Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2012 FBO #3843
SOLICITATION NOTICE

J -- Notice of combined synopsis/solicitation

Notice Date
5/31/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YU012T0106
 
Response Due
6/6/2012
 
Archive Date
8/5/2012
 
Point of Contact
Ruby Mejias, 253-968-3978
 
E-Mail Address
Western Regional Contracting Office
(ruby.mejias@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 solicitation, W91YU0-12-T-0106 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219, Other Electronic and precision Equipment Repair and Maintenance, Size standard is $19.0M. This RFQ is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency. Non-Personal Maintenance Service the Provue Blood Testing Machine located at Evans Army Community Hospital, Fort Carson, CO, FOB Destination. The proposed contract is for a base period of one year plus two one-year option periods. All Contractors shall provide an offer for the following CLINs and option line items, CLIN 0001: Contractor shall provide a Non-Personal Maintenance Service for Provue Blood Testing Machine Maintenance. See Performance Work Statement for further details. Period of Performance: 11 June 2012 thru 10 June 2013 CLIN 0002: Contractor Manpower Report (CMR), ACCOUNTING FOR CONTRACT SERVICES-The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://cmra.army.mil. See PWS for reporting details. OPTION CLIN 1001: Contractor shall provide a Non-Personal Maintenance Service for Provue Blood Testing Machine Maintenance. See Performance Work Statement for further details. Period of Performance: 11 June 2013 thru 10 June 2014 OPTION CLIN 1002: Contractor Manpower Report (CMR), ACCOUNTING FOR CONTRACT SERVICES-The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://cmra.army.mil. See PWS for reporting details. OPTION CLIN 2001: Contractor shall provide a Non-Personal Maintenance Service for Provue Blood Testing Machine Maintenance. See Performance Work Statement for further details. Period of Performance: 11 June 2014 thru 10 June 2015 OPTION CLIN 2002: Contractor Manpower Report (CMR), ACCOUNTING FOR CONTRACT SERVICES-The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://cmra.army.mil. See PWS for reporting details. Pricing quote shall include all applicable fees. The following provisions will be included in the established solicitation, 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2012 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FEB 2012 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment DEC 2010 52.222-3 Convict LaborJUN 2003 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity for Veterans SEP 2010 52.222-36 Affirmative Action For Workers With Disabilities OCT 2010 52.222-50 Combating Trafficking in Persons FEB 2009 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7008 Export-Controlled Items APR 2010 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 52.217-8 OPTION TO EXTEND SERVICESNOV 1999 52.217-9OPTION TO EXTEND THE TERM OF THE CONTRACT MAR 2000 52.252-6AUTHORIZED DEVIATIONS IN CLAUSESAPR 1984 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMSDEC 2010 (DEVIATION) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMSAPR 2012 (DEVIATION) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of clause) Performance Work Statement 1.0 DECRIPTION OF WORK: Non-Personal Maintenance/Repair/PMs/CALs/Exchange Services in compliance with the Manufacturer's specifications for the medical equipment listed under Technical Exhibit I. The contractor shall provide all resources, labor, travel, parts, equipment and management necessary to keep the medical equipment in good operating condition. Contractor shall also provide scheduled and unscheduled services for each piece of equipment listed in Technical Exhibit I. 1.1Equipment listing: 1.1.1See Technical Exhibit I for Detailed List of Equipment. 1.2The contractor shall provide all required parts and labor to maintain the equipment in a serviceable condition in accordance with the manufacturer's specifications, phone support and continuous product information updates and bulletins. 1.3Contractor shall provide technical assistance, replacement parts and install hardware and software updates required by the manufacturer. 1.4Contractor service shall ensure medical equipment is 100% operational. Equipment shall be restored to a serviceable condition within twelve (12) hours after arrival at the Facility or on-site repair visit. 1.5Contractor shall provide all documentation required to meet all regulatory compliance testing procedures. 1.6Prioritized repairs shall be 4-8 hours turnaround time. 1.7Unscheduled Service is the repair necessary to return the medical equipment from an inoperable system to a totally functional state of operation. This shall include unlimited amount of unscheduled repairs to the medical equipment and on-site support within eight (8) business hours (M-F 8am-5pm) after technical support determines problem cannot be resolved remotely. This maintenance includes all actions to comply with manufacturer's specification, i.e., it includes replacement parts, labor, travel (when necessary), cleaning, lubrication, inspection, calibration, and testing. This shall automatically be accomplished when on-site for repair of the medical equipment. Next day shipping charges for both directions shall be included for any parts needed. The equipment shall be repaired and restored to a serviceable condition or operational within twelve (12) hours after arrival at the work site. 1.8Scheduled Service/Preventive Maintenance (PM) is the repair necessary to return the medical equipment from an inoperable system to a totally functional state of operation. This shall include one (1) or two (2) scheduled preventive maintenance repairs to the medical equipment. This maintenance includes all actions to comply with manufacturer's specification, i.e., it includes replacement parts, labor, travel (when necessary), cleaning, lubrication, inspection, calibration, and testing. The PM on the equipment shall be coordinated five (5) to fifteen (15) days in advance with Medical Maintenance and the end user. Upon completion of PM, the contractor (when necessary) will update the affixed DD Form 2163, Medical Equipment Verification/Certification Sticker, on the unit/equipment in accordance with the instructions provided in TB 38-750-2. 1.9The Contractor is required to check-in Room 0400A (Service Level) at the Supply Chain Management Branch, Building 7500. The Contractor shall check-in and check-out at the Vendor Credentialing Kiosk. Once checked in, the Contractor shall report to Medical Maintenance Office, Room 0705, Service Level, to check in with the COR, ACOR, OIC, NCOIC, or Shop Foreman before proceeding to complete the service repair work. 1.10Maintenance service shall be provided during the hours specified in Quote(s): Hours include: Mon - Fri 8:00am - 5:00pm, excluding holidays. 2.0SERVICE TECHNICIANS & APPROVAL OF SERVICES 2.1The Contractor shall provide a sufficient number of qualified service technicians to perform necessary service on all medical equipment. The contractor shall only accept calls for service from the COR, ACOR, OIC, NCOIC, or Shop Foreman, or the medical maintenance branch representative. 2.2If these types of services are performed without the prior approval of the COR, ACOR, OIC, NCOIC, or Shop Foreman, or the medical maintenance branch representative, the U.S. Government shall not pay for services rendered. 3.0SERVICES REPORT 3.1Upon completion of any service, a written service report shall be provided to Medical Maintenance Branch, room 0705, with detailed information regarding the equipment malfunction and corrective action taken and preventive maintenance and calibrations standards checked. The report will be faxed or emailed to Medical Maintenance within five (5) working days. This report will include part numbers, price per part, hourly labor rate for technician, total hours spent on repair, and the serial number and model number of the equipment/instrument/unit. 4.0Government Federal Holidays listed below: New Year's Day Labor Day Martin Luther King DayColumbus Day President's DayVeterans' Day Memorial DayThanksgiving Day Independence DayChristmas Day 5.0MODIFICATIONS 5.1No individual, including the COR, has the authority to approve modifications or changes that would result in an increase or decrease in the awarded contract price. This authority is vested with the Contracting Officer only, and will not be delegated. If a question as to whether the application of an equipment modification or change would result in a change to the contract price, the Contractor shall not commence work without the prior approval of the Contracting Officer. 6.0INVOICES AND PAYMENT INFORMATION 6.1Payment will be made by Defense Finance and Accounting Service, (DFAS Indianapolis), Indianapolis, IN (address in Block 18a), after receipt of services. Contractor submits their 2-n-1 invoice in the Wide Area Workflow system for payment. The Contracting Officer's Representative (COR) shall verify for acceptance to be submit to DFAS Indianapolis. Government. Payment will only be authorized for services actually rendered. ADVANCE PAYMENT IS NOT AUTHORIZED. 7.0NOTICE OF CONFERENCE. 7.1The Contractor, or authorized representative, may be required to attend a conference prior to any work being performed under this contract. A representative of the Contracting Office will notify the Contractor after entering into the contract as to the specific time and location of the conference. Such conferences will normally occur telephonically: however, the Government reserves the right to require the personal presence of the Contractor. 8.0ANTITERRORISM/OPERATIONS SECURITY REVIEW. Contractor must complete and be compliant in the following. 8.1Anti-Terrorism Level I Training. All contractor employees, to include subcontractor employees and vendors requiring access to Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The Contractor shall collect all certificates of completion for each affected contractor employee and subcontractor employee, or vendor. to the AT Level I awareness training is available at the following website: https://atlevel1.dtic.mil/at. 8.2Access and General Protection/Security Policy and Procedures. Contractor and all associated sub-contractors employees, and vendors shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The Contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. 8.3iWATCH Training. The Contractor and all associated sub-contractors, and vendors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the Program Manager. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the Program Manager NLT 30 calendar days after contract award. 9.0CONTRACTOR MANPOWER REPORTING ACCOUNTING FOR CONTRACT SERVICES-The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address "https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractor); (6) Estimated direct labor dollars paid this reporting period (including sub-contractor); (7) Total payments (including sub-contractor); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (10) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest City, Country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language, and, (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). (13) As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year." The contractor shall notify the KO's Representative (COR) by the 5th working day of November whether or not they have completed this report. If the COR is unavailable, the contractor will notify the KO." CMR reporting periods are due on a fiscal year (FY) basis, 1 October thru 30 September of each year, and might not always match the periods of performance of the contract. Reporting Schedule: 1 June 2012 thru 30 Sept 2013, Reporting date NLT 31 Oct 2013 1 Oct 2013 thru 30 Sept 2014, Reporting date NLT 31 Oct 2014 1 Oct 2014 thru 31 May 2015, Reporting date NLT 31 Oct 2015 10.0PERFORMANCE REQUIREMENT SUMMARY Key Areas of Performance (Performance Requirements Summary): Performance Objective: Acceptable Quality Level Contract Reference Assessment Method Contractor has to provide full-service maintenance servicesServices are completed on schedule, equipment is operating within technical specifications, and repairs are performed timely.PWS Paragraph 1Periodic input to COR from AFIP technician Contractor shall provide Services reportReport shall be completed with 95% accuracy on timePWS Paragraph 3.1Periodic input to COR from AFIP technician Contractor shall comply with contractor manpower reportingReport shall be completed 100% on timePWS Paragraph 7.0Periodic input to COR from AFIP technician TECHNICAL EXHIBIT I ECNNOMENCLATURESERIAL NO.MANUFACTURERNameplate Model 024895ORTHO-CLINICAL DIAGNOSTICS, ORTHO PROVUE BLOOD TESTING AUTOMATED SYS UNIT0570003800ORTHO-CLINICAL DIAGNOSTICS INC.ORTHO PROVUE Place of Performance, Evans Army Community Hospital 1650 Cochrane Circle Fort Carson, CO 80913 Contact, Ruby Mejias, Phone 253-968-3978, Email ruby.mejias@amedd.army.mil. ALL QUESTIONS SHALL BE SUBMITTED VIA EMAIL. Contracting Office Address: Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU012T0106/listing.html)
 
Place of Performance
Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA
Zip Code: 98431-1110
 
Record
SN02762486-W 20120602/120531235644-4477ec1a15dba88dd637306ae0b57cdf (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.