Arkansas Bids > Bid Detail

6525--598-23-3-784-0604-Replacement Diagnostic Imaging Monitors for CAVHS Imaging Service Little Rock VAMC

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159190954834104
Posted Date: Jul 7, 2023
Due Date:
Solicitation No: 36C25623Q1340
Source: https://sam.gov/opp/eda2e29f81...
Follow
6525--598-23-3-784-0604-Replacement Diagnostic Imaging Monitors for CAVHS Imaging Service Little Rock VAMC
Active
Contract Opportunity
Notice ID
36C25623Q1340
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
256-NETWORK CONTRACT OFFICE 16 (36C256)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jul 06, 2023 05:54 pm CDT
  • Original Response Date:
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 05, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6525 - IMAGING EQUIPMENT AND SUPPLIES: MEDICAL, DENTAL, VETERINARY
  • NAICS Code:
    • 334118 - Computer Terminal and Other Computer Peripheral Equipment Manufacturing
  • Place of Performance:
    Department of Veteran Affairs Central Arkansas Veterans Healthcare Sys North Little Rock , 72114
Description
Department of Veterans Affairs
Network Contracting Office (NCO) 16
Request For Information (RFI)

DISCLAIMER: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. All information contained in this Request for Information (RFI) is preliminary as well as subject to amendment and is in no way binding on the Government. Information submitted in response to this notice is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it will be synopsized in the Federal Contract Opportunities website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI.

1. Title: Replacement Diagnostic Imaging Monitors for CAVHS Imaging Service Little Rock VA Medical Center.

2. Purpose: The purpose of this RFI is to identify potential sources which will aid in defining the procurement strategy (e.g., set-aside, sole source, unrestricted) for a solicitation the VA intends on issuing shortly for the following:

Item No
Or Stock#
Description
quantity/Unit
K9602943
1 BARCO CORONIS FUSION COLOR 6MP LED, NO CARD: -SINGLE HEAD 1X 30" 6MP COLOR DISPLAY MDCC-6530 LED 1X QAWeb Enterprise Software; All cables, Drivers, and accessories. 5-year factory warranty, including 40,000hrs backlight warranty
14 EA
K9306048
2 BARCO MXRT-8700 HIGH-PERFORMANCE
DISPLAY CONTROLLER 16GB GDDR5, PCIE
GEN3 X16. 6 PCIe x16, 16GB 6x mDP
14 EA
14773
3 BARCO ESSENTIAL CARE/HOT SWAP
WARRANTY UPGRADE ISAN EXT 60 MO WNTY PROVIDING ADV REPLACEMENT SYS
14 EA

The anticipated Small Business Administration (SBA) size standard for the North American Industry Classification System (NAICS) code 334517 is 1,000 Employees.
STATEMENT OF WORK
A. GENERAL GUIDANCE

1. Title of Project: Replacement Diagnostic Imaging Monitors for CAVHS Imaging Service

2. Scope of Work: The purpose of the contract is to provide CAVHS Imaging Service with replacement Barco 6MP monitors in support of the commercial Picture Archiving and Communication System (cPACS) program. These are key components that enable radiologists to diagnose imaging studies and transcribe reports into the patient s electronic medical record (VistA).

The expectation for this procurement is the Vendor shall provide the Barco Coronis 6MP display systems and MXRT video cards as described in the specifications table. The purchase of these monitors will also include full access/licensing for the Barco premium QA Web software and a 5-year premium warranty with Advanced Exchange.

3. Background: Through several previous acquisitions, CAVHS acquired new and replacement diagnostic workstations and diagnostic imaging workstations to support its Imaging Service and the VISN 16 Teleradiology Reading Center (TRC). This current acquisition is to replace some of the diagnostic imaging monitors based upon their expected end of life (EOL) dates.

4. Performance Period: The vendor shall complete the work required under this SOW in 90 calendar days or less from date of award, unless otherwise directed by Contracting Officer (CO).

5. Type of Contract: The Government intends to award a single, Firm-Fixed-Price contract.
B. CONTRACT AWARD MEETING
The vendor shall not commence performance on the tasks in this SOW until the CO has conducted a kick off meeting, or has advised the vendor that a kick off meeting is waived.

C. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES
Description of Tasks and Associated Deliverables: The vendor shall provide the specific deliverables described below within the performance period stated in Section A.4 of this SOW.

Delivery will be made to the address listed below.

Supply Warehouse
2200 Fort Roots Drive Bldg 182
North Little Rock, AR 72114
The vendor shall make all necessary contact with the COR to schedule the delivery of the equipment and software.

D. GOVERNMENT RESPONSIBILITIES
The Government will respond in a timely manner to initialize and complete acceptance testing on the equipment.

E. CONFIDENTIALITY AND NONDISCLOSURE

It is agreed that:

1. The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the vendor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order.

2. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the vendor. Any request for information relating to this task order, presented to the vendor, shall be submitted to the CO for response.

3. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO.

6. Responses Requested: The following questions must be answered in response to this RFI.
Answers that are not provided shall be considered non-responsive to the RFI:

a. Where are the requested items/equipment manufactured?

Vendor must attach documentation of this information to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice

b. Are the requested items/equipment manufactured by a Small or Large business? Is the potential vendor in compliance with the Non-Manufacturer Rule (NMR)?

Vendor must attach documentation of this to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice

c. Is the Vendor an authorized distributor with access to Original Equipment Manufacturer (OEM) parts which may be required in performance of this requirement?

The VA does not accept grey market items and therefore the Vendor must attach evidence of this access (Authorized Distributor letter) to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice.
d. Name of potential Contractor that possess the capability to fulfill this requirement. Contractors shall also provide the following:

Point(s) of contact name: _______________________________________________
Address: ___________________________________________________
Telephone number: ___________________________________________
Email address: _______________________________________________

Company's business size: ________________________________________________
Data Universal Numbering System (DUNS) #: _______________________________

e. Is your company considered a small business concern, SB, SDVOSB, VOSB, HUBZone, or 8A concern, with the requisite __________________ NAICS code?

Please provide proof of qualifications.

f. Is your company available under any Government Wide Agency Contract (GWAC), General
Services Administration (GSA) Schedule, Indefinite Delivery Indefinite Quantity (IDIQ), and/or
Blanket Purchase Agreement (BPA)?

If so, please identify the contract number for the Government to review as part of this Market Research.

7. Opportunity/Market Pricing: The Little Rock VA Medical Center is seeking information from potential vendors on their ability to provide the required items/equipment. THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI in order to assist the Little Rock AR VAMC in determining potential levels of competition and general market pricing available in the industry. Therefore, vendors are requested to submit estimated market research pricing along with their responses to the above. The estimated pricing will be considered when determining the procurement strategy for the forthcoming solicitation.
8. Instructions and Response Guidelines: Questions regarding this RFI shall be submitted no later than 3:00pm (CST), Friday, July 07, 2023 via email to latonya.mack@va.gov

RFI responses are due by 11:00am (CST) Thursday, July 13, 2023 size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format via email to latonya.mack@va.gov. The subject line shall read: NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 3(a) - 3(f).

VAMC as Market Research and will not be released outside of the Network Contracting Office (NCO) 16.

9. Contact Information:

LaTonya G Mack
LaTonya.Mack@va.gov

Your response to this notice is greatly appreciated!
Attachments/Links
Contact Information
Contracting Office Address
  • 715 SOUTH PEAR ORCHARD RD., PLAZA 1
  • RIDGELAND , MS 39157
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 06, 2023 05:54 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 >