Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 11, 2025 SAM #8720
SPECIAL NOTICE

70 -- 3mensio Contract

Notice Date
10/9/2025 11:59:47 AM
 
Notice Type
Special Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24526Q0061
 
Response Due
10/16/2025 7:00:00 AM
 
Archive Date
10/17/2025
 
Point of Contact
Jennifer Elkins, Contracting Specialist, Phone: (304)429-6755x5401
 
E-Mail Address
jennifer.elkins2@va.gov
(jennifer.elkins2@va.gov)
 
Awardee
null
 
Description
Veterans Health Affairs, Network Contracting Office 5, is issuing this Notice of Intent to Sole Source in order to identify any potential sources that have the resources and capabilities to maintain the 3mensio software subscription at the Washington DC VAMC. The Contractor shall provide all labor, personnel, equipment, tools, materials, supervision and other items and services necessary to perform service and maintenance. Location: Washington DC VA Medical Center, 50 Irving Street NW, Washington, DC 20422 Cardiology INTERESTED & CAPABLE RESPONSES NCO 5 is seeking responses from businesses that are interested in this procurement and consider themselves to have the resources, rights, and capabilities necessary to provide these services. Please respond with your: Business name Business type Socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.) Person of contact (including telephone number & email address) GSA Contract number if applicable DUNS number and SAM UEI number Capability statement Authorized Distributor Letter Responses must be submitted by 10:00 am (EST) Friday, October 16, 2025. Responses to the information requested above may be submitted via email to jennifer.elkins2@va.gov No telephone calls will be accepted. DISCLAIMERS This Notice of Intent to Sole Source does not constitute a solicitation. All information received in response to this notice that is marked proprietary will be handled accordingly in accordance with (IAW) Federal Acquisition Regulation (FAR) 15.201(e). Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses incurred associated with responding to this RFI. This Special Notice of Intent to Sole Source is for planning purposes ONLY. The results of this notice will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., small business set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred associated with the preparation of responses submitted as a result of this notice. Statement of Work 3mensio Software Subscription Contract GENERAL Scope of Services: The purpose of this requirement is to maintain the 3mensio software subscription at the Washington DC VAMC. The Contractor shall provide all labor, personnel, equipment, tools, materials, supervision and other items and services necessary to perform service and maintenance. Location: Washington DC VA Medical Center, 50 Irving Street NW, Washington, DC 20422 Cardiology WORK HOURS Hours of Operation: Normal business hours are Monday through Friday, 8:00 a.m. to 4:00 p.m., excluding holidays. Should the Contractor require work afterhours, the Contractor shall arrange in advance with the Contracting Officer s Representative (COR). Delivery Hours: The Warehouse is open to receive deliveries Monday through Friday, 8:00 a.m. to 4:00 p.m., excluding holidays. National Holidays: The holidays observed by the Federal Government are: New Year s Day, Martin Luther King Day, President s Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day, and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday. Contractor may work on holidays with prior communication and coordination. PERIOD OF PERFORMANCE Base Year 3mensio Software Agreement 12/1/2025 - 11/30/2026 Option Year 1 - 3mensio Software Agreement 12/1/2026 - 11/30/2027 Option Year 2 - 3mensio Software Agreement 12/1/2027 - 11/30/2028 Option Year 3 - 3mensio Software Agreement 12/1/2028 - 11/30/2029 Option Year 4 - 3mensio Software Agreement 12/1/2029 - 11/30/2030 SOFTWARE Manufacturer Model #/Name Pie Medical Imaging 3mensio Base Module Subscription 3mensio Base Module Floating License 3mensio Mitral Valve Subscription 3mensio Mitral Valve Floating License 3mensio Aortic Root Subscription 3mensio Aortic Root Floating License Salient Characteristics of Software: Mitral Valve Module Key product features PACS connectivity Easily trace mitral annulus and evaluate the complexity Dedicated anchoring workflow (for repair methods) Transapical and Transseptal approach route modules .STL import Automated workflow with user interaction for fine adjustments Workflows available for Aortic, Mitral, 3D Ultrasound, Tricuspid, LAA, and Pulmonary Virtual ICE/TEE workflow Singular workflow for all heart valve structures Perpendicular views along the center line (diameter measurements) Stretched views (length measurements) Anatomical visualization minus calcifications (MinIP) Hockey Puck view for calcification assessment Double oblique views (sinus width measurements) Measurements that are reported and labeled in a single click Pre-op assessment of access vessel diameters, calcification, and tortuosity CT Derived Angio View to determine the optimal C-arm position Workflow assistant for easy-to-follow step by step analysis Key Results General Dynamic visualization of mitral valve, left ventricle and left atrium Dimensions of Mitral Valve Optimal C-arm angle Anatomical relations between interatrial septum, LAA ostium, mitral annulus and/or vena cava Volume of the left atrium or ventric TMVR Aortic-Mitral Angle Assessment of the neo-LVOT Device placement using Virtual Device TMVr Distance annulus and coronary vessels Assessment of anchor positions Aortic Valve Module Key product features PACS connectivity Assisted Annulus definition Dedicated approach route assessment Interactive iPad report .STL import Key Results Aortic Valve Dimensions of the Aortic Annulus Coronary ostia height Optimal projection angle Calcium assessment and quantification A clear view of the mitral valve is provided after just two clicks Trace the mitral annulus to obtain area, perimeter, and diameters Visualize a virtual mitral valve, intrusion of the LVOT, and surrounding vasculature Visualize the dynamic mitral valve, left ventricle, and left atrium with a multiphasic CT acquisition Septal crossing targeting and visual guidance Direct access workflow for viewing of a virtual catheter path Determine access route challenges Determine the optimal C-arm position with the simulated CT Derived Angio View Femoral and Subclavian approach Diameter assessment with catheter-based threshold Dedicated views for calcium assessment Tortuosity assessment Direct Aortic and Transapical approach Determine intercostal space using virtual catheter Approach angle with native valve SPECIFICATIONS Corrective Maintenance The contract shall include all on-site corrective (unplanned) maintenance/repair of the equipment in accordance with the manufacturer s manual. Recalls & Alerts-- Contractor shall perform all remediation actions needed for product alerts and recalls issued for the equipment. The contractor will perform unlimited corrective services on equipment/systems under full coverage agreement from OEM. Training Includes one remote training session of up to 8 hours in the use of software, with access to PMI-Academy (E-Learning 24h/7D), and access to customer care line and email support. Parts/Materials/Tools/Labor All parts and materials to complete the maintenance shall be included as a part of this contract. Contractor shall provide their own tools to complete the maintenance. All labor (including travel) to complete the maintenance is included in the contract. Contractor must use OEM certified parts and service. Use of refurbished parts have to be approved in writing by Biomedical Engineering prior to use. Engineer/technicians must be OEM trained on all equipment included in agreement. Proof of competency to be provided upon request. Updates/Patching Contractor shall complete available updates to the software at the discretion of Biomedical Engineering. Contractor shall complete all patching according to manufacturer s specifications. Response Time Contractor shall respond to trouble phone calls within thirty minutes. The minimum standard response time for dispatch will be no later than two business days after notification of equipment malfunction. Service agreement service call priority with OEM under active coverage. Check in/Out Contractor personnel arriving on-site to perform work shall report to the Biomedical Engineering Department. Contractor personnel shall sign in using the department s vendor sign in sheet, filling out all required information. Contractor personnel s tool bags are subject to inspection by the Biomedical Engineering department upon arrival and upon departure. Contractor personnel shall sign out upon completion of visit. Prior to departure, Contractor personnel are required to, at a minimum, verbally report any issues with the equipment to the Biomedical Engineering department, especially noting if the system is still down or not fully repaired. The VA campus is non-smoking. Contractor personnel are required to comply with this policy. Parking. It is the responsibility of the Contractor to park in the appropriate desig nated park ing areas. Loaner Equipment In the event the DC VA Medical Center s equipment goes down and needs to be repaired, the Contractor will ship a Certus 140 Microwave Ablation System to our location to replace our equipment while the repairs are being addressed. Contractor is responsible for shipment and packaging of system both to and from the Medical Center. Reporting Within 5 business days of award, must provide validation of equipment active coverage with OEM to certify service agreement in place. Contractor shall provide a copy of the service report, complete with test data, to the VHAWASbiomedservice@VA.GOV within three business days after completion of any services. Service reports shall include identifying information about the equipment, all services provided during the service visit, any issues found during the visit, the technician/engineer names of the personnel performing work, and the date service was provided. Remote Support The Contractor shall provide a telephone line available 24/7/365 for technical support. Contractor shall also provide a phone number for VA staff to call to dispatch Contractor field service engineers/technicians. If remote support via site-to-site virtual private network (VPN) is required, Contractor shall work with the COR and the facility Information Security Officer (ISO) to meet the requirements prior to connection. A National Site to Site MOU/ISA is the preferred way to complete this connection. Patient Health Information The Contractor shall safeguard patient health information. The Contractor shall report to the Biomedical Engineering Department any issues with disclosed or unsecure patient health information. Contractor shall note remove any hard drives, storage devices, or anything containing patient health information from the site. Contractor Requirements All Contractor personnel performing services on the equipment shall have factory training and experience in the maintenance and repair of the equipment. Contractor shall provide copies of training certificates for the Contractor personnel performing work on-site upon the request of the Government. Waste Removal: The contractor is responsible to remove and properly dispose of all waste related to the services provide on-site. Safety and Security Contractor shall follow all Occupational Safety and Health Administration (OSHA) laws and regulations. The Contractor is responsible for reporting any hazards they come across to their point of contact. Contractor shall follow all local procedures concerning infection control. Should the Contractor be unsure of the requirements, the COR can provide the specific information and procedures. Contractor personnel shall wear visible identification at all times while on VA property. Contract personnel are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. Property Damage The contractor shall take all necessary precautions to prevent damage to any Government property. The contractor shall report any damages immediately and shall be assessed current replacement costs for property damaged by the contractor, unless corrective action is taken. Any damaged material (i.e., trees, shrubs, lawn/turf, curbs, gutters, sidewalks, etc.) will be replaced in a timely manner or corrected by the contractor with like materials, at no extra cost to the Government, upon approval of the Contracting Officer. Chemical Use Prior to performance of any work, the Contractor will be required to furnish the Contracting Officer with the trade names (if any) and chemical names of all chemicals to be used, along with a label showing contents, the use strength of the chemical as applied, and the antidote thereto. Contractor shall furnish the same information each time a change is made to the chemicals or products used in the performance of this contract. This information is required for emergency treatment in the event of ingestion or and/or contact with the material by humans. QUALITY ASSURANCE End-users, Biomedical Engineering, and/or the contract COR shall perform system verification tests to ensure the system is fully functional following service/repairs. Issues with the quality of the Contractor s work will be communicated through the Contracting Officer to the Contractor point of contact for resolution. Documentation with be completed in the Government systems. Invoicing/Payment Noncontract Charges: The contractor shall not perform any service that will result in additional charges without prior approval from the Contracting Officer. Payment: Payment will be made in arrears, and upon receipt of a properly prepared invoice which references the period for which payment is due, the equipment covered, the contract number and/or assigned purchase order number. The invoice must include the correct payment address. GUARANTEE: The contractor will guarantee workmanship and all parts furnished by the contractor for a period of not less than 90 days. PRIOR INSPECTION OF EQUIPMENT: Potential contractors may, at their own expense, inspect equipment covered by this solicitation (ref 52.237-1 SITE VISIT). Arrangements must be made in advance with Biomedical Engineering. Failure to carry out the above procedures will be considered as a failure to document the service visit and will constitute a failure to perform.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3cedb2efcace4112a47ebd5c9cba33eb/view)
 
Record
SN07615650-F 20251011/251009230037 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.