Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2011 FBO #3624
SOURCES SOUGHT

J -- Kodak Miniloader and Processor Maintenance Renewal - RFI/SoW for Maintenance Renewal of Kodak Miniloader and Processor

Notice Date
10/25/2011
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
RFIF2X4A21202AG05_LOVE
 
Point of Contact
Anthony R. Love, Phone: 334-953-3532, Shana L. Byrd, Phone: 334-953-5036
 
E-Mail Address
Anthony.Love@maxwell.af.mil, shana.byrd@maxwell.af.mil
(Anthony.Love@maxwell.af.mil, shana.byrd@maxwell.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work for the maintenance renewal of one Kodak Miniloader and one Kodak Processor is included in this document. THIS IS A SOURCES SOUGHT SYNOPSIS ANNOUNCEMENT; A MARKET SURVEY FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR QUOTES AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE PURPOSE OF THIS SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS (SMALL BUSINESS, LARGE BUSINESS, ETC.) PLEASE DO NOT REQUEST A COPY OF A SOLICITATION, AS ONE DOES NOT EXIST. The Government is seeking qualified, experienced sources for the maintenance renewal of: One(1) MIN-R2000 Kodak Processor One(1) ML2000 Kodak Miniloader With a base period of 4 Nov 2011 - 31 Oct 2012 and four (4) option years. For further information, please review the attached Statement of Work. Please provide the following information: (1) Company name, address, point of contact, voice and fax telephone numbers and e-mail address. (2) Type of business, i.e., small, small disadvantaged, woman-owned, Hub Zone, serviced-disabled veteran-owned 811219 which contains a size standard $19 million. E-mail responses to this request for information are preferred, and should be sent to: anthony.love@maxwell.af.mil, and shana.byrd@maxwell.af.mil All questions must be submitted in writing and forwarded to the aforementioned point of contact. Anthony Love at (334) 953-3532 and SrA Shana Byrd at (334) 953-5036. The due date and time for responses to this synopsis is 3:00 pm Central Standard Time on 31 October 2011 STATEMENT OF WORK 1. Work consists of furnishing all labor, materials, transportation, and replacement parts to provide preventive maintenance, calibration, and all intervening service calls on one processors and one multi-loader. One processor suitable for mammography and one processor suitable for general radiography docked to two daylight multi-loader. Included in the contract is service for the previously listed equipment which will incorporate all labor, materials, transportation, and replacement parts to provide preventive maintenance, calibration, and all intervening non operator maintenance service calls. The equipment will be located in the 42d Medical Group, Building 760, Maxwell AFB, AL for the period 2011 OCT 01 through 2012 SEP 30. 2. Prior to accomplishing any service work specified in the contract, the contractor will report to the Biomedical Equipment Maintenance work control desk, IN PERSON, for an escort to the site of the equipment. The Biomedical Equipment Maintenance Shop is located in Building 760, Rm 1S05, Maxwell AFB, AL and may be reached at telephone number (334) 953-6814. At the minimum and under no circumstances will a service provider be allowed access to the equipment without first signing in at the Medical Logistics Customer Service Desk and without first acquiring a hospital ID badge. 3. SCHEDULED SERVICE: a. The contractor will provide two (2) preventive maintenance inspections' (PMI). The PMI will be performed in the month of OCT 2011 and APR 2012. During the PMI visit, the contractor will inspect the total system in accordance with applicable manufacturer's literature. The contractor will coordinate and schedule PMIs to be accomplished within the scheduled month or combined with remedial service prior to that time period when approved by Biomedical Equipment Maintenance. The PMI will be performed during duty hours, 0730 - 1630, Monday through Fridays. b. Preventive maintenance inspections will be performed in accordance with applicable manufacturer's literature and in such a manner as to ensure that all systems listed in the contract are maintained within manufacturer's design and operational specifications. The Preventive Maintenance Inspection will include, but not be limited to: (1) Perform operational check of all systems and correct any deficiencies noted. (2) Verify that the system's internal and external calibrations are within manufacturer's specifications. (3) Clean and lubricate mechanical parts in accordance with applicable manufacturer's service manual. (4) Perform an electrical check out of the instrument and all accessories included in the contract to ensure compliance with manufacturer's specifications and current NFPA 101 guidelines for health care facilities. To include documentation of leakage currents and milliohm check of the power cord. (5) Replace excessively worn or defective parts exclusive of items termed as customer or operator maintenance items; i.e., syringes, valves, probes, etc. (6) Make mechanical adjustments to ensure proper operation. (7) Consult with the equipment operator regarding equipment performance. 4. SERVICE CALLS: a. The contractor will provide maintenance service as required by equipment breakdown. On-site response time for maintenance service calls will be within 24 consecutive clock hours, 5 days per week (Monday through Friday) excluding Government and Company holidays, after initial notification from the contracting officer or an authorized representative. The contractor will identify the person generating the service call on the service report. b. If equipment remains inoperative for a period of more that 96 hours after the contractor receives a service call notice, the contractor shall grant credit to the Government. The credit shall be prorated 1/30 of the monthly rate for each day the equipment is inoperative. The number of inoperative hours shall be adjusted to the nearest whole or half hour. c. Should it be necessary to remove equipment from the facility for servicing, the contractor will provide, at no additional cost to the government, a loaner like item. 5. REPLACEMENT PARTS: a. The contractor will use only new original or like new factory refurbished replacement parts in the performance of this contract. If required replacement parts are not immediately available to the contractor while performing PMIs or service calls, the contractor will notify the Biomedical Equipment Maintenance work controller of the deficiency. Contractor will deliver and install all replacement parts required to complete the inspection within 3 days of PMI or service call visit. b. Any parts that are not covered by contract and that are provided by the U.S. Air Force to the contractor shall be installed by the contractor at no additional charge; i.e., X-ray glassware, such as X-ray tube or vidicon tubes. c. The contractor will not bill for replacement parts unless specifically authorized by the contracting officer. d. Warranty: All repair parts furnished in connection with repair of equipment will be guaranteed against defects in materials and workmanship for a period of 30 calendar days or manufacturer's warranty whichever is greater. There shall be no additional charges for the service to perform maintenance actions previously performed within seven working days of the service call. Contractor's obligation shall be to repair or replace the defective part at no charge to the Government, except for labor costs beyond 7 working days to remove the defective part and install replacement part. 6. TRAINING REQUIREMENTS: a. All contractor representatives performing service under this contract will be factory trained on like equipment to that being serviced. The contractor will provide a copy of training certificates or documentation for all employees performing maintenance. 7. ACCEPTANCE AND INSPECTION: a. At the completion of each PMI or service call, the contractor will provide the Biomedical Equipment Maintenance work controller with a LEGIBLE service report. Failure to provide a service report will result in payments for services being delayed until service report is received by the Biomedical Equipment Maintenance Shop. Service reports will include: (1) Type of service: PMI, Routine, or Emergency Call. (2) A description of all services rendered during the visit. (3) A listing of any discrepancies that may still exist with any item on the contract. (4) The amount of time spent performing duties. (5) If replacement parts are used, a complete list of parts used by part number. Except for exchange parts, replaced parts will be returned to the Biomedical Equipment Maintenance Shop at the completion of required work. The completed service report will be turned into the Biomedical Equipment Maintenance Work controller prior to the contractor departing the 42d Medical Group. a. The NCOIC of Biomedical Equipment Maintenance or his representative may accompany the contractor during performance of all services during and after performance to ensure compliance with manufacturer's literature and the provisions stated in the contract. b. Final inspection and acceptance shall be made by the NCOIC of Biomedical Equipment Maintenance or his representative, 42d Medical Group, Maxwell AFB, AL. c. The contractor will not be responsible for repairs due to acts of God, abuse, or user misuse. Acts of God are defined as fire, floods, water, wind, lighting damages caused by nuclear reaction and nuclear radioactive contamination. The determination of abuse or misuse will be made jointly by the contractor and the NCOIC of Biomedical Equipment Maintenance or his designated representative. 8. ALTERNATE SERVICES: The contractor shall not use subcontractors in the performance of this contact without notifying the Contracting Officer and receiving written permission to subcontract this contract in whole or in part. 9. GOVERNMENT PROVIDED FACILITY Work Areas. The contractor will be able to perform maintenance on the equipment in its present location. The Government will provide heat, light, ventilation, electric current, and outlets for use by contractor's maintenance personnel. These facilities/utilities shall be provided at no charge to the contractor. SECURITY REQUIREMENTS FOR UNCLASSIFIED SERVICES 1. Contractor Notification Responsibilities: The contractor shall notify the 42d Air Base Wing Information Protection Office within 30 days before on-base performance of the service. The notification shall include: a. Name, address, and telephone number of contractor representatives. b. The contract number and contracting agency. c. The reason for the service (i.e., work to be performed). d. The location(s) of service performance and future performance, if known. e. The date service performance begins. f. Any change to information previously provided under this paragraph. 2. Security Manager Appointment: The contractor shall appoint a security manager for on-base service performance. The security manager may be a full-time position or an additional duty position. The security manager shall provide employees with training required by DoD 5200.1-R, Information Security Program Regulation, and AFI 31-401, Information Security Program Management. The contractor will provide 42d Air Base Wing Information Protection Office with name and telephone number of the security manager. 3. Visit Request: Contractors participating in the National Industrial Security Program are authorized to use Joint Personnel Adjudication System (JPAS) in lieu of sending Visitor Authorization Letters (VALs) for classified visit to Department of Defense facilities and military installations. VALs are only required if the contractor isn't using JPAS or if contractor personnel whom access level and affiliation are not accurately reflected in JPAS. However, some agencies may still require VALs to be submitted for access to their facilities. 4. Obtaining and Retrieving Identification Media: As prescribed by the AFFAR 5352.242-9000, Contractor access to Air Force installations, the contractor shall comply with the following requirements: a. The contractor shall obtain base identification for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished identification badges while visiting or performing work on the installation. b. The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of contractor employees needing access to the base. The letter will also specify the contractor individual(s) authorized to sign requests for base identification credentials. The contracting officer will endorse the request and forward it to the issuing base pass and registration office for processing. When reporting to the base pass and registration office for issue of military identification credentials for access to the installation, contractor individual(s) will need a valid state or federal issued picture identification. To operate a vehicle on base contractor individual(s) will need to provide a valid driver's license, current vehicle registration, and a valid vehicle insurance certificate. c. During performance of the service, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials for any employee who no longer requires access to the work site. d. Upon completion or termination of the service or expiration of the identification passes, the contractor shall ensure that all base identification passes issued to contractor employees are returned to the issuing office. The issuing office will verify all base identification passes have been returned and/or accounted for. The issuing office will forward a memorandum to the contractor individual authorized to sign request for base identification credentials indicating the badges have been turned in. The DD Form 577 (signature card) for the contractor authorized requestor will be destroyed and the individual will not long be authorized to sign DD Form 1172 (Application for Uniform Services Identification Cards). e. Failure to comply with these requirements may result in withholding of final payment. 5. Pass and Identification Items: The service shall ensure the following pass and identification items required for service performance are obtained for employees: a. DD Form 1172, Application for Uniformed Services Identification Card (AFI 36-3026, Identification Cards For Members of The Uniformed Services, Their Family Members, and Other Eligible Personnel, and AETC Instruction 36-3001, Issue and Control of AETC Civilian Identification (ID) Cards). b. AF Form 1199, USAF Restricted Area Badge, or locally developed badge, if required. c. DoD Common Access Card (CAC), (AFI 36-3026). 6. Computer and Network Access Requirements: Contractor personnel that required access to unclassified government computers and operations systems (Automated Information Systems - AIS) will be designated as AIS-III - Nonsensitive Positions. Contractor personnel must submit a National Agency Check with Inquiries (NACI) and the NACI be favorability adjudicated before operating government furnished computer workstations or systems that have access to Air Force e-mail systems. These investigations shall be submitted by the government at no additional cost to the contractor. The contractor shall comply with the DoD 5200.2-R, Personnel Security Program, and AFI 33-119, Air Force Messaging, requirements. 7. Unescorted Entry to Restricted Areas: Contractor personnel requiring unescorted entry to restricted areas designated by the installation commander shall comply with base access requirements; AFI 31-101, Integrated Defense, DoD 5200.2-R, and AFI 31-501, Personnel Security Program Management, as applicable. Contractor personnel shall be the subject of a favorably adjudicated National Agency Check with Inquiries (NACI) investigation to qualify for unescorted entry to a restricted area. The Air Force shall submit NACI investigations for contractor employees at no additional cost to the contractor. Contractor personnel must contact the unit security manager to obtain the required paperwork for NACI and restricted area badges. 8. Entry Procedures to Controlled/Restricted Areas: The contractor shall comply and implement local base procedures for entry to Air Force controlled and restricted areas. 9. Freedom Of Information Act Program (FOIA): The contractor shall comply with DoD Regulation 5400.7-R/Air Force Supplement, DoD Freedom of Information Act Program, requirements. The regulation sets policy and procedures for the disclosure of records to the public and for marking, handling, transmitting, and safeguarding For Official Use Only (FOUO) material. The contractor shall comply with AFI 33-332, Air Force Privacy Act Program, when collecting and maintaining information protected by the Privacy Act of 1974 authorized by Title 10, United States Code, section 8013. The contractor shall maintain records in accordance Air Force manual (AFMAN) 33-363, Management of Records; and disposed of in accordance with Air Force Records Information Management System (AFRIMS) Records Disposition Schedule (RDS) located at https://www.my.af.mil/gcss-af61a/afrims/afrims/. 10. Reporting Requirements: The contractor shall comply with AFI 71-101, Volume-1, Criminal Investigations, and Volume-2, Protective Service Matters, requirements. Contractor personnel shall report to 42d Air Base Wing Information Protection Office, any information or circumstances of which they are aware may pose a threat to the security of DoD personnel, contractor personnel, resources, and classified or unclassified defense information. Contractor employees shall be briefed by their immediate supervisor upon initial on-base assignment and as required thereafter. 11. Physical Security: Areas controlled by contractor employees shall comply with base operations plans/instructions for FPCON procedures, Random Antiterrorism Measures (RAMS) and local search/identification requirements. The contractor shall safeguard all government property, including controlled forms, provided for contractor use. At the close of each work period, government training equipment, ground aerospace vehicles, facilities, support equipment, and other valuable materials shall be secured. 12. Internal Operating Instructions: The contractor will adhere to the Air Force activity operating instructions (OI) for internal circulation control, protection of resources, and to regulate entry into Air Force controlled areas during normal, simulated, and actual emergency operations. 13. Key Control: The contractor will adhere to the Air Force activity operating instructions control procedures to ensure keys issued to the contractor by the government are properly safeguarded and not used by unauthorized personnel. The contractor shall not duplicate keys issued by the government. All government issued keys will be turned at the end of employment or contract. Lost keys shall be reported immediately to the Air Force activity that issued the keys. The government replaces lost keys or performs re-keying. The total cost of lost keys, re-keying or lock replacement shall be deducted from the monthly payment due the contractor. 14. Government Authorization: The contractor shall ensure its employees do not allow government issued keys to be used by personnel other than current authorized contractor employees. Contractor employees shall not use keys to open work areas for personnel other than contractor employees engaged in performance of their duties, unless authorized by the government functional area chief. 15. Access Lock Combinations: Access lock combinations are "For Official Use Only" and will be protected from unauthorized personnel. The contractor will adhere to the Air Force activity operating instruction (OI) for ensuring lock combinations are not revealed to unauthorized persons and ensure the procedures are implemented. The contractor is not authorized to record lock combinations without written approval by the government functional director. 16. Security Alarm Access Codes: Security alarm access codes are "For Official Use Only" and will be protected from unauthorized personnel. Security alarm access codes will be given contractors employees who required entry into areas with security alarms. Contractor employees will adhere to the Air Force activity operating instructions and will properly safeguard alarm access codes to prevent unauthorized disclosure. Contractor will not record alarm access codes without written approval by the government functional director. 17. Traffic Laws: The contractor and their employees shall comply with base traffic regulations. 18. Cellular Phone Operation Policy: The use of cellular phones while operating a motorized vehicle is prohibited on Maxwell-Gunter. Although discouraged, drivers are authorized to use devices, i.e. ear bud or ear boom, which allows their cellular phone to be operated hands-free. The device must not cover both ears. This policy applies to everyone driving on Maxwell-Gunter AFB. 19. Security Education and Training: The contractor will be required to participate in the government's in-house and web-based security training program under the terms of the contract. The government will provide the contractor with access to the on-line system. 20. Healthcare: Healthcare provided at the local military treatment facility on an emergency reimbursable basis only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/RFIF2X4A21202AG05_LOVE/listing.html)
 
Place of Performance
Address: 42d Med Grp, Bldg 760, Montgomery, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN02612857-W 20111027/111025234706-97e3d33b76008647f2ad3d5bbbd8a692 (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 |
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.