Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 30, 2025 SAM #8556
SPECIAL NOTICE

J -- INTENT TO SOLE SOURCE | CANON | GWAC SPE2D1-17-D-0022 TASK ORDER | CT SCANNER SOFTWARE UPGRADE

Notice Date
4/28/2025 8:51:47 AM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24525Q0466
 
Response Due
4/30/2025 10:00:00 AM
 
Archive Date
05/15/2025
 
Point of Contact
AMY WALTER, CONTRACTING OFFICER
 
E-Mail Address
AMY.WALTER1@VA.GOV
(AMY.WALTER1@VA.GOV)
 
Awardee
null
 
Description
Statement of Work Project Name: Implementation of AICE Software Platform for CT Scanner Project Overview: This statement of work outlines the requirements and deliverables for the implementation of the AICE software platform in conjunction with an existing Canon CT scanner. The AICE platform leverages artificial intelligence to enhance image reconstruction capabilities. Objectives: Enhance Image Reconstruction: Implement the AICE software platform to leverage artificial intelligence algorithms and improve the quality and accuracy of image reconstruction from the Canon CT scanner. Optimize Diagnostic Capabilities: Enable radiologists and healthcare providers to make more accurate and informed diagnoses by utilizing the advanced image reconstruction capabilities provided by the AICE platform. Reduce Radiation Dose: Utilize the AICE software platform to optimize image quality and reduce radiation dose exposure during CT scans, prioritizing patient safety and minimizing potential risks. Streamline Workflow: Integrate the AICE platform seamlessly with the existing Canon CT scanner workflow to ensure efficient and user-friendly operation for radiologists and technologists. Maintain Data Security and Compliance: Ensure that the implementation of the AICE software platform complies with all relevant data security and privacy regulations, safeguarding patient information. Scope of Work: Assess the compatibility and integration requirements between the AICE software platform and the existing Canon CT scanner. Collaborate with Canon and the AICE software provider to establish the necessary technical infrastructure and connectivity for seamless integration. Install and configure the AICE software platform on the designated workstation(s) connected to the Canon CT scanner. Conduct comprehensive testing and quality assurance to ensure proper functionality and integration between the CT scanner and the AICE software platform. Develop training materials and conduct training sessions for radiologists, technologists, and relevant staff members on utilizing the AICE platform for improved image reconstruction. Implement appropriate security measures to safeguard patient data and ensure compliance with relevant data protection regulations. Provide ongoing technical support, maintenance, and updates for the AICE software platform. Deliverables: Assessment report outlining the compatibility and integration requirements between the AICE software platform and the existing Canon CT scanner. Installed and properly configured AICE software platform on designated workstation(s). Training materials and conducted training sessions for radiologists, technologists, and staff members on utilizing the AICE platform for image reconstruction. Implemented security measures to protect patient data and ensure compliance with data protection regulations. Ongoing technical support, maintenance, and updates for the AICE software platform. By implementing the AICE software platform, this statement of work aims to enhance the image reconstruction capabilities of the existing Canon CT scanner using artificial intelligence, enabling improved diagnostic capabilities, streamlined workflow, and a reduction in radiation dose exposure for the safety and well-being of patients. ORIGINAL EQUIPMENT MANUFACTURER (OEM) SOLE SOURCE LETTER INTENT TO SOLE SOURCE THIS IS AN INTENT TO SOLE SOURCE ANNOUNCEMENT AND IT IS FOR INFORMATION & PLANNING PURPOSES ONLY; IT IS NEITHER A SOLICITATION ANNOUNCEMENT, NOR A REQUEST FOR INFORMATION, PROPOSALS OR QUOTES AND DOES NOT OBLIGATE THE GOVERNMENT TO AWARD A CONTRACT. IF A VENDOR RESPONDS TO THIS INTENT TO SOLE SOURCE, THE VENDOR WILL NOT RECEIVE A RESPONSE. THE PURPOSE OF THIS INTENT TO SOLE SOURCE ANNOUNCEMENT IS FOR MARKET RESEARCH, IN ORDER TO MAKE APPROPRIATE ACQUISITION DECISIONS, AND TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SERVICE-DISABLED VETERAN OWNED SMALL BUSINESSES, VETERAN OWNED SMALL BUSINESSES, 8(A), HUBZONE AND OTHER SMALL BUSINESSES WHO STATE THEY ARE CAPABLE OF PERFORMING THE WORK. **A sole source contract award will result from this Notice.** IN THE EVENT THAT A VENDOR DISAGREES WITH THIS SOLE SOURCE, THEN DOCUMENTATION OF TECHNICAL EXPERTISE MUST BE PRESENTED IN SUFFICIENT DETAIL FOR THE GOVERNMENT TO DETERMINE THAT YOUR COMPANY POSSESSES THE NECESSARY FUNCTIONAL AREA EXPERTISE AND EXPERIENCE TO COMPETE FOR THIS ACQUISITION. **VENDOR RESPONSE SHALL INCLUDE THE BELOW** Responses to this INTENT TO SOLE SOURCE shall include company name, address, point of contact, phone number, point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 811210, (size standard of $34M, per SBA Table of Small Business Size Standards January 1, 2022) AND whether your company has special socio-economic status (i.e., SDVOSB, VOSB, Small Business, HUBZone, etc.). (A) COMPANY NAME (B) ADDRESS (C) POINT OF CONTACT (D) PHONE, FAX, AND EMAIL (E) DUNS NUMBER (F) CAGE CODE (G)TAX ID NUMBER (H) TYPE OF SMALL BUSINESS, E.G. SERVICES DISABLED VETERAN OWNED SMALL BUSINESS, VETERAN-OWNED SMALL BUSINESS, 8(A), HUBZONE, WOMEN OWNED SMALL BUSINESS, SMALL DISADVANTAGED BUSINESS, OR SMALL BUSINESS HUBZONE BUSINESS, (I) WILL YOUR COMPANY BE PERFORMING THE WORK? OR DO YOU PLAN ON SUB-CONTRACTING OUT THE WORK? (I) Is your company considered small under the NAICS code identified under this RFI? (Size standard of = or < $30M, per SBA Table of Small Business Size Standards August 19, 2019) (J) Does your company have an FSS contract with GSA or the VA NAC or a GWAC contract holder with any other federal agency? If so, please provide the contract number. (K) If your company holds a FSS GSA/VA NAC contract other federal GWAC contract holder, are the services requested available on your schedule/contract? (L) General pricing of your products is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. AND (J) ***WILL YOUR COMPANY BE DOING ALL OF THE WORK? IF NOT, WILL YOUR COMPANY BE SUB-CONTRACTING OUT THE WORK?***MUST ANSWER*** MUST PROVIDE A CAPABILITY STATEMENT THAT ADDRESSES THE ORGANIZATIONS QUALIFICATIONS AND ABILITY TO PERFORM AS A CONTRACTOR FOR THE WORK DESCRIBED BELOW. IF THE VENDOR IS AN SDVOSB/VOSB, BE PREPARED TO DEMONSTRATE HOW IT WILL NOT SUB-CONTRACT THE WORK BY MORE THAN 51%, PER VAAR 852.219-75, VAAR 819.7011(b)� Contract clauses. (DEVIATION) ***IF THERE ARE ANY OBJECTIONS TO THIS SOLE SOURCE, CONTACT THE CONTRACTING OFFICER AT AMY.WALTER1@VA.GOV.***
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ad9000ebdedf4e1a9978da11175ba4b8/view)
 
Record
SN07422906-F 20250430/250428230049 (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.