Skip to main content

An official website of the United States government

You have 2 new alerts

J065--Medrad Injectors Preventive Maintenance

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Oct 31, 2023 10:47 am CDT
  • Original Response Date:
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 30, 2023
  • Initiative:

Classification

  • Original Set Aside:
  • Product Service Code: J065 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    VA NORTH TEXAS /DALLAS VA MEDICAL CENTER 4500 S. Lancaster Rd Dallas ,

Description

This not a request for quotes; the Government is seeking information for market research purposes only. 1. General: The contractor shall provide full-service support for our Medrad PET/CT/MR Injection Systems located at the VA Medical Center located in Dallas, TX, which is part of the VA North Texas Healthcare System (VANTHCS). The Medrad injection systems are used in multiple imaging modalities to introduce contrast agents and enhance the visibility of tissues for medical imaging. Description of Work: The contractor shall provide all required service including repairs, preventative maintenance, labor, travel, and parts for the VA software and hardware for the Medrad PET/CT/MR Injection Systems. All services performed shall be in accordance with the original equipment manufacturer (OEM) specifications and the contractor must provide proof of certification and/or a resume detailing work history as pertaining to this requirement, this will be requested prior to award during evaluation. Field service engineers must be licensed or contracted with the original manufacturer to work on the equipment. All parts must be certified new from the original manufacturer. Reference below for equipment type and the required service: Equipment Description: Service Contract: Medrad PET/CT/MR Injection Systems Manufacturer Model EE# SerialNumber Master SN INTEGO INT SYS 200 110184 20071 20071U1 BAYER MARK 7 ARTERION 156773 101037 N/A BAYER MARK 7 ARTERION 147024 202954 N/A MEDRAD MARK 7 ARTERION 158169 60765217205140 300095 MEDRAD MARK 7 ARTERION 161867 86410087104199 300676 MEDRAD MARK 7 ARTERION 138053 60765209201043S 201043 BAYER MRXPERION 196002 120234 N/A MEDRAD SPECTRIS SOLARIS EP 136671 100317 62866 MEDRAD SPECTRIS SOLARIS EP 171311 200294 N/A MEDRAD STELLANT D DUAL FLOW 106843 34361 34361U1 MEDRAD STELLANT D DUAL FLOW 180173 102998 101207 MEDRAD STELLANT D DUAL FLOW 139304 3034703100393 100431U1 Service Coverage: Bayer EPM Calibration per OEM specifications and procedures Software updates EPM certified part replacements Complete inspection and safety testing Onsite service by a Bayer certified field engineer Hardware system coverage Also included: Enhanced access to the myRadiologySolutions customer portal 24/7 Technical Support VirtualCARE® Remote Support Hours of Performance: Delivery shall occur Monday through Friday 8:00 AM to 5:00 PM CST for all issues requiring corrective maintenance, and Monday through Friday 8:00 AM to 5:00 PM CST for all periodic maintenance. There will be 24/7 telephone support. The North American Industry Classification System (NAICS) is 811210- Electronic and Precision Equipment Repair and Maintenance, Service Code (PSC) is J065- Maint/repair/rebuild Of Equipment- Medical, Dental, and Veterinary Equipment and Supplies. Responses to this notice shall include company/individual name, size status for the above reference NAICS code, a service capability statement, SAM Entity Unique Identifier (EUI), DUNS Number, address, point of contact and examples of similar facilities to which similar services have been provided to. Contractors should provide information on whether they are certified SDVOSB, VOSB, Hub zone, 8(a), women-owned concern. If standard company brochures will be provided as a response to this Source Sought, ensure that additional information tailored to this notice is included. A solicitation is not currently available. If a solicitation is issued, it will be announced on the Contract Opportunities website https://sam.gov at a later date, and all interested parties must respond to that solicitation announcement separately from the response to this announcement. Contractors must be registered in System for Award Management (SAM), see internet site: https://www.sam.gov for information about registration. 2. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services that are registered under the same or a related NAICS code with the Center for Veterans Enterprise (CVE); Provide the certification type (SDVOSB/VOSB), Federal Identification Number, and state of incorporation for each. 3. Do you plan on responding to a solicitation for this requirement with a Joint Venture utilizing multiple owned companies as majority or non-majority owner? 4. If you are in GSA, please provide schedule and contract number. Responses to this notice must be submitted via email to Rafael.Rodriguez2@va.gov no later than Nov 7, 2023 at 11:00 AM CT. No telephone inquiries will be accepted. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.

Contact Information

Primary Point of Contact

Secondary Point of Contact





History