This government solicitation, W81K0025QA145, issued by W81K00, is a Request for Proposal (RFP) for the lease of a Mobile Siemens Aera 24 CH MRI unit. The acquisition is a total small business set-aside under NAICS code 532490, with a size standard of 1250 employees. The solicitation outlines requirements for a 12-month lease, including delivery, setup, training, and hard drive replacement, with an option for an additional 12 months. Key dates include an offer due date of August 12, 2025, by 10:00 AM local time. The document details contract clauses, including those related to small business rerepresentation, electronic invoicing via Wide Area WorkFlow (WAWF), and various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. Offers will be evaluated based on technical factors and price, with options considered. Contractors must be registered in SAM.gov and submit electronic offers to the specified email addresses.
This document is Amendment 0001 to Solicitation W81K0025QA145, issued on August 7, 2025, by the Medical Readiness Contracting Office West. The amendment provides responses to vendor questions regarding a solicitation for a mobile 1.5 Tesla (1.5T) Magnetic Resonance Imaging (MRI) system. Key clarifications include accepting Siemens Aera or equivalent, updating the required MRI configuration from 24-channel to 48-channel, and specifying a 12-month period of performance with a 6-month option to extend services. Vendors are also advised to provide their lead time for delivery and installation in their proposals instead of a fixed start date. All other terms and conditions of the original solicitation remain unchanged.
This Statement of Work (SOW) outlines the requirements for leasing a Mobile Siemens Aera 24CH MRI system for Brooke Army Medical Center (BAMC) at Fort Sam Houston, Texas. The contractor is responsible for providing, delivering, installing, and supporting the 1.5 Tesla MRI system in BAMC Parking Lot D, ensuring compliance with safety and regulatory standards. Key services include 24/7 technical support, system calibration, application training, and the provision of necessary documentation. The contractor must also provide preventive and unscheduled maintenance, communicate manufacturer recalls, and facilitate equipment replacements. Qualifications include possessing a valid Authorization to Operate (ATO) on Department of Defense (DoD) networks and ensuring all software has current FDA certifications and a USA license. Site security requirements involve personnel complying with installation access, vehicle registration, identification badge display, and safeguarding government and confidential information, including adherence to FOIA and Privacy Act regulations. Invoicing will be done monthly through Wide Area Workflow (WAWF), with a single non-recurring fee for hard drive removal. The contractor is not required to perform services on government-observed holidays and must maintain patient and confidential information confidentiality. The document also includes a deliverables schedule.