SOLICITATION NOTICE
J -- Medrad Injector Service
- Notice Date
- 8/20/2025 6:50:25 AM
- Notice Type
- Presolicitation
- NAICS
- 811210
—
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24126Q0001
- Response Due
- 9/1/2025 1:30:00 PM
- Archive Date
- 10/31/2025
- Point of Contact
- Manases Cabrera, Contracting Officer, Phone: 781-687-4418
- E-Mail Address
-
manases.cabrera@va.gov
(manases.cabrera@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Pre-solicitation notice. VHA RPOE Network Contracting Office 1 New England (NCO1) intends to solicit only among Bayer HealthCare LLC, 100 Bayer Boulevard, P.O. Box 915, Whippany, NJ 07981, UEI DAVLZMN2HEP5, the Original Equipment Manufacturer (OEM), and the authorized distributors of the OEM for the goods/services described below. NCO1 intends to solicit the OEM and its authorized distributors under the streamlined and simplified acquisition procedures of FAR 12.6 and FAR 13.104, in competition to the maximum extent practicable. NCO1 intends to obtain the following from these sources: DirectCARE Basic (DCB) for the following equipment: Item # Catalog Number Serial Number Product 1 DCB-FLEX 300820U1 Medrad® Stellant FLEX CT Injection System 2 DCB-FLEX 301346U1 Medrad® Stellant FLEX CT Injection System 3 DCB-MRXP 312549 Medrad® MRXperion MR Injection System 4 DCB-CS 41924256 Medrad Portegra2 Overhead Counterpoise System 5. DCB-CS 0119/23938 Medrad Portegra2 Overhead Counterpoise System The NAICS is 811210. The size standard is $34M. The PSC/FSC is J065. Since the items are exclusively available from the OEM and its authorized distributors, no solicitation will be posted to Contracting Opportunities SAM.gov. This procurement is subject to prohibitions in the VA Acquisition Regulation (VAAR), including 852.212-71 Gray Market Items and 852.212-72 Gray Market and Counterfeit Items. Interested persons may contact the Contracting Officer via email at manases.cabrera@va.gov regarding this procurement. The determination of the acquisition strategy based on responses to this notice is within the discretion of the Contracting Officer. STATEMENT OF WORK FOR SERVICE AND SUPPORT OF Bayer Equipment Service Contract BACKGROUND Manchester VA Medical Center has one Medrad MRXPERION contrast injector and two Medrad Stellant Flex contrast injectors. The devices will need to be maintained, by a qualified and reliable company, for ongoing quality assurance, software package modifications including upgrades & patches, telephone technical support, and future onsite repairs, calibrations, and preventive maintenance. OBJECTIVES The contract effort goals are to maintain, upgrade, service and support all components of the equipment listed in Section F throughout the total contract period at the Manchester VA Medical Center. Objectives to meet the service and support goal include, but are not limited to, replacement parts coverage, service support, telephone support, software and hardware support, continuing education for VA staff and support service, full maintenance coverage by providing all replacement parts, labor, travel expenses, tools, test equipment and other incidentals necessary to maintain or restore the listed equipment to operating specifications according to the manufacturer s recommendations throughout the term of the contract. PERIOD OF PERFORMANCE After the contract has been awarded, the period of performance will be defined within the following time parameters. 3 Years: 10/1/2025-9/30/2028 PLACE OF PERFORMANCE Delivery of services in this case will be conducted virtually and/or at the following address: Manchester VA Medical Center 718 Smyth Road, Manchester, NH 03104 SCOPE OF WORK (TASKS FOR SERVICES) The work requirements for this contract performance period are introduced as stated in the preceding sections. However, it is here within the scope of work that they will be captured explicitly. The contractor will meet the following requirements as bulleted below: THE CONTRACTOR WILL: REPAIRS All Field Engineer on site visits shall be performed during the normal VA business hours 8:00am-5:00pm, Monday through Friday, excluding Federal holidays On-site response time shall be within 24 hours of request All Field Engineers or company representative must check in with Healthcare Technology Management (HTM) (aka: Biomedical Engineering or Clinical Engineering) prior to starting their work at the facility. All telephone technical support shall be provided at no additional cost Repair parts shall be provided and shipped, next day 10:30 am at no extra cost to the Government SCHEDULE MAINTENANCE (PREVENTIVE MAINTENANCE) One Planned Maintenance (PM) visit with complete inspection of listed instrumentation. Service (work) includes labor, travel, a PM kit, complete inspection of the instrument with cleaning. Includes one additional PM or cleaning if necessary. Preventive maintenance shall be scheduled during normal VA business hours as identified above. Preventive maintenance shall be coordinated with the Service Line and HTM so that there is minimal negative impact to patient care. All parts and equipment necessary to complete the preventive maintenance shall be provided and shipped, next day 10:30 am at no extra cost to the Government SOFTWARE All software updates, inclusive of installation of any minor patches or major revisions, shall be included at no extra cost to the Government The Contractor shall assist in any/all software and/or network vulnerabilities identified by the Government that need remediation as expressed by the Government. All software will be approved and/or scanned by HTM (aka: Biomedical Engineering or Clinical Engineering) prior to installation. SERVICE DOCUMENTATION At the conclusion of each repair and scheduled maintenance call, the Contractor shall provide a written service report to HTM (aka: Biomedical Engineering or Clinical Engineering) within 3 business days indicating: Date(s) of service Make, model, serial number, and barcode/ID number of the equipment serviced Name of FSE who performed the work Hours worked Description of the reported problem, the services performed, and parts replaced Make, model, serial number, barcode/ID number, and proof of up-to-date calibration of the test equipment used in the repair or preventive maintenance service. Quantifiable measurement results, inclusive of range and tolerance, for all tests conducted EQUIPMENT LIST Item # Catalog Number Serial Number Product 1 DCB-FLEX 300820U1 Medrad® Stellant FLEX CT Injection System 2 DCB-FLEX 301346U1 Medrad® Stellant FLEX CT Injection System 3 DCB-MRXP 312549 Medrad® MRXperion MR Injection System 4 DCB-CS 41924256 Medrad Portegra2 Overhead Counterpoise System 5. DCB-CS 0119/23938 Medrad Portegra2 Overhead Counterpoise System
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/da5e137c1c8a4305b48c8e316c7ec66f/view)
- Place of Performance
- Address: Manchester VA Medical Center 718 Smyth Road, Manchester, NH 03104-7007, USA
- Zip Code: 03104-7007
- Country: USA
- Zip Code: 03104-7007
- Record
- SN07558573-F 20250822/250820230049 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |