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.