W023--Mobile Siemens 1.5T Equipment Lease

Agency:
State: Illinois
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159751133444984
Posted Date: Mar 14, 2024
Due Date: Mar 20, 2024
Source: Members Only
Follow
W023--Mobile Siemens 1.5T Equipment Lease
Active
Contract Opportunity
Notice ID
36C25224Q0368
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
252-NETWORK CONTRACT OFFICE 12 (36C252)
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)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 14, 2024 03:31 pm CDT
  • Original Response Date: Mar 20, 2024 12:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 19, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: W023 - LEASE OR RENTAL OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES
  • NAICS Code:
    • 532120 - Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
  • Place of Performance:
    Jesse Brown VA Medical Center Chicago , IL 60612-4223
    USA
Description
This is a Sources Sought Notice and this notice is being issued for market research purposes only. This notice is not a Request for Quotation or Proposal (RFQ/RFP) and a solicitation is not being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition methodology. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Responses to the information requested may assist the Government in determining the appropriate acquisition methodology.

The Great Lakes Acquisition Center (NCO 12), Department of Veterans Affairs, is seeking information from sources capable of providing a Mobile MRI Trailer for a one year lease at the Jesse Brown VA Medical Center.

STATEMENT OF WORK (SOW)
1. Contract Title. The Jesse Brown VA Medical Center located at 820 S. Damen Ave, Chicago, IL 60612 has a requirement to lease a brand name Siemens 1.5T Sola/Aera 70cm open bore design mobile MRI system (trailer) for approximately 12 months with an option to extend while the permanent MRI unit is being replaced.
2. Background: The Jesse Brown VA Medical Center has a need for a Mobile MRI trailer to be on site and provide a workable MRI solution while we have our permanent MRI replaced.Â
3. Performance Period: The mobile MRI trailer will be needed for a period of 12 months with an option to extend. The estimated start date is April 1, 2024.Â

4. Scope.

Contractor shall provide all materials, tools, equipment, maintenance, and repair of all Contractor furnished equipment (including a mobile trailer/unit) necessary to perform mobile MRI services utilizing a Siemens 1.5T Sola/Aera 70cm open bore design MRI system or better with a MEDRAD power injector at Jesse Brown VA Medical Center located at 820 S. Damen, Chicago, IL 60612. All equipment to be used during the performance of the contract must be FDA approved imaging equipment and placed at a location designated by the onsite COR at Jesse Brown VA Medical Center. Contractor shall be required to make whatever adaptations are necessary so that the Contractor s equipment is compatible with the VA system and structure of the bay. Contractor shall be responsible to maintain all equipment in good working order throughout the duration of the contract and shall make alternate accommodations for the VA for lost time resulting from defective workmanship or equipment failure.

Jesse Brown VA Medical Center requires a Siemens 1.5T Sola/Aera 70cm open bore MRI system to be placed on-site and in a mobile trailer, with the most updated/current version hardware and software available from the manufacturer. The system must include 3D reconstruction package and be capable of performing the highest quality MRI scans possible. The system must include Vascular scanning for MR Angiography. Software and hardware shall be upgraded in concurrence with newest OEM factory releases no later than 3 months post release from OEM.

5. Specific Tasks.

Imaging services shall be performed by VA staff in the unit an estimated 24/7 hours per week.

Equipment shall include but not be limited to a fully equipped Siemens 1.5T Sola/Aera open bore MRI system with MEDRAD power injector. Contractor furnished Mobile Trailer where studies will be performed on state-of-the-art equipment furnished by the Contractor. As further defined in 52.212-2, Evaluation Commercial Items, Contractor shall submit their equipment specifications on which MRI scan procedures will be performed; include name of manufacturer, model number, make and all pertinent information. All equipment to be used will be FDA approved imaging equipment placed at a location designated by the COR onsite at Jesse Brown VA Medical Center. The entire offering of a Siemens 1.5T Sola/Aera open bore MRI system trailer service shall meet all local, state, federal, industry, TJC, NEC, NFPA, VA, OSHA, and other regulatory standards internal or external which Jesse Brown VA Medical Center are currently held accountable.

The Contractor shall provide a mobile Siemens 1.5T Sola open bore MRI system that is a full body MRI scanner system and MEDRAD power injector onsite in accordance with the terms and conditions of this contract. The unit shall have the ability to perform a wide range of exams as listed below:

Complete MRI body imaging such as: MRI chest, abdomen, pelvis, whole body, etc.
MRI of the Head, Neck, and Spine
MR Angiography (MRA) of the entire body (head, neck, chest, abdomen, pelvis, runoff, etc.)
Cardiac MRI
Breast MRI
3D Imaging
3D non-contrast enhanced Peripheral Arterial Imaging
Diffusion/Perfusion weighted imaging
All other MRI procedures

EQUIPMENT LIST: to be provided at no additional cost to Jesse Brown VA Medical Center.

A. Siemens 1.5T Sola/Aera open bore MRI system
1.5 Tesla
70cm open bore design
TIM 4G coil portfolio and BioMatrix Technology
Turbo Suite and GO Technologies
Inline Compressed Sensing GRASP-VIBE
Tiltable BioMatrix Head/Neck 20- Tilt 18 degrees
RESOLVE Diffusion
Simultaneous multi-slice TSE
MRCP with 3D T2w SPACE
BioMatrix Beat Sensor
Whole-body Dot Engine
Syngo MR XA30 platform
BioMatrix Select&GO
BioMatrix dockable table with eDrive
BLADE sequences
CISS sequences
Dose Reduction software.
Metal Reduction software.
Spatial resolution.
DICOM VA Vista Rad and Vista Imaging compatible
Hard copy and digital copy, if available, of the original OEM System manuals, software CD/DVDs, schematic drawings, and any additional OEM documents for both MRI Scanner and Injector.
Injector:
a. MedRad contrast injector to remotely inject during contrast enhanced MRI exams.
Hard copy and digital copy, if available, of the original OEM System manuals, software CD/DVDs, schematic drawings, and any additional OEM documents for both MRI Scanner and Injector.
DICOM VA Vista Rad and Vista Imaging compatible; if applicable
Additional Requirements:
The semi-trailer that houses the MRI scanner must have sufficient space to provide for patient wheelchair access as well as service access. This is typically provided with 2 slide-out extensions within the MRI scan room. In addition, an operator control room with a door and an additional room for an office or storage. The control room shall have lockable storage cabinets. A MedRad dual syringe power injector shall be positioned on a wheel stand in the scan room with operator controls integrated into the MRI scanner console. The injector shall have adequate length power cables to reach to either side of the MRI table as needed.
Contractor will need to install protocols from existing current Siemens MRI Scanner to the lease scanner prior to start of operating contract to ensure equipment is ready for patient care.
Two height adjustable office chairs with wheels, to fit the space constraints, will be provided by the vendor.
The MRI trailer must meet Federal codes for MRI safety, etc.
The MRI trailer must have an ADA patient lift with guardrails for wheelchair & stretcher patient access with an outside remote switch hand control. Heavy duty non-slip stairs with dual handrails must also be provided for safe staff and patient access. Stairs must meet approval from the JB Safety manager. Vendor will provide accessories and positioning devices including MRI slicker, positioning pads and sponges, chin & body straps, head coil, spine coil, 2 body coils, knee coil, foot/ankle coil, runoff coil, small medium and large flex coils, blanket warmer for patient comfort.
The MRI unit shall have the ability to perform MRI exams of the head, neck, body, and extremities, with the capability to perform 3D MR angiography, with a minimum table capacity of 550 lbs. and gantry bore of 70 cm.
Vendor must provide full-service maintenance service and OEM parts & labor, including preventative maintenance (PM) as recommended by the original equipment manufacturer (OEM) specifications for all systems and devices provided (MRI and Injector). Vendor must schedule PMs with the Contracting Officer s Representative (COR) with at least 1-month advance notice. Technical Phone Support must be available within 1 hour from initial call for service Sunday through Saturday, 24 hours per day 7 days a week, 365 days per year. OEM service (including emergency repair) Sunday through Saturday, 24 hours per day 7 days a week, 365 days per year must be available within 4 hours from initial call for service and all repairs must be completed within 48 hours from initial call. Contractor shall provide a phone number to call for technical/repair services.
Vendor must provide full-service maintenance and parts (all parts) on the MRI trailer, including heating, electrical and air conditioning. In addition, monthly and annual safety inspections in accordance with local/national regulations such as National Fire Protection Association (NFPA) 10, 101, 110 and Joint Commission EC standards must be performed. This includes, but is not limited to fire alarm, fire extinguishers and emergency lighting. Monthly emergency generator testing will also be required. These reports will be provided to the COR. Contractor shall provide a phone number to call for technical/repair services.

Service tickets indicating work being done on the trailer, injector, MRI system will be provided to the COR as the work is done.
Staffing: JB MRI Technologists will staff and operate the unit.
The contractor shall provide 1 week of clinical applications training for two (2) JB MRI/Radiologic Technologists.
MRI unit must send images via DICOM to our JB Vista PACS archiving system and must be an already approved Veteran Admiration (VA) DICOM interface verified by the Contractor. Contractors responding to this solicitation will provide compliance with VA and DICOM standards. Contactor shall assist the JB Vista PACS administrator and JB IT Department to set up the MRI unit and demonstrate that the images are transmitting to the JB Vista PACS system.
Adequate length electrical & data cables must be provided to reach our connections on the outside of the building and shall be compatible with JB current outside connectors.
JB will provide an estimated 24-foot-wide by 48-foot-deep pad with power and data outlets. Vendor will validate that existing utilities and pad will be sufficient for their system. A site visit is recommended to survey the location of the MRI trailer, electrical and data connections prior to submitting an offer.
MRI scanner must be certified/calibrated to OEM specifications and must be maintained with original OEM parts, including the MRI system.
MedRad Dual Power Injector must be certified/calibrated to OEM specifications and must be maintained with original OEM parts.
q. Mobile unit must have air conditioning, heating, and emergency backup generator. Backup generator will be tested upon arrival and tested by the vendor monthly and will be expected to operate correctly. Vendor shall provide diesel fuel for the generator.
r. At the end of the lease or any time a hard disk drive is required to be replaced or removed the drive must be removed by the vendor and turned over to the COR for destruction at no cost to the JB or, patient data must be removed to the satisfaction of the Information Security officer (ISO).
s. Any removable media used for diagnostic purposes will be required to be scanned by JB prior to use. Coordinate with the COR.
t. Contractor will deliver, set-up and test unit.
u. The contractor will be required to pay for a JB approved Licensed Radiation Physicist to inspect the CT Scanner upon delivery (if required by ACR/Joint Commission) and to inspect the operation any time maintenance or repair on the system would impact radiation output to ensure proper operation (i.e. tube changes). Mandatory annual testing is included in this requirement. The Vendor will make sure a copy of the Physicist report is provided to the COR each time the system is inspected.
v. The MRI Unit is required to be operational 98% of the time. The 98% monthly uptime is calculated by the number of hours the system can see patients monthly by the number of hours that the clinic is available to see patients. Downtime is not counted for lack of facility staff, patient no shows or other situations, such as weather closures, where it was not the fault of the MRI system. Failure of the contractor to perform in accordance with this requirement may constitute a sufficient basis for termination of the contract. The following criteria apply for determining appropriate action:
Notifications: The COR shall notify the contract holder of failure to meet the uptime standard through electronic mail within 1 hour of occurrence of downtime.
Deductions: The Government has the right to withhold a portion of monthly payment based on failure to meet the stated uptime. This negative incentive is calculated by the number of cancelled patients that occur beyond a 2-business day grace period. For example, if the MRI is down for 5 days, the first two (2) days there would be no deduction. However, each patient that was scheduled for the other 3 days would incur a $1,000.00 (one thousand dollar) per study per patient. If there were 15 patients with one study each, then the cost of the deduction would be $15,000.00 (fifteen thousand dollars). This negative incentive shall not exceed the monthly total payment for the month.
Termination: If the Contracting Officer (CO) determines the contract has failed to perform to the extent that a termination is justified, the CO shall issue a notice of termination in accordance with Agency procedures.
GOVERNMENT-FURNISHED PROPERTYAND SERVICES

GENERAL: The government will provide all direct patient care medical supplies. These include, but are not limited to, contrast materials, syringes, IV tubing, oxygen masks and tubing, needles, emesis basins, gowns, and other similar direct patient care items.
EQUIPMENT: The government will provide a telephone line, utilities (power supply), internet connectivity, network connection to hospital or clinic network, MRI pad.
See Attachment G MRI Mobile Trailer Location for site of MRI Trailer.

x. CONTRACTOR FURNISHED EQUIPMENT:

Mobile MRI scanner shall include a ramp and/or a lifting device for non-walking patients. Services shall include equipment maintenance, (scheduled and unscheduled) and required supplies necessary to perform services detailed herein. Contractor shall also be responsible for the control of waste management and proper disposal of all waste materials.

Equipment shall include, but not be limited to, a fully equipped MRI. Contractor shall submit an equipment specification list of all equipment by location, including the MRI unit(s) with contractor s signed quote. Contractor should already have the MRI unit certified by Physicist prior to delivering unit or on site at time of commissioning unit. Contractor shall provide all equipment service records upon request.
Include name of manufacturer, model number, manufacturer s brochures cut sheets, equipment specifications and all pertinent data with offer. All equipment to be used will be FDA approved imaging equipment placed at a location designated by the COR.

MRI positing pads and table straps.
MRI sandbags
MRI safe wheelchair and stretcher with IV pole (gurney)
Nonferrous MRI safe oxygen cylinder
Capability to provide patient exam on CD.
Dressing, waiting, and storage areas.
MRI license for PACS
Interface between MRI scanner and PACS, DICOM print, store and work list
Optical disk archival device compatible with PACS
Code kit and code call button
MRI compatible 02 saturation monitor MRI safe patient monitor
Patient oxygen delivery capabilities
11. Contrast media and warmer
12. MRI MEDRAD compatible power injector

y. HOUSEKEEPING:

Contractor shall be responsible for the overall housekeeping inside of the unit including, but not limited to, removal and proper disposal of all debris daily or as often as necessary to maintain a sanitized and neat environment. Contractor will dispose of waste in appropriate Hospital receptacles.
z. TYPE OF MRI SCANS (MINIMUM)

MRI Head/Neck
-MRI Brain without Contrast
-MRI Brain with & without Contrast
-MRI IAC without Contrast
-MRI IAC with & without Contrast
-MRI Pituitary Gland without Contrast
-MRI Pituitary Gland with & without Contrast
-MRI Orbit without Contrast
-MRI Orbit with & without Contrast
-MRI Face without Contrast
-MRI Face with & without Contrast
-MRI Trigeminal Neuralgia without Contrast
-MRI Trigeminal Neuralgia with & without Contrast
-MRI Soft Tissue Neck without Contrast
-MRI Soft Tissue Neck with & without Contrast
-MRI TMJ without Contrast
-MRI TMJ with & without Contrast

B.MRI Head/Neck
-MRI Brain without Contrast
-MRI Brain with & without Contrast
-MRI Brain Seizure Protocol 3 Tesla without Contrast
-MRI Brain Seizure Protocol 3 Tesla with & without Contrast
-MRI IAC without Contrast
-MRI IAC with & without Contrast
-MRI Pituitary Gland without Contrast
-MRI Pituitary Gland with & without Contrast
-MRI Orbit without Contrast
-MRI Orbit with & without Contrast
-MRI Face without Contrast
-MRI Face with & without Contrast
-MRI Trigeminal Neuralgia without Contrast
-MRI Trigeminal Neuralgia with & without Contrast
-MRI Soft Tissue Neck without Contrast
-MRI Soft Tissue Neck with & without Contrast
-MRI TMJ without Contrast
-MRI TMJ with & without Contrast
-MRI Multiple Myeloma Brain without Contrast
-MRI Multiple Myeloma Brain with & without Contrast
-MRI Multiple Sclerosis Brain without Contrast
-MRI Multiple Sclerosis Brain with & without Contrast
-MRA Head without Contrast
-MRV Head without Contrast
-MRV Head with & without Contrast
-MRA Neck without Contrast
-MRA Neck with & without Contrast
-MRA Neck without Contrast Dissection
-MRA Neck with & without Contrast Dissection
C.MRI Neuro/Spine
-MRI Cervical Spine without Contrast
-MRI Cervical Spine with & without Contrast
-MRI Thoracic Spine without Contrast
-MRI Thoracic Spine with & without Contrast
-MRI Lumbar Spine without Contrast
-MRI Lumbar Spine with & without Contrast
-MRI Cord Compression Survey Complete Spine
-MRI Multiple Myeloma Cervical Spine without Contrast
-MRI Multiple Myeloma Cervical Spine with & without Contrast
-MRI Multiple Myeloma Thoracic Spine without Contrast
-MRI Multiple Myeloma Thoracic Spine with & without Contrast
-MRI Multiple Myeloma Lumbar Spine without contrast
-MRI Multiple Myeloma Lumbar Spine with & without Contrast
-MRI Brachial Plexus Left without Contrast
-MRI Brachial Plexus Left with & without Contrast
-MRI Brachial Plexus Right without Contrast
-MRI Brachial Plexus Right with & without Contrast
-MRI Sacral Plexus without Contrast
-MRI Sacral Plexus with & without Contrast

D.MRI Body
-MRI Chest Wall/Pec Muscle tear without Contrast
-MRI Chest Wall/Pec Muscle tear with & without Contrast
-MRI Abdomen without Contrast
-MRI Abdomen with & without Contrast
-MRI Renal/Abdomen without Contrast
-MRI Renal/Abdomen with & without Contrast
-MRI Adrenal/Abdomen without Contrast
-MRI Adrenal/Abdomen with & without Contrast
-MR Elastography
-MRCP/Abdomen without Contrast
-MRCP/Abdomen with & without Contrast
-MRI Urogram with & without Contrast
-Enterography with & without Contrast (Oral & IV)
-MRI Female Pelvis without Contrast
-MRI Female Pelvis with & without Contrast
-MRI Prostate Pelvis without Contrast
-MRI Prostate Pelvis without & with Contrast
-MRI Soft Tissue Pelvis without Contrast
-MRI Soft Tissue Pelvis with & without Contrast
-MRI Rectal Cancer/Pelvis without Contrast
-MRI Rectal Cancer/Pelvis with & without Contrast
-MRI Perianal Fistula without Contrast
-MRI Perianal Fistula with & without Contrast
-MRI Periurethral Diverticulum without Contrast
-MRI Periurethral Diverticulum with & without Contrast
-MRI Scrotum/Penis without Contrast
-MRI Scrotum/Penis with & without Contrast
-MRI Penile Prosthesis without Contrast
-MRI Penile Prosthesis with & without Contrast
-MRA Chest without Contrast Non-Cardiac
-MRA Chest with & without Contrast Non-Cardiac
-MRA Abdomen without Contrast
-MRA Abdomen with & without Contrast
-MRA Pelvis without Contrast
-MRA Pelvis with & without Contrast
-MRA Abdomen/Pelvis/LE Runoff without Contrast
-MRA Abdomen/Pelvis/LE Runoff with & without Contrast

E.MRI MSK Extremity Upper
-MRI Shoulder Right without Contrast
-MRI Shoulder Right with & without Contrast
-MRI Shoulder Left without Contrast
-MRI Shoulder Left with & without Contrast
-MRI Humerus (long bone) Right without Contrast
-MRI Humerus (long bone) Right with & without Contrast
-MRI Humerus (long bone) Left without Contrast
-MRI Humerus (long bone) Left with & without Contrast
-MRI Elbow Right without Contrast
-MRI Elbow Right with & without Contrast
-MRI Elbow Left without Contrast
-MRI Elbow Left with & without Contrast
-MRI Forearm (long bone) Right without Contrast
-MRI Forearm (long bone) Right with & without Contrast
-MRI Forearm (long bone) Left without Contrast
-MRI Forearm (long bone) Left with & without Contrast
-MRI Wrist Right without Contrast
-MRI Wrist Right with & without Contrast
-MRI Wrist Left without Contrast
-MRI Wrist Left with & without Contrast
-MRI Hand Right without Contrast
-MRI Hand Right with & without Contrast
-MRI Hand Left without Contrast
-MRI Hand Left with & without Contrast
-MRI Finger Right 1st digit (thumb) without Contrast
-MRI Finger Right 1st digit (thumb) with & without Contrast
-MRI Finger Right 2nd digit (index) without Contrast
-MRI Finger Right 2nd digit (index) with & without Contrast
-MRI Finger Right 3rd digit (middle) without Contrast
-MRI Finger Right 3rd digit (middle) with & without Contrast
-MRI Finger Right 4th digit (ring) without Contrast
-MRI Finger Right 4th digit (ring) with & without Contrast
-MRI Finger Right 5th digit (pinky) without Contrast
-MRI Finger Right 5th digit (pinky) with & without Contrast
-MRI Finger Left 1st digit (thumb) without Contrast
-MRI Finger Left 1st digit (thumb) with & without Contrast
-MRI Finger Left 2nd digit (index) without Contrast
-MRI Finger Left 2nd digit (index) with & without Contrast
-MRI Finger Left 3rd digit (middle) without Contrast
-MRI Finger Left 3rd digit (middle) with & without Contrast
-MRI Finger Left 4th digit (ring) without Contrast
-MRI Finger Left 4th digit (ring) with & without Contrast
-MRI Finger Left 5th digit (pinky) without Contrast
-MRI Finger Left 5th digit (pinky) with & without Contrast
-MR Arthrogram Shoulder Right
-MR Arthrogram Shoulder Left
-MR Arthrogram Wrist Right
-MR Arthrogram Wrist Left
-MRA Upper Extremity Right
-MRA Upper Extremity Left

F.MRI MSK Extremity Lower
-MRI Bony Pelvis without Contrast
-MRI Bony Pelvis with & without Contrast
-MRI Sacrum/SI Joints without Contrast
-MRI Sacrum/SI Joints with & without Contrast
-MRI Hip Right without Contrast
-MRI Hip Right with & without Contrast
-MRI Hip Left without Contrast
-MRI Hip Left with & without Contrast
-MRI Athletic Pubalgia without Contrast
-MRI Athletic Pubalgia with & without Contrast
-MRI Femur (long bone) Right without Contrast
-MRI Femur (long bone) Right with & without Contrast
-MRI Femur (long bone) Left without Contrast
-MRI Femur (long bone) Left with & without Contrast
-MRI Knee Right without Contrast
-MRI Knee Right with & without Contrast
-MRI Knee Left without Contrast
-MRI Knee Left with & without Contrast
-MRI Tibia & Fibula (long bone) Right without Contrast
-MRI Tibia & Fibula (long bone) Right with & without Contrast
-MRI Tibia & Fibula (long bone) Left without Contrast
-MRI Tibia & Fibula (long bone) Left with & without Contrast
-MRI Ankle Right without Contrast
-MRI Ankle Right with & without Contrast
-MRI Ankle Left without Contrast
-MRI Ankle Left with & without Contrast
-MRI Forefoot Right without Contrast
-MRI Forefoot Right with & without Contrast
-MRI Forefoot Left without Contrast
-MRI Forefoot Left with & without Contrast
-MR Arthrogram Hip Right
-MR Arthrogram Hip Left
-MRA Lower Extremity Right
-MRA Lower Extremity Left

G.MRI Cardiac
-MRA Chest Aorta without Contrast EKG Gated
-MRA Chest Aorta with & without Contrast EKG Gated
-MRI Cardiac without Contrast
-MRI Cardiac with & without Contrast

H.MRI Whole Body

I.Breast MRI
New hardware and software necessary for the ability to:
Transmit MRI Images to Jesse Brown VA Medical Center PACS for interpretation.
Perform required Post processing, reformats, and reconstructions such as Multi Planar Reconstruction (MPR) and Maximum Intensity Projections (MIP)
Inject contrast via power injector (MedRad Injection System).
DICOM network connection to existing version of AFGA IMPAX
The mobile unit shall be equipped with an Optical disk archival system. The patient data and optical disk is the property of Jesse Brown VA Medical Center.
The mobile unit shall be equipped with CD-R burning capabilities as a backup to network transfer of data.
The mobile unit shall be equipped with an Analysis Station.

ACCESSORY EQUIPMENT: Accessory equipment that shall be provided by the Contractor:

Handicap accessibility.
Intercom system between the control room and scanning room.
EQUIPMENT SPECIFICATIONS: The following minimum performance characteristics of the equipment are required:
Contractor will be required to make whatever adaptations are necessary so that the Contractor s equipment is compatible with the VA furnished services defined herein.
The mobile MRI trailer must fit on a 58 x 18 (6 thick) concrete slab at Jesse Brown VA Medical Center.
The MRI shall provide images with consistently high technical quality.
The MRI Unit shall have a multi-gradient detector and be capable of acquiring a volume of images within one breath hold for different body parts.
The MRI unit shall be capable of acquiring data for anatomic localization.
The MRI system shall have attenuation correction algorithm(s) that are designed to use non-contrast enhanced MRI data.
The MRI multimodality review station shall have attenuation correction algorithm(s) that are designed to use MRI data with intravenous contrast enhancement.
The MRI multimodality review station shall have attenuation correction algorithm(s) that are designed to use MRI data with oral contrast enhancement with group II Gadolinium agents.
The MRI system shall have attenuation correction algorithm(s) that are designed to use MRI data with oral contrast enhancement with negative contrast (water).
Two MRI review stations shall be provided as follows:
a. One standard MRI review station and
b. One multimodality review station: This review station shall have multimodality display capability, including magnetic resonance imaging, computerized tomography, radiography, ultrasonography etc. with the capability to reconstruct and/or post-process magnetic resonance and computerized tomography as well as MRI and Cardiac imaging.
Both review stations shall be of diagnostic quality and shall have the capacity to handle the computational load of 3-dimensional datasets.
The MRI review station shall have software packages that are designed to reconstruct/post-process MPRs and MIPs.
The review stations shall have computers with high processing performance and large memory capacity to achieve real-time interactive navigation without compromising the native resolution of MRI images (spatial resolution and dynamic range).
The review stations shall have image fusion and inline composing capability.
The review stations shall have software tools that allow interpreting physicians to navigate between multidimensional MRI datasets efficiently with ease.
The review stations shall have software tools that can provide three orthogonal planes of the MRI images alone.
The Mobile MRI unit shall be ready for use regardless of outside environmental conditions.
The Mobile MRI unit shall maintain a temperature to assure proper operation of the scanner without frequent calibration and provide for patient comfort.
Meet all federal, state, and local fire and safety requirements, including, but not limited to, proper magnet shielding of the trailer.
Telecommunications: The mobile unit shall be equipped with an outlet connection capable of transmitting data.
The Government will provide the connection required for the transmission of images and data. The Contractor s mobile unit must be able to connect to VISTA Imaging Network and to transmit all images to VISTA Imaging to include being compatible to DICOM 3 imaging standards.

6. Performance Monitoring

Contractor shall maintain a quality assurance documentation of the system and proficiency of the staff prior to and during the time the services are utilized by Jesse Brown VA Medical Center and should be able to provide such documentation upon request. As necessary, the contractor shall maintain staff training documentation and equipment service records to document performance reports.

The Contractor shall provide MRI scanners that can consistently produce images that are of high quality and for ready interpretation. The Government may evaluate the quality of images.

7. Security Requirements
Remote connection must be coordinated through Information Security at Jesse Brown VA Medical Center.

PACS interface contact person shall be provided to the successful Contractor during the post-award orientation.

Clinical or other medical records of VA beneficiaries that are released to the Contractor shall be returned to the VA. The Contractor shall be responsible for the safekeeping of both the electronic and paper medical records (whichever is applicable). Patient Privacy Provisions and the Health Insurance Portability and Accountability Act of 1996 (HIPAA) regulations are applicable to the release of patient Information.

If the contractor must be onsite to perform service, all mobile media (i.e. flash drives, CD/DVD disks, etc.) that are required to complete repairs or updates on the system must be given to Biomedical Engineering to be scanned for viruses prior to being connected to VA equipment. If the vendor must connect a vendor-owned laptop to perform the repairs, they must show proof that the laptop has current anti-virus software and that a recent scan shows no infections on the laptop.

All electronic storage media used on non-VA leased or non-VA owned IT equipment that is used to store, process, or access VA information must be handled in adherence with VA Handbook 6500.1, Electronic Media Sanitization upon: (i) completion or termination of the contract or (ii) disposal or return of the IT equipment by the contractor/subcontractor or any person acting on behalf of the contractor/subcontractor, whichever is earlier. Media (hard drives, optical disks, CDs, back-up tapes, etc.) used by the contractors/subcontractors that contain VA information must be returned to the VA for sanitization or destruction or the contractor/subcontractor must self-certify that the media has been disposed of per 6500.1 requirements. This must be completed within 30 days of termination of the contract.

Bio-Medical devices and other equipment or systems containing media (hard drives, optical disks, etc.) with VA sensitive information must not be returned to the vendor at the end of lease, for trade-in, or other purposes. The options are:
Vendor must accept the system without the drive.
VA s initial medical device purchase includes a spare drive which must be installed in place of the original drive at time of turn-in; or
VA must reimburse the company for media at a reasonable open market replacement cost at time of purchase.
Due to the highly specialized and sometimes proprietary hardware and software associated with medical equipment/systems, if it is not possible for the VA to retain the hard drive, then:
The equipment vendor must have an existing BAA if the device being traded in has sensitive information stored on it and hard drive(s) from the system are being returned physically intact; and
Any fixed hard drive on the device must be non-destructively sanitized to the greatest extent possible without negatively impacting system operation. Selective clearing down to patient data folder level is recommended using VA approved and validated overwriting technologies/methods/tools. Applicable media sanitization specifications need to be preapproved and described in the purchase order or contract.
A statement needs to be signed by the Director (System Owner) that states that the drive could not be removed and that (a) and (b) controls above are in place and completed.
The ISO needs to maintain the documentation.

For additional security requirements, please see Attachment A.

8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI)

VA shall provide the following utilities/services (if necessary) for operation of the Mobile Unit:

1. Water (¾ male water supply connector)
2. Electricity* (The provided receptacle is a Russellstoll #DF2504FRABO)
3. Telephone Line(s) ** (Hubbell phone connectors, model PH-6597 provided)
4. Data Port (10Base2 (coax) Ethernet connection provided)
5. Housekeeping***

* In accordance with the Original Equipment Manufacturers (OEM) electrical specifications.

** Use of telephone extension while mobile unit is on site to permit personnel of the unit to make and receive telephone calls, and to facilitate the movement of patients to and from the unit.

*** VA shall be held responsible for areas within the hospital facility prior to entrance of the Mobile Trailer. Contractor shall be responsible for all housekeeping duties and responsibilities within the trailer itself as further defined herein.

9. Other Pertinent Information or Special Considerations.

a. Identification of Possible Follow-on Work.

Not applicable

b. Identification of Potential Conflicts of Interest (COI).

Not applicable

c. Identification of Non-Disclosure Requirements.

All patient medical records shall be and remain the property of VA and shall not be removed or transferred from VA except in accordance with U.S.C.551a (Privacy Act), 38 U.S.C. 5701 (Confidentiality of Claimants Records), 5 U.S.C. 552 (FOIA), 38 U.S.C. 5705 (Confidentiality of Medical Quality Assurance Records) 38 U.S.C. 7332 (Confidentiality of Certain Medical Records) and federal laws, rules, and regulations. The contractor must purge all equipment of all patient medical records and data prior to the removal of the mobile CT scanner from the facility.

d. Packaging, Packing and Shipping Instructions.

The Contractor will work with the COR to schedule the delivery and installation of the mobile MRI scanner.

e. Inspection and Acceptance Criteria.

The VA reserves the right to conduct inspection of the Mobile MRI Unit prior to accepting delivery.
10. Risk Control
The Contractor s MRI trailer shall provide the space sufficient for the monitoring of patients and conducting CPR and code if needed.
11. Place of Performance.

The Mobile MRI Unit will be placed on the mobile MRI pad at Jesse Brown VA Medical Center located at 820 S. Damen Ave., Chicago, IL 60612.
12. Period of Performance.
The period of performance will be for the length of approximately 12 months ( April 1, 2024, to April 1, 2025) with the option to extend the contract as needed.
ATTACHMENT A

VA INFORMATION AND INFORMATION SYSTEM SECURITY/PRIVACY LANGUAGE FOR INCLUSION INTO CONTRACTS, AS APPROPRIATE

GENERAL

Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security.

ACCESS TO VA INFORMATION AND VA INFORMATION SYSTEMS

A contractor/subcontractor shall request logical (technical) or physical access to VA information and VA information systems for their employees, subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order.

All contractors, subcontractors, and third-party servicers and associates working with VA information are subject to the same investigative requirements as those of VA appointees or employees who have access to the same types of information. The level and process of background security investigations for contractors must be in accordance with VA Directive and Handbook 0710, Personnel Suitability and Security Program. The Office for Operations, Security, and Preparedness is responsible for these policies and procedures.

The contractor or subcontractor must notify the Contracting Officer immediately when an employee working on a VA system or with access to VA information is reassigned or leaves the contractor or subcontractor s employ. The Contracting Officer must also be notified immediately by the contractor or subcontractor prior to an unfriendly termination.
VA INFORMATION CUSTODIAL LANGUAGE

Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1).

VA information should not be co-mingled, if possible, with any other data on the contractors/subcontractor s information systems or media storage systems in order to ensure VA requirements related to data protection and media sanitization can be met. If co-mingling must be allowed to meet the requirements of the business need, the contractor must ensure that VA s information is returned to the VA or destroyed in accordance with VA s sanitization requirements. VA reserves the right to conduct onsite inspections of contractor and subcontractor IT resources to ensure data security controls, separation of data and job duties, and destruction/media sanitization procedures are in compliance with VA directive requirements.

Prior to termination or completion of this contract, contractor/subcontractor must not destroy information received from VA, or gathered/created by the contractor in the course of performing this contract without prior written approval by the VA. Any data destruction done on behalf of VA by a contractor/subcontractor must be done in accordance with National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, applicable VA Records Control Schedules, and VA Handbook 6500.1, Electronic Media Sanitization. Self-certification by the contractor that the data destruction requirements above have been met must be sent to the VA Contracting Officer within 30 days of termination of the contract.

The contractor/subcontractor must receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of the contract and applicable Federal and VA information confidentiality and security laws, regulations, and policies. If Federal or VA information confidentiality and security laws, regulations and policies become applicable to the VA information or information systems after execution of the contract, or if NIST issues or updates applicable FIPS or Special Publications (SP) after execution of this contract, the parties agree to negotiate in good faith to implement the information confidentiality and security laws, regulations, and policies in this contract.

The contractor/subcontractor shall not make copies of VA information except as authorized and necessary to perform the terms of the agreement or to preserve electronic information stored on contractor/subcontractor electronic storage media for restoration in case any electronic equipment or data used by the contractor/subcontractor needs to be restored to an operating state. If copies are made for restoration purposes, after the restoration is complete, the copies must be appropriately destroyed.

If VA determines that the contractor has violated any of the information confidentiality, privacy, and security provisions of the contract, it shall be sufficient grounds for VA to withhold payment to the contractor or third party or terminate the contract for default or terminate for cause under Federal Acquisition Regulation (FAR) part 12.

If a VHA contract is terminated for cause, the associated BAA must also be terminated and appropriate actions taken in accordance with VHA Handbook 1600.01, Business Associate Agreements. Absent an agreement to use or disclose protected health information, there is no business associate relationship.

The contractor/subcontractor must store, transport, or transmit VA sensitive information in an encrypted form, using VA-approved encryption tools that are, at a minimum, FIPS 140-2 validated.

The contractor/subcontractor s firewall and Web services security controls, if applicable, shall meet or exceed VA s minimum requirements. VA Configuration Guidelines are available upon request.

Except for uses and disclosures of VA information authorized by this contract for performance of the contract, the contractor/subcontractor may use and disclose VA information only in two other situations: (i) in response to a qualifying order of a court of competent jurisdiction, or (ii) with VA s prior written approval. The contractor/subcontractor must refer all requests for, demands for production of, or inquiries about, VA information and information systems to the VA contracting officer for response.

Notwithstanding the provision above, the contractor/subcontractor shall not release VA records protected by Title 38 U.S.C. 5705, confidentiality of medical quality assurance records and/or Title 38 U.S.C. 7332, confidentiality of certain health records pertaining to drug addiction, sickle cell anemia, alcoholism or alcohol abuse, or infection with human immunodeficiency virus. If the contractor/subcontractor is in receipt of a court order or other requests for the above-mentioned information, that contractor/subcontractor shall immediately refer such court orders or other requests to the VA contracting officer for response.

For service that involves the storage, generating, transmitting, or exchanging of VA sensitive information but does not require C&A or an MOU-ISA for system interconnection, the contractor/subcontractor must complete a Contractor Security Control Assessment (CSCA) on a yearly basis and provide it to the COR.
SECURITY INCIDENT INVESTIGATION

The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The contractor/subcontractor shall immediately notify the COR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access.

To the extent known by the contractor/subcontractor, the contractor/subcontractor s notice to VA shall identify the information involved, the circumstances surrounding the incident (including to whom, how, when, and where the VA information or assets were placed at risk or compromised), and any other information that the contractor/subcontractor considers relevant.

With respect to unsecured protected health information, the business associate is deemed to have discovered a data breach when the business associate knew or should have known of a breach of such information. Upon discovery, the business associate must notify the covered entity of the breach. Notifications need to be made in accordance with the executed business associate agreement.

In instances of theft or break-in or other criminal activity, the contractor/subcontractor must concurrently report the incident to the appropriate law enforcement entity (or entities) of jurisdiction, including the VA OIG and Security and Law Enforcement. The contractor, its employees, and its subcontractors and their employees shall cooperate with VA and any law enforcement authority responsible for the investigation and prosecution of any possible criminal law violation(s) associated with any incident. The contractor/subcontractor shall cooperate with VA in any civil litigation to recover VA information, obtain monetary or other compensation from a third party for damages arising from any incident, or obtain injunctive relief against any third party arising from, or related to, the incident.

INFORMATION SYSTEM HOSTING, OPERATION, MAINTENANCE, OR USE

Bio-Medical devices and other equipment or systems containing media (hard drives, optical disks, etc.) with VA sensitive information must not be returned to the vendor at the end of lease, for trade-in, or other purposes. The options are:

Vendor must accept the system without the drive.

VA s initial medical device purchase includes a spare drive which must be installed in place of the original drive at time of turn-in; or

VA must reimburse the company for media at a reasonable open market replacement cost at time of purchase.

Due to the highly specialized and sometimes proprietary hardware and software associated with medical equipment/systems, if it is not possible for the VA to retain the hard drive, then:

The equipment vendor must have an existing BAA if the device being traded in has sensitive information stored on it and hard drive(s) from the system are being returned physically intact; and

Any fixed hard drive on the device must be non-destructively sanitized to the greatest extent possible without negatively impacting system operation. Selective clearing down to patient data folder level is recommended using VA approved and validated overwriting technologies/methods/tools. Applicable media sanitization specifications need to be pre-approved and described in the purchase order or contract.

A statement needs to be signed by the Director (System Owner) that states that the drive could not be removed and that (a) and (b) controls above are in place and completed. The ISO needs to maintain the documentation.
LIQUIDATED DAMAGES FOR DATA BREACH

Consistent with the requirements of 38 U.S.C. §5725, a contract may require access to sensitive personal information. If so, the contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/subcontractor processes or maintains under this contract.

The contractor/subcontractor shall provide notice to VA of a security incident as set forth in the Security Incident Investigation section above. Upon such notification, VA must secure from a non-Department entity or the VA Office of Inspector General an independent risk analysis of the data breach to determine the level of risk associated with the data breach for the potential misuse of any sensitive personal information involved in the data breach. The term 'data breach' means the loss, theft, or other unauthorized access, or any access other than that incidental to the scope of employment, to data containing sensitive personal information, in electronic or printed form, that results in the potential compromise of the confidentiality or integrity of the data. Contractor shall fully cooperate with the entity performing the risk analysis. Failure to cooperate may be deemed a material breach and grounds for contract termination.

Each risk analysis shall address all relevant information concerning the data breach, including the following:

NATURE OF THE EVENT (LOSS, THEFT, UNAUTHORIZED ACCESS);

DESCRIPTION OF THE EVENT, INCLUDING:

(A) DATE OF OCCURRENCE;

(B) DATA ELEMENTS INVOLVED, INCLUDING ANY PII, SUCH AS FULL NAME, SOCIAL SECURITY NUMBER, DATE OF BIRTH, HOME ADDRESS, ACCOUNT NUMBER, DISABILITY CODE;

(3) NUMBER OF INDIVIDUALS AFFECTED OR POTENTIALLY AFFECTED;

(4) NAMES OF INDIVIDUALS OR GROUPS AFFECTED OR POTENTIALLY AFFECTED.

(5) EASE OF LOGICAL DATA ACCESS TO THE LOST, STOLEN OR IMPROPERLY ACCESSED DATA IN LIGHT OF THE DEGREE OF PROTECTION FOR THE DATA, E.G., UNENCRYPTED, PLAIN TEXT;

(6) AMOUNT OF TIME THE DATA HAS BEEN OUT OF VA CONTROL;

(7) THE LIKELIHOOD THAT THE SENSITIVE PERSONAL INFORMATION WILL OR HAS BEEN COMPROMISED (MADE ACCESSIBLE TO AND USABLE BY UNAUTHORIZED PERSONS);

(8) KNOWN MISUSES OF DATA CONTAINING SENSITIVE PERSONAL INFORMATION, IF ANY;

(9) ASSESSMENT OF THE POTENTIAL HARM TO THE AFFECTED INDIVIDUALS.

(10) DATA BREACH ANALYSIS AS OUTLINED IN 6500.2 HANDBOOK, MANAGEMENT OF SECURITY AND PRIVACY INCIDENTS, AS APPROPRIATE; AND

(11) WHETHER CREDIT PROTECTION SERVICES MAY ASSIST RECORD SUBJECTS IN AVOIDING OR MITIGATING THE RESULTS OF IDENTITY THEFT BASED ON THE SENSITIVE PERSONAL INFORMATION THAT MAY HAVE BEEN COMPROMISED.

Based on the determinations of the independent risk analysis, the contractor shall be responsible for paying to the VA liquidated damages in the amount of $37.50 per affected individual to cover the cost of providing credit protection services to affected individuals consisting of the following:

(1) NOTIFICATION;

(2) ONE YEAR OF CREDIT MONITORING SERVICES CONSISTING OF AUTOMATIC DAILY MONITORING OF AT LEAST 3 RELEVANT CREDIT BUREAU REPORTS;

(3) DATA BREACH ANALYSIS;

(4) FRAUD RESOLUTION SERVICES, INCLUDING WRITING DISPUTE LETTERS, INITIATING FRAUD ALERTS AND CREDIT FREEZES, TO ASSIST AFFECTED INDIVIDUALS TO BRING MATTERS TO RESOLUTION;

(5) ONE YEAR OF IDENTITY THEFT INSURANCE WITH $20,000.00 COVERAGE AT $0 DEDUCTIBLE; AND

(6) Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs.

TRAINING

All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems:

Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems;

Successfully complete the VA Privacy and Information Security Awareness and Rules of Behavior training and annually complete required security training;

Successfully complete the appropriate VA privacy training and annually complete required privacy training; and

Successfully complete any additional cyber security or privacy training, as required for VA personnel with equivalent information system access [to be defined by the VA program official and provided to the contracting officer for inclusion in the solicitation document e.g., any role-based information security training required in accordance with NIST Special Publication 800-16, Information Technology Security Training Requirements.

The contractor shall provide to the contracting officer and/or the COR a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required.

Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete.
Attachments/Links
Contact Information
Contracting Office Address
  • GREAT LAKES ACQUISITION CENTER 115 S 84TH ST
  • MILWAUKEE , WI 53214
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 14, 2024 03:31 pm CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >