W065--Mobile Digital PET/CT Trailer Milwaukee VAMC
ID: 36C25225Q0359Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Diagnostic Imaging Centers (621512)

PSC

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

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 9:00 PM UTC
Description

The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the leasing of a Mobile Digital PET/CT Trailer to be utilized at the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin. The contract requires the provision of a fully equipped mobile PET/CT system for oncology-related scans, to be operated two days a week over an initial one-year period, with the option for four additional 12-month extensions. This procurement is critical for enhancing diagnostic imaging capabilities for veterans, ensuring compliance with FDA standards and VA regulations, while maintaining a minimum operational uptime of 95%. Interested vendors must submit their quotes electronically to Contracting Officer Stacy Massey by April 11, 2025, at 5:00 PM Eastern Time, and are encouraged to review the detailed requirements and compliance obligations outlined in the associated documents.

Point(s) of Contact
Stacy MasseyContracting Officer
(414) 844-8400
Stacy.Massey@va.gov
Files
Title
Posted
Apr 1, 2025, 5:04 PM UTC
The combined synopsis/solicitation notice seeks proposals from certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for leasing a mobile digital PET/CT trailer to the Clement J. Zablocki VA Medical Center in Milwaukee, WI. The contract involves providing a fully equipped mobile PET/CT system for oncology-related scans performed two days a week over a base period of one year, with four optional 12-month extensions. Key requirements include management, maintenance, and operation of the equipment, which must comply with FDA standards and VA regulations. Contractors are expected to provide essential tools, training, and maintain the system’s operational performance at a minimum uptime of 95%. The contractor will be responsible for all delivery, setup, and subsequent operations, with the VA staff handling the imaging procedures. The solicitation outlines the evaluation criteria for bids, which include technical specifications, delivery schedules, contractor experience, and pricing. Proposals must be submitted electronically by April 11, 2025, with a focus on ensuring compliance with federal regulations and maintaining patient care standards throughout the contract duration.
Apr 1, 2025, 5:04 PM UTC
The document details an amendment to a previous combined solicitation for a Mobile Digital PET/CT Trailer for the Milwaukee Veterans Affairs Medical Center (VAMC). It announces that quotes must be submitted to the Contracting Officer, Stacy Massey, by April 11, 2025, at 5:00 PM Eastern Time. This solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and is classified under the Product Service Code W065 and NAICS Code 621512. The contracting office, located at the Department of Veterans Affairs' Network Contracting Office 12 in Milwaukee, WI, is responsible for the procurement process. Interested parties are directed to submit their quotes via email to the specified contact, emphasizing the importance of timely submission. The document is concise, ensuring the essential details for prospective bidders are clearly communicated, reinforcing the government's commitment to supporting veteran-owned businesses. The amendment enhances previous solicitation efforts by providing updated timelines and compliance requirements.
The document outlines Information Security and Privacy language required for contracts with the Department of Veterans Affairs (VA). It emphasizes that contractors and their personnel must adhere to federal laws and VA directives regarding data and system security. Key provisions include the government's right to data generated during the contract, the prohibition of co-mingling VA information with other data, and stringent data protection and encryption protocols. Audits and assessments by the VA are mandated to ensure compliance, and contractors are responsible for reporting security incidents promptly. The document also details training requirements for access to VA information systems, responsibilities for handling sensitive information, and the importance of following regulations concerning medical devices and cybersecurity compliance. Furthermore, it specifies protocols for information system hosting, maintenance, and operation involving contractor facilities. Overall, the document establishes a framework to protect sensitive VA data while outlining contractors' responsibilities to ensure compliance with security standards.
This document serves as an addendum to the Instructions to Offerors for a government solicitation (RFQ) under the NAICS guidelines. Key provisions include the small business size standards, which generally set the threshold at 500 employees, or 150 for specific IT service providers. It outlines the requirements for submitting quotes, emphasizing the need for complete and detailed responses, including technical descriptions, price schedules, and relevant insurance proof. Quoters must ensure their submissions are timely and may submit multiple quotes with varying terms. Criteria for late submissions are defined, including conditions under which late quotes may be accepted. The government retains the discretion to negotiate or award based on best value rather than lowest price, and it may issue multiple purchase orders as needed. The document also emphasizes the importance of providing a Unique Entity Identifier for quotes above the micro-purchase threshold and encourages quoters to refer to various government sources for additional specification documents. Overall, the provision clarifies the expectations for vendors wishing to participate in government contracts, ensuring fair competition and compliance with federal procurement regulations.
The document outlines the evaluation criteria for federal procurement, focusing on a specific solicitation (36C25225Q0359) for commercial products and services. The government seeks quotations that conform to the requirements and offer the best overall value, considering factors such as technical specifications, delivery schedules, contractor capability, veteran involvement, and price. The evaluation process involves comparing quotations to identify the most beneficial offer rather than necessarily the lowest price. Key aspects include: 1. **Technical Compliance**: Detailed descriptions of how products meet specific requirements are essential. 2. **Delivery Schedule**: Clarity on delivery timelines is required. 3. **Contractor Capability**: Assessment of past performance, including adherence to deadlines and client feedback. 4. **Veteran Involvement**: Consideration of Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs) for additional credit. 5. **Price Evaluation**: Total price calculations will include basic requirements and any additional options. The purpose of the document is to guide potential contractors in understanding how their proposals will be evaluated, ensuring that veteran-owned businesses are encouraged in the bidding process.
The document outlines the "VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction," which establishes subcontracting limitations for contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) under 38 U.S.C. 8127. It stipulates that contractors must ensure that a specific percentage of the contract value remains with VIP-listed small businesses: 50% for service contracts, 85% for general construction, and 75% for special trade construction. The clause emphasizes the contractor's obligation to comply and provides penalties for non-compliance, including potential criminal penalties and referral for debarment if good faith efforts are not shown. This compliance must be evidenced through available documentation, and failure to cooperate may result in remedial actions. Furthermore, the offeror must submit a completed certification with their proposal to demonstrate compliance with these limitations, which is essential for eligibility in the bidding process. This regulation aims to promote fair contracting opportunities for veteran-owned businesses in government acquisitions.
The document outlines the contract terms and conditions under the Federal Acquisition Regulation (FAR) for commercial products and services as required by statutes or executive orders, effective January 2025. It mandates compliance with various FAR clauses addressing issues like confidentiality agreements, prohibited procurement from specific foreign entities, and requirements for accelerated payments to small business subcontractors. Key provisions include prohibitions against employing debarred contractors, ensuring equal opportunity for veterans, maintaining labor standards, and avoiding specific technology providers linked to security risks. Additionally, it emphasizes small business utilization, particularly those owned by service-disabled veterans. Provisions focus on ethical conduct, protection against trafficking, environmental sustainability, and privacy safeguards. The document's purpose is to enforce legal compliance and ethical standards within federal contracts while promoting small business engagement and safeguarding labor rights. Ultimately, these regulations reflect the federal commitment to transparency, fairness, and security in government contracting, highlighting the intricate balance between regulatory compliance and fostering economic growth through small business participation.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Q522--Mobile MRI Services- Green Bay Health Care Center
Buyer not available
The Department of Veterans Affairs is seeking vendors to provide Mobile Magnetic Resonance Imaging (MRI) Services for the Milo C. Huempfner Health Care Clinic in Green Bay, Wisconsin. The procurement requires a mobile MRI trailer capable of operating a minimum of 10 hours per day, three days a week, from July 15, 2025, to July 14, 2026, with options to extend through July 14, 2030. This service is critical for delivering diagnostic imaging capabilities to veterans, ensuring compliance with various regulatory standards, and maintaining high-quality patient care. Interested vendors must submit their responses, including company profiles and pricing estimates, to the designated contact, Carrie DeSwarte, at carrie.deswarte@va.gov by March 31, 2025, at 1:00 p.m. Central Time.
Mobile MRI Trailer and Technician
Buyer not available
The Department of Veterans Affairs is seeking proposals for the lease of a mobile MRI unit and associated technologist services for the Central Texas Veterans Health Care System (CTVHCS) at the Austin Outpatient Clinic (AOPC). The contractor will provide a fully operational 1.5T MRI unit along with skilled technologists for a base period of 12 months, with the option for four additional extension periods. This procurement is crucial for enhancing healthcare services for veterans through advanced medical imaging technology, ensuring compliance with federal, state, and local standards, including HIPAA regulations. Interested vendors, particularly service-disabled veteran-owned small businesses, should contact Oneka Robertson at oneka.robertson@va.gov or Astrid McKinney at astrid.mckinney@va.gov for further details and to ensure their submissions meet all outlined requirements.
J065--Maintenance on Mobile X-Ray DRX Revolution system and LUX 35 DETECTOR
Buyer not available
The Department of Veterans Affairs is seeking a contractor to provide maintenance services for the Mobile X-Ray DRX Revolution system and LUX 35 detector at the Cheyenne VA Medical Center. The procurement aims to establish a 5-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, valued at approximately $34 million, to enhance the reliability and safety of imaging equipment through scheduled maintenance, unscheduled repairs, and compliance with regulatory standards. This initiative is crucial for ensuring optimal diagnostic imaging capabilities and patient safety at the facility, while also supporting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) as part of the government's commitment to veteran enterprises. Interested parties must submit their proposals by April 21, 2025, at 10 AM Mountain Time, and can contact Contract Specialist David M Glanton at David.Glanton@va.gov or 303-717-7075 for further information.
MRI Trailer Maintenance
Buyer not available
The Department of Veterans Affairs is seeking proposals for the maintenance and repair of an MRI trailer located at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. The contract, valued at approximately $19 million, will be awarded as a Firm Fixed Price for a base year with four option years, requiring comprehensive preventative and corrective maintenance services, including 24/7 support and timely emergency response. This procurement is crucial for ensuring the operational efficiency of medical equipment that supports high-quality healthcare services for veterans. Interested contractors should contact Alecia M. Mitchell at alecia.mitchell@va.gov for further details, and must adhere to the solicitation requirements outlined in the attached document.
6525--NORTH - 442- SiteRite 9 Ultrasound System (VA-25-00034265)
Buyer not available
The Department of Veterans Affairs (VA) is soliciting quotes for a SiteRite 9 Ultrasound System to enhance vascular access procedures at the Cheyenne VA Medical Center. This procurement, designated under Solicitation Number 36C25925Q0329, is a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes the acquisition of one ultrasound system, two linear probes, one medical equipment roll stand, and one tip confirmation sensor, with an estimated delivery timeframe of 60 days after receipt of order. The ultrasound system is crucial for improving clinician efficiency in placing vascular devices, thereby enhancing patient care outcomes. Interested vendors must submit their quotations by April 8, 2025, and can direct inquiries to Contract Specialist Barron Long at barron.long@va.gov.
Mobile MRI Unit Base plus 4 Years
Buyer not available
The Department of Veterans Affairs is seeking contractors to provide a Mobile MRI Unit along with services for a base period of one year and four optional extension years at the Carl Vinson VA Medical Center in Dublin, Georgia. The contractor will be responsible for supplying a state-of-the-art mobile MRI unit capable of performing various imaging examinations, including those of the head, spine, abdomen, and extremities, utilizing a minimum of a 1.5 Tesla magnet, while ensuring compliance with HIPAA and other operational regulations. This procurement is critical for enhancing patient care by providing convenient access to MRI services, with an expected volume of 15-20 studies conducted daily during specified hours. Interested parties can contact Holly Bowling at Holly.Bowling@va.gov or by phone at 706-823-3938 for further details regarding this opportunity.
6525--Cone Beam CT Scanner for Dental Clinic
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to provide a Cone Beam CT Scanner for the Dental Clinic at the Philadelphia VA Medical Center. The required capabilities include panoramic imaging, cone beam imaging, cephalometric imaging, image analysis software, and installation services. This procurement is crucial for enhancing dental care services for veterans, ensuring they receive high-quality imaging for diagnosis and treatment. Interested parties must respond by April 11, 2025, at 4:30 PM EST, and should contact Contract Specialist Nathan Lohr at nathan.lohr@va.gov for further inquiries, ensuring they are registered in the System for Award Management (SAM) database and meet the eligibility criteria for veteran-owned businesses.
6525--Ultrasound Acquisition Board Module - NWI
Buyer not available
The Department of Veterans Affairs (VA) is soliciting quotes for the acquisition of a Philips Epiq B-Cart Acquisition Module to support the Omaha VA Health Care System. This procurement is exclusively set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requiring vendors to provide all necessary labor, transportation, and equipment, with delivery expected within 30 days after receipt of the purchase order. The initiative underscores the VA's commitment to modernizing medical equipment while promoting participation from veteran-owned businesses in federal contracting opportunities. Interested parties must submit their quotes via email to the designated Contract Specialist, Jim Miller, by 10:00 AM CST on April 10, 2025, with technical inquiries due by April 8, 2025.
Mobile Surveillance System Trailer
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified vendors to provide Mobile Surveillance System Trailers as part of a Sources Sought Notice issued by the Washington DC Network Contracting Office. The procurement aims to identify potential sources capable of delivering trailers that meet specific technical requirements, including durable construction, advanced surveillance technology with a minimum of 1080p cameras, and remote accessibility. This initiative is crucial for enhancing security operations within the VA, reflecting a commitment to modern technological solutions in safeguarding facilities. Interested vendors must submit their capabilities and pricing information by April 10, 2025, and can contact Jessica L. Thomas at Jessica.Thomas2@va.gov or 410-642-2411 for further details.
W065--6 Month Lease C-Arm XRAY System
Buyer not available
The Department of Veterans Affairs is seeking to procure a short-term rental of a Siemens Cios Alpha VA30 Portable C-Arm X-Ray System for the C.W. Bill Young VA Medical Center. This contract aims to facilitate the continuation of Electrophysiology and Pacemaker procedures during the renovation of the existing Cath Lab Imaging System, with the rental period scheduled from June 2, 2025, to November 1, 2025. The system must meet specific operational capabilities and include a compatible imaging table, ensuring compliance with federal regulations regarding record management and operational continuity. Interested vendors should contact Contract Specialist Michael A. Shook at Michael.Shook@va.gov for further details and to participate in this procurement opportunity.