favorably or unfavorably.

Factor 3 Price: This factor indicates what each offeror s proposal will cost the Government, if selected.

Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE.

(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4:
52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014)
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011)
52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011)
52.217-8 Option to Extend Services (NOV 1999)
52.217-9 Option to Extend the Term of the Contract (MAR 2000)
52.232-18 Availability of Funds (APR 1984)
52.228-5 Insurance-Work on a Government Installation (JAN 1997)
CL-120 Supplemental Insurance Requirements
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
852.203-70 Commercial Advertising (JAN 2008)
852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016)
852.232-72 Electronic Submission Of Payment Requests (NOV 2012)
852.237-70 Contractor Responsibilities (APR 1984)
001AL-11-15- A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011)
001AL-11-15- B Subcontracting Commitments - Monitoring and Compliance (JUNE 2011)

(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition.
52.219-6 Notice of Total Small Business Set-Aside (NOV2011)
52.219-28 Post Award Small Business Program Representation (Jul 2013)
52.222-3 Convict Labor (June 2003)
52.222-21 Prohibition of Segregated Facilities (APR 2015)
52.222-26 Equal Opportunity (APR 2015)
52.222-50 Combating Trafficking in Persons (MAR 2015)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
52.232-34 Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013)
52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014)
52.222-51 Exemption from the Application of the Service Contract labor Standards to Contracts for Maintenance, Calibration or Repair of Certain Equipment (MAY 2014)
52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015).

(xiii) The Service Contract Act of 1965 does not apply to this procurement.

(xiv) N/A

(xiv) Quotes are required to be received NO LATER THAN 12:00 PM EDT, Tuesday, March 27, 2018. This requirement will be awarded as a firm fixed-price purchase order. Submit quotes and supporting documentation by email to Janine Childs at Janine.Childs@va.gov .

(xv) Direct your questions to Janine Childs, Contract Specialist, Janine.Childs@va.gov and Cheryl Brimmer, Contracting Officer, Cheryl.Brimmer@va.gov .

Janine Childs
Janine.Childs@va.gov

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP