Sources Sought Notice Sources Sought Notice Page 7 of 7 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 7 SUBJECT* Fort Harrison VAMC CT Contrast Injector System GENERAL INFORMATION CONTRACTING OFFICE S ZIP CODE* 80111 SOLICITATION NUMBER* 36C25925Q0523 RESPONSE DATE/TIME/ZONE 06-20-2025 12:00 MOUNTAIN TIME, DENVER, USA ARCHIVE 60 DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS N SET-ASIDE PRODUCT SERVICE CODE* 6515 NAICS CODE* 339112 CONTRACTING OFFICE ADDRESS Department of Veterans Affairs Network Contracting Office NCO 19 6162 South Willow Drive, Suite 300 Greenwood Village CO 80111 POINT OF CONTACT* Contracting Officer Barron Long barron.long@va.gov PLACE OF PERFORMANCE ADDRESS Department of Veterans Affairs VA Montana Health Care System 3687 Veterans Drive, P.O.BOX 1500 Fort Harrison MT POSTAL CODE 59636 COUNTRY USA ADDITIONAL INFORMATION AGENCY S URL URL DESCRIPTION AGENCY CONTACT S EMAIL ADDRESS EMAIL DESCRIPTION Sources Sought Notice Contrast Injector DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with 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 associated with responding to this RFI. Response Instructions: Do not provide more than 8 pages, including cover letter page. Submit your response via email to: barron.long@va.gov Submit your response NLT 12:00 (MST) on Friday February 20th Mark your response as Proprietary Information if the information is considered business sensitive. VA has identified the appropriate North American Industry Classification System (NAICS) Code 339112 Surgical and Medical Instrument Manufacturing with a Small Business size of 800 employees. Please identify and explain any NAICS codes your company believes would better represent the predominated work included in the attached Statement of Work draft / Salient Characteristics List; Information Requested from Industry: In response to the Sources Sought, interested Contractors shall submit the following information and any Capabilities/Qualifications Statement to include but not limited to an overview of proposed solution(s) and a description of the product your company possesses accordance with the Statement of Work draft / Salient Characteristics List. Vendor Name: SAM UEI #: Name of Manufacturer: Manufacturer Address (including country): Estimated Delivery Time: SAC FSS contract number Vendor Point of Contract (POC) Name POC Phone Number: POC Email Address: 1. Contract Title. Delivery and installation of CT power contrast media injector 2. Background. Contrast power injectors integrate with the CT scanner system and are commonly affixed to a hydraulic swing arm suspended from the overhead (ceiling). This type of system typically requires a mounting plate specific to the swing arm itself. Due to the complexity of this durable medical equipment and the interface with the CT system, the vendor is primarily responsible for the proper installation and connection of the power injector. 3. Scope. Scope of work is limited to the installation of the contrast injection system to include the swing arm assembly if necessary and correct connection for interface with the CT scanning system. This is expected to take no longer than two business days and is a non-recurring event. 4. Specific Tasks. The contractor will deliver the purchased contrast injection system to the Fort Harrison VA Medical Center in appropriate crating/packing designed to prevent damage during transit. The following address will be used for delivery: Fort Harrison VA Medical Center 3797 Patriots Way Bldg. 170 Fort Harrison, MT 59636 Attn: Diagnostic Imaging Contractor will address any initial inspection concerns brought forward by the government prior to acceptance of delivery. Contractor will coordinate installation date/s with Diagnostic Imaging Administrator. Contractor will provide detailed information requests to DI Administrator and Bio Medical Engineering team well in advance of agreed upon installation date. Contractor will partner with the with assigned Bio Medical and Engineering staff to evaluate site preparation and make any necessary changes for power injector installation. Contractor will remove existing power injector and inspect installed hydraulic arm for continued use. Contractor will work with Engineering to create and execute connection to appropriate power source. Contractor will complete installation of new power injector ensuring proper functioning and connectivity to CT scanner itself. Contractor will provide onsite training to available CT technologists in the proper use and maintenance of the power injector. Contractor will address any identified concerns prior to leaving the site. 5. Performance Monitoring The onsite COR will be available during the installation of equipment to validate proper installation and function of the power injector. Any concerns or issues that cannot be resolved at the local level will be escalated to the Contracting Officer (CO) for adjudication/resolution. Once installation is complete, the COR will ensure a satisfactory functional check is performed and meets the performance requirements. 6. Security Requirements The contractor is required to register in the Symplr Credentialing application to gain access to the government facility. This app will serve as identification during the period of performance. Access to the Symplr is available through sympler.com and the mobile app can be found at symplr.com/mobile. Contractor personnel will not enter any Diagnostic Imaging spaces prior to checking in with the COR and/or Diagnostic Imaging leadership. Unescorted entry into patient care areas is not permitted. The Diagnostic Imaging department operates equipment which produces ionizing radiation. The contractor will observe, and heed all posted warnings in the Imaging department. PRIVACY STATEMENT: Information Security: The C&A requirements do not apply; a Security Accreditation Package is not required. Incidental exposure to protected health information may occur from accessing the work site. Staff will follow all Privacy & Security policies and procedures. 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). This contract does not require Government-Furnished Equipment (GFE) or Government-Furnished Information (GFI) for successful completion. 8. Other Pertinent Information or Special Considerations. No other special considerations or pertinent information currently. a. Identification of Possible Follow-on Work. There is no known potential for follow on work. b. Identification of Potential Conflicts of Interest (COI). There are no known organizational conflicts of interest. c. Identification of Non-Disclosure Requirements. Contractors will not have access to sensitive or proprietary information. Non-disclosure agreements (NDA) are not required for this contract performance period. d. Packaging, Packing and Shipping Instructions. The contractor will ship the equipment to the following address: Fort Harrison VA Medical Center 3797 Patriots Way Bldg. 170 Fort Harrison, MT 59636 e. Inspection and Acceptance Criteria. The shipped equipment will be received at the government warehouse and is subject to inspection for physical damage. Damaged or inoperable equipment/supplies will not be accepted by the government. Final acceptance is contingent upon proper installation and successful functional testing of the power injector. The COR is the determining authority for acceptance. In cases of disagreement, the Contracting Officer will determine course of action. 9. Risk Control Installation of this equipment is considered low risk and will be performed during times when there is no patient care activity. Modifications to existing infrastructure have not been identified at this time. 10. Place of Performance. Performance of work is to be done onsite at the Fort Harrison VA Medical Center, Building 154 in Room 121. Date of installation will be mutually agreed upon by the contractor and the government post award. SALIENT CHARACTERISTICS Precise Control: Power injector must deliver consistent and reproducible contrast media flow rates and volumes. Variable Rate Control: Power injector must offer adjustable flow rates, allowing for specialized injection protocols based on patient-specific needs and imaging requirements. Timing Control: Power injector must have adjustable timing of contrast delivery which is synchronized with the CT scanner and features auto start. Remote Control Switch Power injector must have a remote operator switch with a minimum cord length of 180 centimeters. Saline Flushes: Power injector must have a saline flush option to assess intravenous access patency and capability to immediately follow contrast media injection with saline injection. Extravasation Detection: Would prefer power injector features extravasation sensor technology. Dual Syringes: Power injector must have dual syringe allowing for the delivery of contrast media and saline and must have contrast warming capabilities. Intuitive Interface: Would prefer power injector features user-friendly interfaces with touchscreen monitor and icon-driven workflow. Display screen must have vertical orientation for ease of use. Safety Features: Would prefer power injector offer eGFR calculator, capability for patient-specific protocols, and automated data collection. CT System Compatibility Power injector must be compatible with GE Revolution Evo CT scanner.