SOLICITATION NOTICE
65 -- Maintenance Service (BASE + Three Option Years) to the Government owned Microkeratome (Model :Amadeus, Serial #30066202053) for Blanchfield Army Community Hospital, Fort Campbell, Ky.
- Notice Date
- 7/7/2006
- Notice Type
- Solicitation Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
- ZIP Code
- 30905-5650
- Solicitation Number
- W91YTV-06-T-0125
- Response Due
- 7/14/2006
- Archive Date
- 9/12/2006
- Small Business Set-Aside
- N/A
- Description
- This is 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is W91YTV-06-T-0125. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect t hrough Federal Acquisition Circular 2005-07. The North American Industry Classification System Code (NAICS) for this procurement is 811219. The Blanchfield Army Community Hospital, Fort Campbell, Kentucky 42223-1498, has a requirement for Maintenance Ser vices (Base + Three Option Years) which include Remedial, Emergency Repairs, and Routine Preventative Maintenance Services to the Government Owned Microkeratome/Accessories (Model: Amadeus, Serial #30066202053). The Government anticipates awarding a singl e award for this requirement. The equipment is located at Blanchfield Army Community Hospital, Medical Supply Officer, ATTN: Ms. Genera Shannon, Bldg 650 Fort Campbell, Kentucky, 42223-1498 . The provisions at FAR 52.212-1, Instructions to Offerors-Comme rcial, apply to this acquisition. A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items must be included with the offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to t his acquisition. FAR 52,212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.22-19, FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998), DFAR Clause 252.232-7003, Electronic Submission of Payment Requests (Jan 2004), DFAR Clause 252.204-7004 Alt A, Required Central Contractor Registration Alternate A (Nov 2003), Full text of provisions and clauses may be accessed electronically at the following address: http://www.arnet.gov/far. Quotes are being requested and a written solicitation will not be issued. All responsible sources should submit quotes to Raymond E. Hulse via fax at 706-787-6573 or email: Raymond.hulse@se.amedd.army.mil by 4:00 pm. EST, July 14, 2006. SEE STATEMENT OF WORK BELOW: PERFORMANCE BASED WORK STATEMENT BLANCHFIELD ARMY COMMUNITY HOSPITAL MEDICAL MAINTENANCE BRANCH, EQUIPMENT CENTER FORT CAMPBELL, KY 42223-5349 SECTION C.1. GENERAL C.1.1 This contract shall provide for maintenance services which include remedial repairs, emergency repairs and routine preventative maintenance services to the government owned Microkeratome/Acessories (Model: AMADEUS Serial# 30066202053) . This equipme nt is located at Blanchfield Army Community Hospital, Fort Campbell, KY. It shall include all systems, components, and accessories which were part of the original system purchased. C.1.2 BACKGROUND INFORMATION. This contract is unique in that all services accomplished on these items are done at the manufacturers repair depot. C.1.3 PERSONNEL. C.1.3.1 Program Manager: The Contractor will provide, in writing, the name and phone number of a Program Manager within (10) ten calendar days of the award of the contract. The Program Manager will be a qualified and experienced manager to oversee the per sonnel assigned to perform the maintenance services. The contractor's Program Manager will correspond with the Contracting Officer's Representative (COR) on a regular basis to discuss any problems that the contractor or contractor's personnel may be exper iencing during the performance of this contract. Unresolved problems will be referred to the contracting officer for resolution. C.1.3.2 Government Point of Contact (POC). The COR will be the Government's POC. The COR will be designated in writing to the Contractor and the scope of auth ority will be set forth therein. William H. Smith Jr., Biomedical Engineering Technician Supervisor, Medical Maintenance Branch, Blanchfield Army Community Hospital (BACH), Fort Campbell, KY (FTCKY) will be the Contracting Officers Representative (COR). Contractor shall respond only to calls from COR or a designated representative from the Medical Maintenance Branch. C.1.4 QUALITY CONTROL. C.1.4.1 QUALITY ASSURANCE. Upon completion of work, an acceptance inspection will be conducted by the COR and the equipment user to ensure all services are satisfactory and complete. C.1.4.2 QUALITY CONTROL. The contractor shall be responsible for ensuring that the quality of service and materials provided under this contract meet or exceed the Performance Work Statement. C.1.5 PEFORMANCE MEASURES C.1.5.1 The contractor shall maintain the equipment in an operational state 95% of the time with no more than 5% downtime within any thirty-day period. If downtime exceeds 5% during any thirty-day period due to negligent maintenance performed by the contr actor, an amount of 10% of the unit price may be withheld from the next invoiced period. C.1.5.2 Computation of the equipment downtime shall begin immediately upon equipment failure until the time the equipment is fully operational. The time allocated for performance of scheduled maintenance services will not be included in the computation of equipment downtime. Equipment availability is calculated by subtracting the monthly sum of equipment downtime from the total normal duty hours per month. Divide the result by the total normal duty hours per month. %Availability = (Total normal duty hours per month downtime)*100 Total normal duty hours per month SECTION C.2. DEFINITIONS C.2.1 Contracting Officer (KO). A person duly appointed with the authority to enter into and administer contracts on behalf of the U.S. Government. C.2.2 Contracting Officers Representative (COR). An individual designated by the contracting officer to act as his representative to assist in administering a contract. The source and authority for a COR are contained in the written letter of designation. C.2.3 Quality Assurance (QA). Those actions taken by the government to assure services meet the requirements of the Performance Work Statement (PWS) and all other service outputs. C.2.4 Quality Control. Those actions taken by a contractor to control the performance of services so that they meet the requirements of the PWS. C.2.5 Preventive Maintenance (PM). Maintaining equipment in a satisfactory operating condition in accordance with the manufacturers standards and specifications by providing systematic inspection, detection, and correction of incipient failures either bef ore they occur or before they develop into major defects. For purposes of this contract, it includes the installation of any manufacturers Field Modification Instructions (FMI) kits applicable to this unit. C.2.6 Downtime: The time during the normal duty day when the equipment is not operable due to breakdown, under repair, or fails to perform according to specifications, and is deemed unsafe for patient care. Downtime for remedial repairs is calculated from the time the service is requested by the Government, until the acceptance of work has completed by the COR. The time accrued as downtime will only be during those hours identified below as normal duty hours. Scheduled routine preventive maintenance and cal ibrations shall not be considered downtime. Also, minor failures with ancillary components which do not affect system availability shall not be considered in determining downtime. C.2.7 Normal Duty Day: From 7:30am 4:00pm, Monday through Friday, excluding the following legal holidays: New Years Day, January 1 Martin Luther Kings Birthday, 3rd Monday in January Washingtons Birthday, 3rd Monday in February Memorial Day, last Monday in May Independence Day, J uly 4 Labor Day, 1st Monday in September Columbus Day, 2nd Monday in October Veterans Day, November 11 Thanksgiving Day, 4th Thursday in November Christmas Day, December 25 C.2.8 Repair Services: An action required due to a malfunction, minor or major. The service includes inspection, testing/troubleshooting and all actions necessary to return the item to a fully serviceable state. Included are those calibrations and test whi ch are incidental to a repair action. C.2.9 Loaner Equipment: Contractor provided equipment that will be used during the repair of the governments equipment. The use of this equipment is provided at no additional cost to the government. SECTION C.3. GOVERNMENT FURNISHED PROPERTY AND SERVICES. C.3.1 The Government certifies that the equipment to be maintained under this contract will be in good operating condition on the effective date of this contract. For the purpose of this contract, the clause, good operating condition, means the conditions necessary for the equipment to function as intended without the need for remedial maintenance. The Contractor agrees to leave the equipment in good operating condition at the expiration of this contract. The Contractor will be obligated to perform any w ork under this contract to accomplish this. During the final week of this contract, a final inspection of the equipment will be made by the Government. Any correction of deficiencies noted at that inspection will represent the final requirement to be per formed by the Contractor under this contract. Government and Contractor representatives at each site will perform a pre maintenance inspection at the onset of the contract. Any equipment found to be inoperable during this joint pre maintenance inspection will be repaired using a separate purchase instrument. C.3.2 Government property and materials made available to the Contractor under the terms of this contract shall be for use only in the performance of this contract. C.3.3 The Government will make available to the Contractor the equipment scheduled for servicing at such time and duration as required by the Contractor and coordinated with the COR. C.3.4 The Contractor's FSEs shall park in the appropriately designated parking areas as determined by the COR. The Government will not invalidate or make reimbursement for parking violations of the Contractor under this contract. Violations of the Govern ment's site regulations and policies may result in citation answerable in the United States (Federal) District Court, not a local, state or municipal court. C.3.5 The Government will furnish expendable supplies (i.e., film, chemicals) consumed during normal procedural sequence and necessary for the completion of the required maintenance services. Expendable supplies will only be provided for work accomplished at the Government site. C.3.6 The Government will provide the Contractor with all government forms and make available all government publications referenced in this contract when not normally available to the public or the Contractor. C.3.7 The Contractor shall not be responsible for delays encountered due to the non-availability of Government furnished materials. The time allowed for the completion of remedial repairs will be extended to equal the amount of time delayed due to the Gov ernment caused delays. C.3.8 The Government will be responsible for maintaining the proper environment, including utilities and site requirements necessary for the system to function properly as specified by the OEM. C.3.9 The Government will operate the system in accordance with the instruction manual provided by the OEM. C.3.10 The Government will not be responsible for damage or loss due to fire, theft, accident, or other disaster of Contractor supplies, materials, or for the personal belongings brought onto Government property by Contractor's personnel. SECTION C.4. CONTRACTOR FURNISHED ITEMS AND SERVI CES. C.4.1 Only the material referenced in section 3 above will be furnished by the Government. All other material required in the performance of this contract shall be furnished by the Contractor. C.4.2 The Contractor shall provide all service literature, reference publications, laptop computers and diagnostic software to be used by the contractor service technicians and as required for the completion of the services in accordance with this contract . C.4.3 Replacement Parts. C.4.3.1 The Contractor shall have ready access to unique and/or high mortality replacement parts. All parts supplied shall be compatible with the existing system. C.4.3.2 The Contractor shall replace all worn or defective parts necessary to restore the equipment to 100% operational condition as specified by the OEM. C.4.3.3 Contractor installed replacement parts shall become the property of the Government and the replaced malfunctioning part shall become the property of the Contractor. C.4.3.4 Freight, postage, and storage charges associated with shipment and receipt of replacement parts, and the return of parts shall be the responsibility of the Contractor. C.4.3.5 The Contractor shall use only new or warranted replacement parts where the quality is equal to or better than the OEM's original part. When discrepancies occur, the Government will make the final determination on whether a replacement part is of eq ual or better quality. C.4.3.6 The Contractor must include software revisions and upgrades (field service changes) which are required due to a manufacturer announced safety hazard and FDA recall as part of the contract at no additional cost to the Government. SECTION C.5. SPECIFIC TASKS. C.5.1 The contractor will provide labor, parts and technical assistance to maintain proper operation of the microkeratome. Repair services will be accomplished at the manufacturers depot. The customer, upon prior notice from the contractor, will steriliz e the equipment and prepare it for shipment. The contractor will prepare all shipping documents for the equipment on the customers behalf and make necessary repair arrangements with the manufacturers depot. Services and repairs, in the sole judgment of the contractor, can be accomplished by exchange of equipment/accessories of equal value. If the suspect equipment/accessory is not returned within 30 days after receipt of the repaired product, the customer will be charged list price for the item. The c ontractors obligation hereunder shall relate to malfunctions other than those resulting from: wear and tear due to non-performance of routine operator maintenance and cleaning; mistakes of equipment operators; abuse, neglect, alteration, modification or m isuse of the equipment. C.5.2 The contractor will provide a free of charge loaner program. This program depending upon availability will ship loaners for next day delivery, if the request is received before 7 PM EST. If the request is received after 7 PM EST it will be sent the following day. C.5.3 The Contractor will perform/incorporate only Original Equipment Manufacture (OEM) specified modifications, alterations and upgrades. The Contractor will perform or cause to be performed all OEM field modifications and safety alert inspections. C.5.4 Upon completion of services, a written service report shall be provided to the COR. The service report shall provide detailed information regarding the service provided, the cause of equipment malfunctions and corrective action taken to include the t ime required to complete the work, price of labor (hourly rate) and a list of parts replaced with a price for each part. End of Performance Work Statement
- Place of Performance
- Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
- Zip Code: 30905-5650
- Country: US
- Zip Code: 30905-5650
- Record
- SN01084639-W 20060709/060707221350 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |