Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2004 FBO #1008
SOLICITATION NOTICE

65 -- Requirement to provide maintenance and service under the Platinum Coverage Option for Steris Reliance 4800 Cartwasher System located in Womack Army Medical Center, Fort Bragg, North Carolina

Notice Date
8/28/2004
 
Notice Type
Solicitation Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ04T0163
 
Response Due
9/3/2004
 
Archive Date
11/2/2004
 
Point of Contact
Anita.Adcock, 910-907-9303
 
E-Mail Address
Email your questions to Medcom Contracting Center North Atlantic
(anita.adcock@na.amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is solicitation number W91YTZ-04-T-0163 and is a request for quotation (RFQ). The Standard Industrial Classification Code is 3842 and the small business size standard is 500. The N orth American Industry Classification System Code is 334510. Womack Army Medical Center, Fort Bragg, North Carolina, 28310, has a requirement for Steris Reliance 4800 Cart Washer Platinum coverage maintenance. STATEMENT OF WORK 1. Description of Services: Vendor shall provide maintenance and service under the Platinum Coverage Option for the Reliance 4800 Cartwasher System, serial number: 010829806, located in the CSS of Womack Army Medical Center in accordance with this Statement of Work and Preventi ve Maintenance Check List for the base period of 01 October 04 to 30 September 05 and four one-year option periods.. 2. Maintenance and Repair Services: A. All services will be performed in accordance with the manufacturers literature and recommendations, by a technically qualified person. B. The Platinum coverage option: Full comprehensive coverage with the exception of existing parts exclusions. - Includes all parts and labor to perform preventive maintenance per PMCL or revised in contract. - Includes all parts and labor to perform equipment repairs. Existing parts exclusion still apply. Repairs resulting from operator error, poor facilities or equipment abuse are not included. C. Preventive maintenance services will be performed bi-monthly in accordance with the vendors service agreement. 3. General Information: A. Contract hours for services and repairs will be between 8:00 AM and 5:00PM, local time, Monday through Friday, excluding federal holidays. B. Contractor personnel will be provided with free and safe access to the equipment and be provided assistance by the customer in any reasonable manner. C. The contractors field service engineer will physically sign in and out at the Medical Maintenance Branch Customer Service desk upon arrival and departure, during the normal duty hours 7:30 AM  4:30 PM, Monday through Friday, excluding federal holiday s. D. Prior to signing out the contractor will provide a service report with a detailed description of all services/repairs performed and parts replaced to the Medical Maintenance Branch contract representative. If the contractor is unable to provide a copy of the service report at time of repair, a copy must be faxed within 3 working days to (910) 907-8702, ATTN: Contract Representative. All service reports will include the following information. 1. Manufacturer, model, serial number of serviced equipment. 2. Detailed description of diagnosis and repairs performed. 3. Manhours expended on the service/repair and hourly labor rate. 4. Repair parts used with part number and price. E. Only the Contracting Officer has the authority to approve changes to this contract that would result in an increase or decrease of the awarded price. F. The government Point of Contact for this Statement of Work is CW3 Arcadio E. Morales, Chief, Medical Maintenance Branch at (910) 907-6445. G. Payment under the terms of this contract will be made in arrears: ( ) Monthly (X) Quarterly ( ) Semi-annually ( ) Annually TECHNICAL EXHIBIT The following systems will be covered under the terms and conditions of this contract: ITEM ECN MODEL SERIAL NO. LOCATION Annual Cost PM Performed 1. H0128 4800Cartwasher 010829806 CSS Bi-Monthly The Government intends to make a sole source award f or the services described herein to Steris Corporation. All offers received in response to this solicitation will be considered. Responses will be used to determine whether bonafide competition exists. Responses are to be faxed to Anita Adcock at 910-90 7-9307 or emailed to anita.adcock@na.amedd.army.mil no later than 1400 hours on 3 September 2004. It is now a requirement that all contractors doing business with the Department of Defense be registered with CCR (the website may be accessed on the interne t at: www.ccr.gov to register). Offerors responding to this announcement shall provide all information contained in the Federal Acquisition Regulation (FAR) Provision 52.212-1, Instructions to Offeror-Commercial Items. As stated in this provision, the G overnment intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offerors best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later and determined by the Contracting Officer to be necessary. 52.212-2 Evaluation - Commercial Items. 52.212-3, Offeror Representations and Certifications  Commercial Items; an authorized representative of the offeror mus t sign these representations and certifications and must be included with the offer. The resulting firm fixed price award will incorporate the requirements of the following clauses: 52.212-4, Contract Terms and Conditions  Commercial Items; 52.212-5, Co ntract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items; with applicable FAR Clauses: 52.222-36 and 52.222-37. DFAR Clauses: 252.225-7000 Buy American Act  Balance of Payments Program Certificate; 252.225-7001, Buy American Act and Balance of Payments Program. Evaluation factors: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government , price and other factors considered. The following factors shall be used to evaluate offers: Technical/Past Performance/Price. Technical  Provide current copies of required professional credentials for personnel. Past Performance  provide a list of all Government Contracts for subject service held over the last two (2) years. Include the agency name, address, name and phone number of a person to contact, the contract number, and dollar value and type of contract. The evaluation of past performance will not be numerically rated. Evaluation of past performance will be based on the following: a. High Risk  equated to a low probability of success. Verification of past performance shows the offerors have consistently not met work schedules and other obligations, have defaulted on at least one contract within the past three (3) years, or have chronically failed to meet contract terms. b. Medium Risk  Equates to a reasonable expectation of success. Verification of past performance shows that offer or occasionally has not met work schedules or other obligations, on occasion has been unable to provide requested services, or met contract terms with only a few reported failures, and has not defaulted on any contract within the past three (3) years. C. Low Risk  Equated to a substantial probability of success. Verification of past performance shows that the offeror consistently meets work schedules, provides specified services, meets contract terms without failure, and has not been defaulted on any co ntract within the past three (3) years. Price: The award will be made on a best value basis with a technically acceptable firm which offers the Government the best value, based on an evaluation of past performance and price, as equally rated factors. Pr ice will be evaluated separately from past performance. Options: The Government will evaluate offers for award purposes by adding the total price for all opti ons to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). GENERAL IN FORMATION: Only the Contracting Officer has the authority to approve changes to this contract that would result in an increase or decrease in the awarded price. Contractor will not work on equipment unless there is a valid contract in place. Contractor will not exchange Government owned equipment unless approved by the Chief, Medical Maintenance Branch, Quality Control. Quarterly payment under the terms of the contract will be made in arrears. The following FAR provisions and clauses apply to this soli citation: 52.212-1, Instructions to Offerors- Commercial; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Employment; 52.222-35 Equal Opportunity for Special Disabled Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; and 52.225-3 Buy American Act  North American Free Trade Agreement; 52.228-5 Insurance-Work on a Government Installation; 252.204-7004 Required CCR; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend Term; 52.232-18, Availability of Funds; 52 .232-19 Availability of Next Year Funds; 252.212-7001 Contract Terms, 252.232-7003 Electronic Submission of Payment Requests; 252.204-7004 Required Central Contractor Registration; 252.225-7002 Qualifying Country Sources as Subcontractors. (Contractor to include a completed copy of the following provisions with quote) 52.212-3 Offeror Reps and Certs; 52.222-48 Exemption from Service Act; 252.212-7000 Offeror Reps and Certs  CI. Referenced provisions and clauses may be accessed electronically at these addresses: http://www.arnet.gov/far; http://farsite.hil.af.mil; http://www.dtic.mil/dfar.
 
Place of Performance
Address: Womack Army Medical Center ATTN: Building 4 2817 Reilly Road Fort Bragg NC
Zip Code: 28310
Country: US
 
Record
SN00659826-W 20040830/040828211801 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.