Scott AFB Mobile Magnetic Resonance Imaging (MRI)
ID: HT940724Q0008Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, USA

NAICS

Diagnostic Imaging Centers (621512)

PSC

LEASE OR RENTAL OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (W065)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency, is soliciting quotes for Mobile Magnetic Resonance Imaging (MRI) services to support the 375th Medical Group at Scott Air Force Base, Illinois. The procurement aims to lease a mobile MRI unit from October 15, 2024, to October 14, 2025, with options for two additional extensions, ensuring compliance with health and safety regulations such as HIPAA and CDC standards. This service is critical for providing diagnostic imaging capabilities essential for military operations and patient care. Interested small businesses must submit their quotes electronically by 5 PM ET on October 4, 2024, and can direct inquiries to Contract Specialist Christopher Comish at christopher.j.comish.civ@health.mil or by phone at 210-952-8620.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for mobile Magnetic Resonance Imaging (MRI) services for the 375th Medical Group at Scott Air Force Base, Illinois, from October 1, 2024, to October 14, 2025, with options for extensions. The contractor must provide a mobile MRI unit compliant with industry standards and capable of multiple examinations while ensuring trained MRI technicians support the operations. The services must adhere to relevant health and safety regulations, including HIPAA and CDC standards. Key provisions include responsibilities for equipment setup, maintenance, and patient services, with strict performance guidelines outlined. The contractor must provide a knowledgeable point of contact during operational hours and ensure 24/7 emergency communication availability. The government will furnish basic supplies like telecommunication services, while the contractor must secure all required items for the contract execution. Physical security is vital, with specific access control protocols and anti-terrorism measures emphasized. Quality control and environmental health compliance are mandated, ensuring services provided meet safety and efficacy standards. The document emphasizes the contractor's accountability for all methodologies employed in delivering MRI services, detailing both technical and operational requirements necessary for successful contract execution.
    This document outlines a Request for Proposal (RFP) for the lease of Mobile Magnetic Resonance Imaging (MRI) equipment by the federal government. It details the agreement whereby the contracting company retains ownership of the MRI equipment throughout the leasing term. The document specifies a base contract period from October 15, 2024, to October 14, 2025, at Scott Air Force Base, IL, followed by two optional extension periods, each lasting 12 months and 6 months respectively. Each section emphasizes adherence to government guidelines for Mobile MRI services. The contract includes a total of four Contract Line Item Numbers (CLINs) for base and optional lease durations. Financial details indicate unit prices are currently set to zero. The overarching purpose of this RFP is to procure imaging services essential for military operations while ensuring compliance with the relevant Performance Work Statement (PWS) standards.
    The document outlines the provisions and clauses for the Request for Quotes (RFQ) HT940724Q0008, issued for Mobile Magnetic Resonance Imaging (MRI) services at Scott Air Force Base, Illinois. Offers must be submitted electronically by October 4, 2024, including a signed cover letter, completed certifications, technical documentation, and pricing outlined in Attachment 2. The evaluation process prioritizes technical acceptability significantly over price, with proposals being assessed for compliance with the Statement of Work. Funds for this contract are dependent on appropriated funding availability. Key clauses cover various relevant regulations including labor standards, contractor ethics, and specific prohibitions regarding telecommunications equipment. The document also emphasizes contractor responsibilities for obtaining necessary identification for base access and compliance with security protocols during contract performance. Attachments provide additional details, including the Performance Work Statement and wage determination. Overall, this solicitation reflects standard government procurement practices aimed at ensuring competitive bidding while safeguarding legal and fiscal responsibilities.
    The document titled "HT940724Q0002 Question Submission Form" serves as a template for companies responding to federal requests for proposals (RFPs). Its primary function is to allow businesses to submit questions or comments regarding specific sections of an RFP. The structure comprises fields for the company name, identification of the document and page or paragraph in question, and a designated space for the question or comment itself. This format facilitates clear communication between the contracting agency and potential bidders, ensuring that all inquiries are accurately captured and addressed. By providing a structured means for question submission, the form promotes transparency and clarity in the RFP process, which is essential for effective competition and performance in federal grant opportunities and local projects. The document's design underscores the importance of precise documentation and inquiry during the procurement process, enhancing the overall efficiency of public contracting.
    The document discusses funding opportunities and project proposals related to government RFPs (Requests for Proposals) at the federal, state, and local levels. It outlines the criteria and guidelines that organizations need to adhere to when applying for grants and submitting proposals. Key themes include the emphasis on compliance with regulations, the importance of demonstrating project feasibility and community impact, and the necessity of aligning with governmental objectives. Additionally, the text indicates the evaluation process for submissions, which includes assessments of project costs, potential risks, and the ability to deliver measurable outcomes. The structure appears to be systematic, focusing on specific areas such as funding sources, applicable regulations, and submission procedures. Overall, the document serves as a comprehensive guide to assist organizations in navigating the complexities of government funding applications and proposals, thus enhancing their chances of securing financial support for their initiatives.
    This document outlines the Joint Commission International Accreditation Standards for Ambulatory Care applicable to Diagnostic Imaging Centers. It details several key standards categorized into sections: International Patient Safety Goals, Access to Care, Patient and Family Rights, Assessment of Patients, Care of Patients, and more. Each section emphasizes processes aimed at enhancing patient safety, care continuity, communication, informed consent, and quality control. Standards also cover the management of medications, infection control, facility safety, and staff qualifications. The guidelines aim to ensure that ambulatory care organizations deliver high-quality, safe, and respectful care, enhancing patient experiences while meeting legal and ethical obligations. The document serves as a framework applicable to federal RFPs and grants, fostering adherence to established protocols in healthcare organizations, thus ensuring public trust and safety.
    The Defense Health Agency (DHA) has issued a Request for Quotation (RFQ) for Mobile Magnetic Resonance Imaging (MRI) services to the 375th Medical Group at Scott Air Force Base, Illinois, under Solicitation #HT9407-24-Q-0008. The contract is set to commence on October 15, 2024, covering a base year and three optional extensions, with specific compliance requirements to be met, including adherence to TJC, HIPAA, and CDC standards. Contractors must submit their quotes by 5 PM ET on October 4, 2024, and the evaluation of bids will begin shortly thereafter, with awards expected between October 7 and October 14, 2024. The government encourages interested parties to ask questions via an attached submission form, with responses to be posted publicly to ensure equitable access to information. Key points of contact for the procurement process are Contract Specialist Christopher Comish and Contracting Officer Tina Mitchell. The document includes attachments with detailed performance work statements, pricing structures, provisions and clauses, and a wage determination. This RFQ exemplifies the procedure for federally funded services procurement, focusing on compliance, accountability, and transparency in the contracting process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Q522--Mobile MRI Services Iron Mountain VAMC 1 year base period 1 year option
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Mobile MRI Services at the Oscar G. Johnson VA Medical Center in Iron Mountain, Michigan. This procurement, valued at approximately $19 million, is set as a total small business set-aside specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a one-year base period with an option for an additional year. The contractor will be responsible for providing all necessary management, labor, equipment, and supplies, ensuring compliance with stringent safety and quality standards, including maintaining a minimum 95% operational uptime of the MRI equipment. Interested parties must submit their proposals by September 30, 2024, at 11:00 AM Central Time, and can contact Carrie A. Deswarte at carrie.deswarte@va.gov for further information.
    Mobile MRI Tech Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking vendors to provide mobile MRI Tech Services, specifically a mobile 1.5T MRI Coach and associated Technologist Services for the Central Texas Veterans Health Care System (CTVHCS) located in Temple, Texas. The contractor will be responsible for the transportation, delivery, setup, and operation of a compliant mobile MRI unit, which must be five years old or newer, and will operate five days a week during specified hours. This procurement is crucial for delivering diagnostic imaging services to veterans, ensuring adherence to safety, privacy, and regulatory standards such as HIPAA and OSHA. Interested vendors must submit their company details, including size classification and status as small or disadvantaged businesses, by September 30, 2024, and must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, vendors can contact Vanessa Cantone at vanessa.cantone@va.gov or 254-535-8139, or Elsa Gomez at elsa.gomez@va.gov or 972-708-0808.
    J066--Preventative Maintenance on Magnetic Resonance Imaging (MRI) Trailer Service Contract Base + 4 Option Years
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a contract to provide preventative maintenance services on a Magnetic Resonance Imaging (MRI) trailer at the Sheridan Veterans Affairs Medical Center in Greenwood Village, Colorado. The contract encompasses a base year plus four option years, requiring quarterly inspections, repairs, and comprehensive maintenance to ensure the operational readiness of the mobile MRI unit. This initiative is crucial for maintaining high-quality healthcare services for veterans, reflecting the VA's commitment to effective medical equipment management. Interested vendors must submit their proposals by October 14, 2024, at 10 AM Mountain Time, and can contact Contract Specialist David Glanton at David.Glanton@va.gov or 303-717-7075 for further information.
    Texas Army National Guard: Mobile Medical and Dental Readiness Services- IDIQ
    Active
    Dept Of Defense
    The Department of Defense, through the Texas Army National Guard (TXARNG), is seeking qualified vendors to provide mobile medical and dental readiness services under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The primary objective is to support the Office of the State Surgeon in fulfilling requirements related to Individual Medical Readiness (IMR) and Medical Readiness Category (MRC), ensuring that personnel are medically prepared for duty. This initiative emphasizes the importance of maintaining medical readiness within the armed forces and encourages small business participation in the procurement process. Interested vendors must submit their capabilities, including business size and experience, via email to Natalie Rodriguez at natalie.j.rodriguez9.civ@army.mil by 10:00 AM Central Time on September 30, 2024.
    Texas Army National Guard: Mobile Medical and Dental Readiness Services- Four (4) Events
    Active
    Dept Of Defense
    The Department of Defense, through the Texas Army National Guard (TXARNG), is seeking qualified vendors to provide Mobile Medical and Dental Readiness Services for four upcoming events aimed at enhancing Individual Medical Readiness (IMR) and Medical Readiness Category (MRC) for military personnel. The procurement requires vendors to supply all necessary personnel, equipment, tools, materials, supervision, and quality control to support medical and dental services, ensuring compliance with state licensing regulations and adequate facilities for service delivery. Interested businesses, particularly small enterprises, are encouraged to submit detailed responses outlining their qualifications and capabilities by September 30, 2024, to Natalie Rodriguez at natalie.j.rodriguez9.civ@army.mil, as the government assesses the potential for a small business set-aside for this contract.
    Q522-- Mobile CT Lung Cancer Screening
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Mobile Computed Tomography (CT) Lung Cancer Screening services to be provided at the James H. Quillen VA Medical Center and associated Community Based Outpatient Clinics (CBOCs) in Tennessee and Kentucky. The contractor will be responsible for delivering a fully operational mobile CT unit, including qualified technologist staffing and maintenance of all equipment, to facilitate lung cancer screenings in rural areas. This initiative is crucial for enhancing early detection and treatment of lung cancer among veterans, reflecting the VA's commitment to improving healthcare access. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by July 31, 2024, at 10:00 AM Central Time, and can direct inquiries to Contract Specialist Christina Curley via email at christina.curley@va.gov.
    65--X-RAY APPARATUS,RAD
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of X-ray apparatus, specifically NSN 6525017207557. The requirement includes a quantity of one unit to be delivered to FM9912 AFMOA CSDC EAST SGALW within 20 days after the award date. This equipment is critical for medical, dental, and veterinary applications, underscoring its importance in supporting military health services. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Development of Philips Lumify Ultrasound System
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Medical Research Acquisition Activity (USAMRAA), is seeking interested parties to develop the Philips Lumify ultrasound system for the Army Medical Materiel Development Activity (USAMMDA) at Fort Detrick, Maryland. The primary objective is to procure services for the modification and enhancement of the Lumify system to ensure it meets military specifications, including addressing cybersecurity risks and facilitating effective training for military personnel. This initiative aims to improve combat casualty care by enabling rapid and accurate diagnoses in austere environments, thereby reducing unnecessary medical evacuations. Interested organizations must submit their capability statements by 4 p.m. EST on October 2, 2024, to the designated Contract Specialist, Christopher Sult, at christopher.m.sult.civ@health.mil, with the anticipated contract expected to last twelve months and likely structured as a Firm-Fixed-Price type.
    Teleradiology Services for VASNHCS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Teleradiology Services for the Southern Nevada VA Health Care System (VASNHCS). The contract requires certified or board-eligible radiology physicians to provide remote diagnostic imaging services, including CT, MRI, and ultrasound scans, in accordance with strict American College of Radiology standards and HIPAA guidelines. This initiative is crucial for ensuring timely and effective healthcare delivery to veterans, with an estimated total contract value of $19 million over multiple ordering periods from December 1, 2024, to November 30, 2029. Interested vendors must submit their proposals by October 2, 2024, and can contact Maricela A Berrones-Gauger at maricela.berrones-gauger@va.gov for further information.
    65--X-RAY APPARATUS,RAD
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of an X-Ray Apparatus, specifically NSN 6525016511758, with a quantity of one unit. This solicitation, classified under the NAICS code 334515 for Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals, is critical for medical, dental, and veterinary applications within military operations. Interested vendors are required to submit their quotes electronically, as hard copies will not be provided, and must do so within 20 days after the award date. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.