5. PROJECT NUMBER (if applicable)
CODE
7. ADMINISTERED BY
2. AMENDMENT/MODIFICATION NUMBER
CODE
6. ISSUED BY
8. NAME AND ADDRESS OF CONTRACTOR
4. REQUISITION/PURCHASE REQ. NUMBER
3. EFFECTIVE DATE
9A. AMENDMENT OF SOLICITATION NUMBER
9B. DATED
PAGE OF PAGES
10A. MODIFICATION OF CONTRACT/ORDER NUMBER
10B. DATED
BPA NO.
1. CONTRACT ID CODE
FACILITY CODE
CODE
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:
The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers
E. IMPORTANT:
is extended,
(a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the
offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR
ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY
is not extended.
12. ACCOUNTING AND APPROPRIATION DATA
(REV. 11/2016)
is required to sign this document and return ___________ copies to the issuing office.
is not,
A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.
15C. DATE SIGNED
B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES
SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).
RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter
or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to
the opening hour and date specified.
C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
D. OTHER
Contractor
16C. DATE SIGNED
14. DESCRIPTION OF AMENDMENT/MODIFICATION
16B. UNITED STATES OF AMERICA
Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.
15A. NAME AND TITLE OF SIGNER
16A. NAME AND TITLE OF CONTRACTING OFFICER
15B. CONTRACTOR/OFFEROR
STANDARD FORM 30
PREVIOUS EDITION NOT USABLE
Prescribed by GSA - FAR (48 CFR) 53.243
(Type or print)
(Type or print)
(Organized by UCF section headings, including solicitation/contract subject matter where feasible.)
(Number, street, county, State and ZIP Code)
(If other than Item 6)
(Specify type of modification and authority)
(such as changes in paying office, appropriation date, etc.)
(If required)
(SEE ITEM 11)
(SEE ITEM 13)
(X)
CHECK
ONE
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,
IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
(Signature of person authorized to sign)
(Signature of Contracting Officer)
1
10
0001
07-18-2024
00256
Department of Veterans Affairs
G.V. (Sonny) Montgomery VAMC
Network Contracting Office 16
715 South Pear Orchard Road
Ridgeland MS 39157
10N16
Department of Veterans Affairs
G.V. (Sonny) Montgomery VAMC
A&MM Service (90C)
715 South Pear Orchard Road
Ridgeland MS 39157
To all Offerors/Bidders
36C25624Q0713
X
X
X
1
July 31, 2024 at 10:00 am CST
The purpose of this amendment is as follows:
1. Extend the response due date.
2. Replacing the Statement of Work and Price Schedule with the attached Statement of Work and Price Schedule.
3. Incorporating FAR Clause 52.232-18 Availability of Funds (APR 1984) into the solicitation.
Tammie Chaney
Contracting Officer
36C25624Q0713
Page 1 of
Page 1 of
Page 1 of
Page 1 of
STATEMENT OF WORK
Gene Taylor CBOC Mobile MRI Lease
Veterans Health Care System of the Ozarks
Springfield, MO
PURPOSE
The overall purpose is to provide and install a Mobile MRI Trailer and Equipment at Veterans Health Care System of the Ozarks (VHSO), Gene Taylor Community Based Outpatient Clinic, 1800 W. Republic St, Springfield, MO 65807.
SCOPE
The contractor to provide all equipment, tools, materials, labor, transportation, site construction (to include utility hook-ups (power, data, telephone), equipment training, on-site installation, and anything else necessary to provide for an equipment lease for fully functioning/fully operable 1.5 Tesla (T) Mobile Magnetic Resonance Imaging (MRI) System trailer for the Gene Taylor Community Based Outpatient Clinic (VA) at 1800 W. Republic St, Springfield, MO 65807.
The contractor is responsible for transporting the unit to and from the location.
The contractor shall be TJC (The Joint Commission) Accredited and/or shall follow established TJC guidelines, as they pertain to the Mobile MRI operations.
The Period of Performance will be for a 12-Month Base Period and four (4) 12-Month Option Periods.
The contractor must have the capability of providing a mobile MRI unit to be onsite 7 days per week for at least the Base Year with Four Option Years of service.
System/equipment shall be fully capable and able to transfer image and data to multiple modalities including VA PACS, VISTA Imaging, printers, and Hospital RIS System (full DICOM Communication). Each location shall have different IP addresses, subnet masks, and VPNs. Communication between MRI and Radiology Services PACS: The Contractor shall ensure that a convenient and robust means of DICOM transfer of MRI studies to the VA Radiology Service PACS is operational. The Contractor shall obtain and provide to the VA any technology necessary to ensure that MRI studies can be conveniently read on the existing VA PACS display technology. Any peripherals that the VA does not have but that is needed to ensure convenient and timely display of MRI studies in the VA Radiology Service shall be obtained by the Contractor, be installed, and be retained by the VA so that at future dates the archived studies can be reviewed. Each MRI study will be transferred to the VA PACS immediately following the acquisition of the study so that it can, if necessary, be reviewed before the patient leaves the MRI Trailer.
The Contractor shall have the MRI Trailer and Equipment in-place and fully operational no later than October 1, 2024.
The Mobile MRI Equipment shall be equal to or better than the description of a 1.5T Siemens Magnetom Aera.
The contractor is responsible for the maintenance of the unit, including all Preventative Maintenance, and all Parts and Labor. All Preventative Maintenance to be performed after normal duty hours.
Contractor agrees to cooperate with VA for quality control purposes.
Contractor agrees to meet all safety requirements such as posting MRI Hazardous ZONE Signs around the Mobile MRI Trailer.
SALIENT CHARACTERISTICS
Minimum requirements for this system are a state of the art 1.5T magnet:
Must have Tim 4G s integrated coil technology.
The MRI must have a minimum 70cm bore for patients that are claustrophobic and/or obese.
Gradient strength of 45mT/m@200T/m/s).
RF technology should have maximum of at least 204 channels and 24/48/64 independent receiver channels that can be used simultaneous in one single scan and in one single FoV, each generating an independent partial image.
Equipment will be capable of sending images to a minimum of 3 destinations (printer, PAC s, VistA, Hospital RIS System, etc)
MRI System will include the following application packages at a minimum:
Neuro Suite to include diffusion and perfusion imaging
Ortho Suite to include customizable workflows and susceptibility artifact reduction functionality.
Body Imaging Suite that includes FREEZEit technology to overcome motion and incorrect timing.
Software that includes ultra-fast, high-resolution, 2D and 3D protocols.
Angio Suite with software to optimize bolus timing, real-time graphics and automatic voice command to assist with ideal timing of breathing, scanning and contrast media.
Simultaneous Multi-Slice application
Patient experience applications that include lighting, music, video to calm anxious patients.
These Coils must be included at a minimum:
CP Extremity Coil (knee, ankle, Peripheral MR Angio)
Tx/Rx CP Head Coil
Body 18 coil
Peripheral Angio 36 coil
Hand/Wrist 16 Coil
Foot/Ankle 16 Coil
Flex Large 4 Coil (hip, shoulder, knee)
Shoulder Large 16, Shoulder Small 16 coils
Flex small 4 coil
Body 60/Body 20 Coil
Contour Coil
4-Channel Special Purpose Coil (carotids)
Loop Coil, small (fingers, toes)
Additional MRI Trailer and System Requirements:
CD Burner
Full compatibility with hospital PACS system
DICOM 3.0
Patient intercom system
Safety and Warning Systems Visual and Audible Alarms
Smoke Detectors, Fire Extinguishers
Emergency Lighting Battery
Phone and data ports
480v 50 power cable
Hydraulic patient lift, Stairs and railings
HVAC system to maintain trailer environmental systems
Operators and Technical support Manuals
Full System Service (Monday Friday after normal duty hours local time excluding Federal Holidays)
Regular scheduled maintenance to be performed after hours
24 Hour telephone technical support toll free line, response within 1 hour.
550 LBS maximum patient table weight
DELIVERY and INSTALLATION
Delivery
Contractor shall deliver all equipment to the Veterans Health Care System of the Ozarks (VHSO), Gene Taylor Community Based Outpatient Clinic, 1800 W. Republic St, Springfield, MO 65807. The contractor is responsible for transporting the unit to and from the location.
Installation
Install all equipment to manufacturer s specifications maintaining Federal, and Local safety standards
Installation must be completed by August 1, 2024. All work shall be completed between 8:00 a.m. and 4:30 p.m. Monday Friday. All federal holidays, excluded.
If there is an operational conflict with installation, night or weekend installation may be required. Government will provide a 72 hours' notice of change of installation hours.
The Contractor shall remove all related shipping debris and cleanup any construction associated with delivery and installation of the specified items. Contractor shall remove all packaging from the SLVHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect.
SITE CONDITIONS
There shall be no smoking, eating, or drinking inside the hospital at any time.
INSPECTION and ACCEPTANCE:
Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s).
The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer.
DELIVERY/STORAGE REQUIREMENTS
Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon.
Package to prevent damage or deterioration during shipment, handling, storage and installation. Maintain protective covering in place and in good repair until removal is necessary.
Deliver specified items only when the site is ready for installation work to proceed.
Store products in dry condition inside enclosed facilities.
Any government requested delayed delivery up to 90 days after initial negotiated delivery date, shall be at no additional cost to the Government.
A pre-delivery meeting will be conducted 60 days prior to initial negotiated delivery date for verification of delivery and installation dates.
Delivery and Installation will be coordinated through the COR.
DELIVERABLES
Operation and Maintenance Manuals
Binders - Quantity (2)
Digital Copies- Quantity (1)
Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to COR upon completion of installation.
OPERATOR TRAINING
Contractor shall provide On-site training of the equipment to the Users. Scheduling of operator training shall be coordinated with the COR after installation is complete.
PROTECTION OF PROPERTY
Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor.
The Contractor shall perform an inspection of the building(s) and grounds with the COR prior to commencing work. To ensure that the Contractor shall be able to repair or replace any items, components, building(s) or grounds damaged due to negligence and/or actions taken by the Contractor. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work.
The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion.
Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels.
SECURITY REQUIREMENTS
The C&A requirements do not apply and a Security Accreditation Package is not required.
WARRANTY
The contractor shall provide a one-year manufacturer s warranty on all parts and labor.
The warranty shall include all travel and shipping costs associated with any warranty repair.
B.2 PRICE/COST SCHEDULE
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
1.00
JB
__________________
__________________
Contract to provide all equipment, tools, materials, labor, transportation, site construction to include utility hook-up (power, data, telephone, etc.), equipment training, on-site installation, and anything else necessary to provide for an equipment lease for a new fully functioning/fully operable 1.5 Tesla (T) Mobile Magnetic Resonance Imaging (MRI) System trailer for the Gene Taylor Community Based Outpatient Clinic, Springfield, MO.
PRINCIPAL NAICS CODE: 621512 - Diagnostic Imaging Centers
PRODUCT/SERVICE CODE: W065 - Lease or Rental of Equipment - Medical, Dental, and Veterinary Equipment and Supplies
0002
1.00
JB
__________________
__________________
Contract to provide all equipment, tools, materials, labor, transportation, site construction to include disconnection of utility hook-up (power, data, telephone, etc.) on-site de-installation and anything else necessary to provide for the removal/deactivation of the 1.5 Tesla (T) Mobile Magnetic Resonance Imaging (MRI) System trailer at the Gene Taylor Community Based Outpatient Clinic, Springfield, MO.
All work associated with removal/de-activation in accordance with the performance work statement.
PRINCIPAL NAICS CODE: 621512 - Diagnostic Imaging Centers
PRODUCT/SERVICE CODE: W065 - Lease or Rental of Equipment - Medical, Dental, and Veterinary Equipment and Supplies
0003
12.00
EA
__________________
__________________
Lease Mobile MRI Trailer to include Equipment and Service in accordance with the Performance Work Statement
Contract Period: Base
POP Begin: 10-01-2024
POP End: 09-30-2025
PRINCIPAL NAICS CODE: 621512 - Diagnostic Imaging Centers
PRODUCT/SERVICE CODE: W065 - Lease or Rental of Equipment - Medical, Dental, and Veterinary Equipment and Supplies
1001
12.00
MO
__________________
__________________
Lease Mobile MRI Trailer to include Equipment and Service in accordance with the Performance Work Statement
Contract Period: Option 1
POP Begin: 10-01-2025
POP End: 09-30-2026
PRINCIPAL NAICS CODE: 621512 - Diagnostic Imaging Centers
PRODUCT/SERVICE CODE: W065 - Lease or Rental of Equipment - Medical, Dental, and Veterinary Equipment and Supplies
2001
12.00
MO
__________________
__________________
Lease Mobile MRI Trailer to include Equipment and Service in accordance with the Performance Work Statement
Contract Period: Option 2
POP Begin: 10-01-2026
POP End: 09-30-2027
PRINCIPAL NAICS CODE: 621512 - Diagnostic Imaging Centers
PRODUCT/SERVICE CODE: W065 - Lease or Rental of Equipment - Medical, Dental, and Veterinary Equipment and Supplies
3001
12.00
MO
__________________
__________________
Lease Mobile MRI Trailer to include Equipment and Service in accordance with the Performance Work Statement
Contract Period: Option 3
POP Begin: 10-01-2027
POP End: 09-30-2028
PRINCIPAL NAICS CODE: 621512 - Diagnostic Imaging Centers
PRODUCT/SERVICE CODE: W065 - Lease or Rental of Equipment - Medical, Dental, and Veterinary Equipment and Supplies
4001
12.00
MO
__________________
__________________
Lease Mobile MRI Trailer to include Equipment and Service in accordance with the Performance Work Statement
Contract Period: Option 4
POP Begin: 10-01-2028
POP End: 09-30-2029
PRINCIPAL NAICS CODE: 621512 - Diagnostic Imaging Centers
PRODUCT/SERVICE CODE: W065 - Lease or Rental of Equipment - Medical, Dental, and Veterinary Equipment and Supplies
GRAND TOTAL
__________________
Page 1 of
Page 9 of 9
Page 1 of
52.232-18 AVAILABILITY OF FUNDS (APR 1984)
Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.