Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

65--MRI LEASING 8-CHANNEL - HDI MOBILE MRI SYSTEM

Solicitation Number: W91YTZ-08-T-0128
Agency: Department of the Army
Office: U.S. Army Medical Command
Location: MEDCOM, North Atlantic Regional Contracting Office
  • Print
:
W91YTZ-08-T-0128
:
Presolicitation
:
Added: Jul 31, 2008 5:12 pm Modified: Sep 11, 2008 8:28 pmTrack Changes
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation uses Simplified Acquisition Procedures (SAP) authorized in FAR Subpart 13.5 and is expected to result in the award of one firm-fixed price contract. The resulting award will be made on SF 1449, for commercial items. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This is solicitation number W91YTZ-08-T-0128 and is a request for quotation (RFQ). This is an unrestricted procurement. The Standard Industrial Classification Code is 7359 and the NAICS code of 621512.
The North Atlantic Regional Contracting office, Womack Army Medical Center, Fort Bragg, NC intends to solicit, negotiate, and award a contract using other than full and open competition procedures for the following:
1. Lease of One Mobile MRI Equipment Truck installed on site at Womack Army Medical Center, Fort Bragg, NC 28310-5000 for approximately 120 days from 3 October 2008 on or about 2 February 2009.
2. Request additional contract quote on additional 60 days which will be considered as an option if needed.
3. Delivery, Installation and Set-Up required no later than 3 October delivery date. Unit must be functional and working on this date.
4. Quotes are to be emailed to Donna Blossom at donna.blossom@us.army.mil no later than 1:00 on 18 September 2008
5. Provide your Companies Dun and Bradstreet number (DUNS); your cage code; and your tax ID number along with your quote.
6. Contractor shall be responsible for any and all maintenance of the vehicle 24 hours a day. Contractor shall submit types of services available and POC.
7. Payment will be made by Wide Area Work Flow on a monthly basis.

The following are the salient characteristic that must be met in order to consider the offer.
1. Equipment must be comparable to the GE 1.5T MRI System that is currently used in the facility as it contains software; hardware, and coils necessary to perform MRI Exams. Service and preventive maintenance coverage-includes all parts and labor, labor (8:00AM-9:00 PM, M-F)(preferred) and cryogens; but will accept labor (8:00AM 5 PM, M-F).
2. Equipment Description provided in lease agreement (the following mobile MRI System specifications are acceptable):

--MRI Mobile System Specifications (Option 1)
GE 1.5T 8-channel HDi Mobile MRI System
a. Advanced 60cm Integrated Body Module (133 cm-wide Flared Aperture)
b. Short Bore Wide-Open Enclosures with IIQ upgrade
c. CX/K4-150 Magnet (Low Cryogen Consumption)
d. Flat Panel 23 LCD Wide screen Monitor
e. 18 GB 90,000 (256x256) Image Capacity Hard Drives
f. 1.3 GB Maxoptic Magnetic Optical Disk Drive; DICOM 3.0 Compatible
g. ACGD Gradients
h. Reflex 100 Quad Array Processor

Scan Tools 14.0 (HDi Software)
Asset, EchoPlus, FTMRA, 3D FIESTA, FIESTA-C, 2D Fat-Sat FIESTA, 3D Fat- Sat FIESTA for Cardiac, 3D FatSat Cardiac and LAVA GE PROPELLER software for Neuro Imaging and TRICKS-XV for Vascular Imaging

Scan Tools 2000
a. Fast Spin Echo & Flair
b. Fast Gradient Echo
c. CINE
d. Phase Contrast Vascular
e. Echo Planar Imaging (Multi-Shot Technique)
f. Time of Flight
g. 3D Surface / Voxtool
h. ClariView
i. Interactive Vascular Imaging
j. Flair EPI
k. Three Plane Localizer
l. FSE-XL
m. Single-Shot FSE
n. SmartPrep
o. Probe 2000
p. FuncTool 2000


Software Options Included:

Multi-Angle Multi-Slice
EchoPlus (Diffusion Weighted Imaging)
Special (Spectral Inversion at Lipid)
Functools (Perfusion Weighted Imaging)

Regular and Phased Array Coils:
Head coil
Dual Flex Array Package (including):
One (1) 3 coil
One (1) 5 General Purpose Flex Coil
One Eye and Ear Coil Holder
One Dual Array Adapter
Knee/extremity Coil (chimney design)
Shoulder Array
Wrist coil
Torso Array

8 Channel Coils:
8 channel Brain
8 channel (12 element) Body array coil
8 channel (12 element) CTL coil
8 channel (12 element) Neurovascular
8 channel knee (Invivo)

DryView Laser Camera
Medrad Spectra Power Injector
Certified Mobile Trailer

--MRI Mobile System Specifications (Option 2)
GE 1.5 EchoSpeed Plus with Excite HDi 14.0 8-Channel Software

_ 14.0 Level Software
- WideOpen Short Bore Magnet with Dual Flared Enclosures
- Wide patient opening 60 cm.
- Patient Bore is (LxWxH) 70 cm x 60 cm x 60 cm
- Patient table accomodates patient weight to a maximum 350 lbs.
- High performance Gradient Subsystem
- Gradient strength is 33 mT/m
- Slew rate is 120 T/M/s
- Scan Tools 14.0 Enhancement Package
- 3D Fiesta Fiesta C
- 3D Fat Sat Fiesta
- Asset
- Lava Vx
- Variable FOV from 2 cm to 48 cm
- Dicom 3.0 Compliant with Connect Pro
- 2D Spin Echo (SE), 2D Inversion Recovery (IR), Double IR, Triple IR, 2D and 3D Gradient Echo (GRE), Fast
Recovery Fast Spin Echo (FRFSE), Single Shot Fast Spin Echo (SSFSE), 3D Fast Recovery Fast Spin Echo
(3DFRFSE), 2D/3D Spoiled Gradient Recalled (SPGR), 2D/3D Fast Spin Echo, Fast Spin Echo XL, 2D/3D Fast
Gradient Echo (FGRE), 2D/3D Fast spoiled Gradient Echo (FSPGR), Cine, Fast Flair, EPI, IVI, 3D Surface
Rendering and ClairView, T1 Flair, T2 Flair
- 2D/3D Time of Flight Angiography (TOF)
- 2D/3D Phase Contrast MR Angiography
- MRCP SSFSE, Single Shot Fast Spin Echo Cholangiopancreatography
- MRCP3 Spin Echo Cholangiopancreatography
- SmartPrep
- Fluoro-triggered MRA
- Single Shot Diffusion Weighted Imaging - EchoPlus
- Perfusion Analysis (Imaging)
- FuncTool Performance
- Tricks
- Propeller
- 2D Merge
- I Drive Pro Plus
- EchoPlus
- Cosmic
- Vibrant
Coils:
- 8 Channel CTL Array
- 8 Channel Neurovascular Array
- 8 Channel Body Array
- 8 Channel Head Array
- Quad Extremity Coil
- Quad Head Coil
- Shoulder Array Coil
- Dual Array Package
- DryView Laser Camera
- Medrad Spectra Power Injector
- Certified Mobile Trailer


--MRI Mobile System Specifications (Option 3)
GE 1.5 EchoSpeed Plus with Excite HD 12.0 MR System in a Mobile Trailer,
with a Dryview Laser Camera.

GE 1.5 EchoSpeed Plus with Excite HD 8-Channel Software
_12.0 Level Software
- WideOpen Short Bore Magnet with Dual Flared Enclosures
- Wide patient opening 60 cm.
- Patient Bore is (LxWxH) 70 cm x 60 cm x 60 cm
- Patient table accomodates patient weight to a maximum 350 lbs.
- High performance Gradient Subsystem
- Gradient strength is 33 mT/m
- Slew rate is 120 T/M/s
- Scan Tools 12.0 Enhancement Package
- Fiesta
- Asset
- Lava
- Variable FOV from 2 cm to 48 cm
- Dicom 3.0 Compliant with Connect Pro
- 2D Spin Echo (SE), 2D Inversion Recovery (IR), Double IR, Triple IR, 2D and 3D Gradient Echo (GRE), Fast
Recovery Fast Spin Echo (FRFSE), Single Shot Fast Spin Echo (SSFSE), 3D Fast Recovery Fast Spin Echo
(3DFRFSE), 2D/3D Spoiled Gradient Recalled (SPGR), 2D/3D Fast Spin Echo, Fast Spin Echo XL, 2D/3D Fast
Gradient Echo (FGRE), 2D/3D Fast spoiled Gradient Echo (FSPGR), Cine, Fast Flair, EPI, IVI, 3D Surface
Rendering and ClairView, T1 Flair, T2 Flair
- 2D/3D Time of Flight Angiography (TOF)
- 2D/3D Phase Contrast MR Angiography
- MRCP SSFSE, Single Shot Fast Spin Echo Cholangiopancreatography
- MRCP3 Spin Echo Cholangiopancreatography
- SmartPrep
- Fluoro-triggered MRA
- Single Shot Diffusion Weighted Imaging - EchoPlus
- Perfusion Analysis (Imaging)
- FuncTool Performance
- Tricks
- Propeller
- Vibrant
Coils:
- 8 Channel CTL Array
- 8 Channel Neurovascular Array
- 8 Channel Body Array
- 8 Channel Head Array
- Quad Extremity Coil
- Quad Head Coil
- Shoulder Array Coil
- Dual Array Package
- DryView Laser Camera
- Medrad Spectra Power Injector
- Certified Mobile Trailer


The following provisions in their latest editions apply to this solicitation. FAR Clauses and provisions apply and can be viewed at http://www.arnet.gov/far.
(1) FAR 52.212-1, Instructions to Offeror-Commercial Items with the addendum that: The offer submitted shall include: (1) proposed prices (including Option); (2) Technical capability to include product literature, catalog price lists if available; (3) completed copy of FAR 52.212-3. Offer Representations and Certifications-Commercial items, and (4) Past Performance, minimum of three references for similar scope of work, with whom past performance can be verified, to include contact name, telephone number, e-mail address and contract number and dollar value. Offers may submit any other information regarding specific contracts that they deem relevant to the evaluation of their past performance.
(2) FAR 52.222-50 Combating Trafficking in Persons
(3) FAR 52.212-2, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitations will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate Offers: Technical Capability, Price and Past Performance. Technical will be evaluated as either Acceptable or Unacceptable. Definitions are as follows: ACCEPTABLE: To be rated acceptable, the offerors technical proposal must demonstrate it can meet all requirements in the Statement of Work. UNACCEPTABLE: A technical proposal that fails to demonstrate it can meet one or more requirements of the Statement of work will be determined unacceptable. Past Performance will be evaluated as high risk, medium risk and low risk with definitions as follows: Unsatisfactory / High Risk - Significant doubt exists that the offeror will satisfactorily perform the services on solicitation, based on preponderance of unsatisfactory performance records under the various factor evaluations, or offerors record of unsuccessful past and current contracts performance in fulfilling requirements similar to the size and complexity of the services under solicitation. Verification of past performance shows that offerors have consistently not met work schedules and other obligations, have defaulted on at least one contract within the past three years, or have chronically failed to meet contract terms. -Satisfactory / Moderate Risk - Some doubt exists based on instances of record of poor performance, especially in contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror meets work schedules and specified services most of the time, meets contract terms without failure or resolves issues immediately, and has not been defaulted on any contract within the past three years. Good / Low Risk - Little doubt exists, based on the offeror's preponderance of good, if not excellent past and current records of contract performance, especially in large contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror consistently meets work schedules, provides specified services, meets contract terms without failure, and has not been defaulted on any contract within the past three years.
Offeror without technical or insufficient technical information to show that their offer meets the performance work statement shall not be evaluated for award. Neutral Risk No relevant past performance Information. PRICE: Price will be evaluated separately from past performance and will be evaluated for fairness and reasonability. Offeror shall provide their published price list with their offer.
The Government reserves the right to award to other than the low offeror for better technical capability and/or better performance records. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions if determined to be in its best interest to do so. It is now a requirement that all contractors doing business with the Department of Defense is registered with CCR (the website may be accessed on the internet at: www.ccr.gov to register. Referenced provisions and clauses may be accessed electronically at these addresses: http://www.arnet.gov/far; http://farsite.hill.af.mil; http://www.dtic.mil/dfar
(4) FAR 52.204-7, Central Contractor Registration
(5) FAR 52.212-3, Offeror Representations and Certifications; a completed copy of which shall be submitted with the offer.
(6) FAR 52.212-4, Contract Terms and Conditions.
(7) FAR 52.217-9 (a) Within 30 days; Intent letter within 60 days
(8) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, specifically, para (b)(15), (16),(17), (18), (19), (31),
(9) FAR 52.217-8, Option to Extend Services and FAR Clauses 52.217-9 (Within 30 days; Intent letter within 60 days)
(10) FAR 52.219-28, Post-Award Small Business Program Representation
(11) FAR 52.222-21, Prohibition of Segregated Facilities
(12) FAR 52.222-26, Equal Employment
(13) FAR 52.222-35, Equal Opportunity for Special Disabled Veterans
(14) FAR 52.222-36, Affirmative Action for Workers with Disabilities
(15) FAR 52.222.37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans.
(16) FAR 52.225-3, Buy American Act North American Free Trade Agreement
(17) FAR 52.252-1: for all referenced clauses/provisions, see web site http://www.arnet.gov/far or http://web2deskbook.osd.mmil/default.asp
(18) DFAR 252.225-7000, Buy American Act Balance of Payments Program Certificate
(19) DFAR 252.212-7001, Contract Terms
(20) DFAR 252.225-7002, Qualifying Country Sources as Subcontractors
(21) DFAR 252.232.7003, Electronic Submission of Payment Request and Receiving Report
(22) DFAR 252.204-7004, Required CCR







:
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
:
Womack Army Medical Center 4-2817 Reilly Road Fort Bragg NC
28310-5000
US
:
donna.blossom, (910) 907-6851

Medcom Contracting Center North Atlantic