Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2013 FBO #4250
SOLICITATION NOTICE

J -- TOMOGRAPHY CONTRAST INJECTOR MAINT

Notice Date
7/12/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Southeast Regional Contracting Office, ATTN: MCAA SE BLDG 39706, 39706 40th Street, Fort Gordon, Georgia, 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W91YTV13T0041
 
Archive Date
8/15/2013
 
Point of Contact
Valerie DeVeaux, Phone: 7067878438
 
E-Mail Address
valerie.j.deveaux.civ@mail.mil
(valerie.j.deveaux.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The solicitation number W91YTV-13-T-0041 for purchase request GFEBS 0010330593 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219. Size standard is $19.0M. This RFQ is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency. Responses due date: ___JULY 31, 2013____. The requirements of this solicitation is for Maintenance Service of Tomography Contrast Injector Units for Moncrief Army Community Hospital, Fort Jackson, SC. Initial Performance Period: 1 October 2013 through 30 September 2018. Item No. 0001 Annual Maintenance on Government owned Stellant D; amd Spectris Solaris/EP Tomography Contrast Injector Units at Moncrief Army Community Hospital, Ft Jackson, SC. Contractor to provide scheduled/unscheduled Maintenance Services and repairs to include labor, travel, expenses and parts in accordance with Contract Performanct Work Statement (PWS) and Original Equipment Manufacture (OEM) Specifications. Period of Performance 1 October 2013 to 30 September 2014. Payment of services to be made quarterly. Item No. 0001AA Annual Maintenance on Tomography Contrast Injector Units for Moncrief Army Community Hospital, Fort Jackson, SC. Service to include: Parts, Labor and One preventive maintenance visit, on-site repairs, update installations to include hardware, firmware and software. Services to be performed IAW Performance Work Statement (PWS). QTY: 1 Job; Unit Price:$__________ Total Amount:$___________ Item No. 0001AB Annual Maintenance on Tomography Contrast Injector Units for Moncrief Army Community Hospital, Fort Jackson, SC. Service to include: Parts, Labor and One preventive maintenance visit, on-site repairs, update installations to include hardware, firmware and software. Services to be performed IAW Performance Work Statement (PWS). QTY: 1 Job; Unit Price:$__________ Total Amount:$___________ Item No. 0002 Contract Manpower Reporting (CMR). Provide annual CMR report to include the man-hours that will be required to complete this report by 31 October of the Government fiscal year. Reporting period will be for the period of performance not to exceed 12 months ending 30 September of each Government fiscal year. This report must be completed by 31 October of each calendar year. It is the contractor's responsibility to read the CMR Reporting Clause attached to this solicitation. QTY: 1 EACH Unit Price:$______________ Total Amount:$__________ Grand Total Base Period: _____________________ Item No. 1001 Annual Maintenance on Government owned Stellant D; amd Spectris Solaris/EP Tomography Contrast Injector Units at Moncrief Army Community Hospital, Ft Jackson, SC. Contractor to provide scheduled/unscheduled Maintenance Services and repairs to include labor, travel, expenses and parts in accordance with Contract Performanct Work Statement (PWS) and Original Equipment Manufacture (OEM) Specifications. Period of Performance 1 October 2014 to 30 September 2015. Payment of services to be made quarterly. Item No. 1001AA Annual Maintenance on Tomography Contrast Injector Units for Moncrief Army Community Hospital, Fort Jackson, SC. Service to include: Parts, Labor and One preventive maintenance visit, on-site repairs, update installations to include hardware, firmware and software. Services to be performed IAW Performance Work Statement (PWS). QTY: 1 Job; Unit Price:$__________ Total Amount:$___________ Item No. 1001AB Annual Maintenance on Tomography Contrast Injector Units for Moncrief Army Community Hospital, Fort Jackson, SC. Service to include: Parts, Labor and One preventive maintenance visit, on-site repairs, update installations to include hardware, firmware and software. Services to be performed IAW Performance Work Statement (PWS). QTY: 1 Job; Unit Price:$__________ Total Amount:$___________ Item No. 1002 Contract Manpower Reporting (CMR). Provide annual CMR report to include the man-hours that will be required to complete this report by 31 October of the Government fiscal year. Reporting period will be for the period of performance not to exceed 12 months ending 30 September of each Government fiscal year. This report must be completed by 31 October of each calendar year. It is the contractor's responsibility to read the CMR Reporting Clause attached to this solicitation. Grand Total Option Year 1: _____________________ Item No. 2001 Annual Maintenance on Government owned Stellant D; amd Spectris Solaris/EP Tomography Contrast Injector Units at Moncrief Army Community Hospital, Ft Jackson, SC. Contractor to provide scheduled/unscheduled Maintenance Services and repairs to include labor, travel, expenses and parts in accordance with Contract Performanct Work Statement (PWS) and Original Equipment Manufacture (OEM) Specifications. Period of Performance 1 October 2015 to 30 September 2016. Payment of services to be made quarterly. Item No. 2001AA Annual Maintenance on Tomography Contrast Injector Units for Moncrief Army Community Hospital, Fort Jackson, SC. Service to include: Parts, Labor and One preventive maintenance visit, on-site repairs, update installations to include hardware, firmware and software. Services to be performed IAW Performance Work Statement (PWS). QTY: 1 Job; Unit Price:$__________ Total Amount:$___________ Item No. 2001AB Annual Maintenance on Tomography Contrast Injector Units for Moncrief Army Community Hospital, Fort Jackson, SC. Service to include: Parts, Labor and One preventive maintenance visit, on-site repairs, update installations to include hardware, firmware and software. Services to be performed IAW Performance Work Statement (PWS). QTY: 1 Job; Unit Price:$__________ Total Amount:$___________ Item No. 2002 Contract Manpower Reporting (CMR). Provide annual CMR report to include the man-hours that will be required to complete this report by 31 October of the Government fiscal year. Reporting period will be for the period of performance not to exceed 12 months ending 30 September of each Government fiscal year. This report must be completed by 31 October of each calendar year. It is the contractor's responsibility to read the CMR Reporting Clause attached to this solicitation. Grand Total Option Year 2: _____________________ Item No. 3001 Annual Maintenance on Government owned Stellant D; amd Spectris Solaris/EP Tomography Contrast Injector Units at Moncrief Army Community Hospital, Ft Jackson, SC. Contractor to provide scheduled/unscheduled Maintenance Services and repairs to include labor, travel, expenses and parts in accordance with Contract Performanct Work Statement (PWS) and Original Equipment Manufacture (OEM) Specifications. Period of Performance 1 October 2016 to 30 September 2017. Payment of services to be made quarterly. Item No. 3001AA Annual Maintenance on Tomography Contrast Injector Units for Moncrief Army Community Hospital, Fort Jackson, SC. Service to include: Parts, Labor and One preventive maintenance visit, on-site repairs, update installations to include hardware, firmware and software. Services to be performed IAW Performance Work Statement (PWS). QTY: 1 Job; Unit Price:$__________ Total Amount:$___________ Item No. 3001AB Annual Maintenance on Tomography Contrast Injector Units for Moncrief Army Community Hospital, Fort Jackson, SC. Service to include: Parts, Labor and One preventive maintenance visit, on-site repairs, update installations to include hardware, firmware and software. Services to be performed IAW Performance Work Statement (PWS). QTY: 1 Job; Unit Price:$__________ Total Amount: $___________ Item No. 3002 Contract Manpower Reporting (CMR). Provide annual CMR report to include the man-hours that will be required to complete this report by 31 October of the Government fiscal year. Reporting period will be for the period of performance not to exceed 12 months ending 30 September of each Government fiscal year. This report must be completed by 31 October of each calendar year. It is the contractor's responsibility to read the CMR Reporting Clause attached to this solicitation. Grand Total Option Year 3: _____________________ Item No. 4001 Annual Maintenance on Government owned Stellant D; amd Spectris Solaris/EP Tomography Contrast Injector Units at Moncrief Army Community Hospital, Ft Jackson, SC. Contractor to provide scheduled/unscheduled Maintenance Services and repairs to include labor, travel, expenses and parts in accordance with Contract Performanct Work Statement (PWS) and Original Equipment Manufacture (OEM) Specifications. Period of Performance 1 October 2017 to 30 September 2018. Payment of services to be made quarterly. Item No. 4001AA Annual Maintenance on Tomography Contrast Injector Units for Moncrief Army Community Hospital, Fort Jackson, SC. Service to include: Parts, Labor and One preventive maintenance visit, on-site repairs, update installations to include hardware, firmware and software. Services to be performed IAW Performance Work Statement (PWS). QTY: 1 Job; Unit Price:$__________ Total Amount:$___________ Item No. 4001AB Annual Maintenance on Tomography Contrast Injector Units for Moncrief Army Community Hospital, Fort Jackson, SC. Service to include: Parts, Labor and One preventive maintenance visit, on-site repairs, update installations to include hardware, firmware and software. Services to be performed IAW Performance Work Statement (PWS). QTY: 1 Job; Unit Price:$__________ Total Amount:$___________ Item No. 4002 Contract Manpower Reporting (CMR). Provide annual CMR report to include the man-hours that will be required to complete this report by 31 October of the Government fiscal year. Reporting period will be for the period of performance not to exceed 12 months ending 30 September of each Government fiscal year. This report must be completed by 31 October of each calendar year. It is the contractor's responsibility to read the CMR Reporting Clause attached to this solicitation. Grand Total Option Year 4: _____________________ Place of Performance: Moncrief Army Community Hospital Bldg 4500, Stuart Street Fort Jackson, SC 29207 UNITED STATES FAR and DFARS provisions and clauses. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. The following provision at 52.212-1, Instructions to Offerors - Commercial Items (JUNE 2008). Addendum to 52.212-1: (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM prvidions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for locations where full ext can be obtained. INFORMATION REGARDING SUBMISSION OF PROPOSALS: Proposals shall be submitted in accordance with the 52.212-2(o) hardcopies as follows: two (2) complete hard copies, inclusive of four (4) separate sections as outlined in WRITTEN DOCUMENTATION below. The hardcopy shall be submitted to: Southern Regional Contracting Office Fort Gordon Cell, ATTN: Ms. Valerie DeVeaux, 39706 40th Street Fort Gordon, GA 30905. Due Date: July 31, 2013, 3:00 PM EST. The proposals submitted must clearly identify this notice, contractor submitting proposals (point of contacts, i.e. telephone numbers, address, and emails, etc). Offerors bear the burden of ensuring that the proposals reached the designated contracting office and contract specialist on time and should allow a reasonable time for to be completed. The contract specialist for this action is Ms. Valerie DeVeaux (706) 787-8438. WRITTEN DOCUMENTATION: Offeror shall prepare in four (4) separate sections of the proposals as follows (NOTE: offers submitted through AFSI are unacceptable). SECTION I - ADMINISTRATIVE (Factor 1) SECTION II - TECHNICAL CAPABILITY (Factor 2) SECTION III - PAST PERFORMANCE (Factor 3) SECTION IV - PRICE (Factor 4) SECTION I - Administrative. a. Request for Quote. A copy of the Solicitation with original signatures of a corporate officer authorized to negotiate for the company. Include name of the company, phone, fax numbers, and email addresses. b. Acknowledged and signed, Original copies of amendments if applicable. c. Completed copy of the Representations and Certifications at FAR 52.212-3; (p) All offerors must be registered in the System for Award Management (SAM) (https://www.sam.gov) in order to be eligible for award. If you had an active record in CCR, you have an active record in SAM. You do not need to do anything in SAM at this time, unless a change in your business circumstances required a change in SAM in order for you to be paid or to receive an award. If you are not registered in SAMs you will need to register in SAM to meet the requirements found in the applicable provisions and clauses. Registration requires a DUNS number and may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. Instructions for registration are available at the SAM website. d. The offeror shall provide with its proposal points of contact for administration of the contract during offerors normal business hours and after normal business hours. The POC for other than normal business hours will be contacted only in the event of emergencies. Accordingly, the named individual (s) should possess sufficient corporate authority to effectively deal with emergency situations and the telephone number provided should be functioning at all times other than normal business hours. If there are different POCs for different conditions, such as weekdays, weekends, holidays, etc., please furnish and explain. SECTION II - Technical Capability. a. Offeror shall provide in accordance with the Performance Work Statement (PWS) & explain how your company will comply with the Performance Work Statement. The Government will evaluate the quote for completeness and reasonableness as it describes the offerors approach to accomplishing the services described in the PWS. The Government will evaluate the quote for demonstrating that the offeror has a clear understand of the nature and magnitude of the effort required to provide services. SECTION III - Past Performance. a. Offeror shall provide the attached questionnaire to two (2) references (i.e. name, title, telephone number, and project title/description) who can verify that YOUR company provided recent and relevant services under prior and exiting contracts for the same or similar services. The government may also consider any additional past performance information that is available to the government. Offerors are reminded that while the government may elect to consider data obtained from other sources, the burden of providing thorough and complete performance information rests with the offeror. b. It is the Offerors responsibility to ensure references are provided directly to the Southern Regional Contracting Office Fort Gordon Cell, ATTN: MS. VALERIE.DEVEAUX via email or fax by the closing date of the solicitation. The Government will not be responsible for tracking incorrect references and phone numbers not received by the closing date. c. To expedite the evaluation process, offerors are requested to send their private sector references a letter authorizing the reference to provide information to the Government. The Government may contact references immediately after the solicitation closing date; therefore, it is crucial that offerors immediately authorize their reference to release information to the Government. The attached Past Performance Questionaire shall be sent directly back to this office by the Point of Contact (POC) who completed the form. The POC shall include contact information with the returned questionnaire to include company name, address, and phone number. If any offeror submits more than two (2) Past Performance references, the Contracting Officer will consider only the first two listed references in the award decision. It is the offeror's responsibility to ensure the references submits the completed Past Performance Questionnaire directly to the contract specialist: Ms. Valerie DeVeaux at valerie.j.deveaux.civ@mail.mil or fax to: (706) 787-5861 by the closing date of the RFP, July 31, 2013, 3:00 PM EST. SECTION IV- Price. a. Submit pricing for all Contract Line Item Numbers (CLINs) for the base year and all option years. Provide total pricing for the base year and each option year as well as a grand total for the price of your entire proposal. The provision at 52.212-2, Evaluation - Commercial Items (JAN 1999). ADDENDUM TO 52.212-2 (a) is hereby replaced with the following: 1. Evaluation Process. a. 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: (i) technical acceptability of the offeror's proposal to meet the Government requirement, and (ii) price. Awardee will be the Lowest Priced, Technically Acceptable (LPTA) Offeror. Tradeoffs are not permitted. Proposals are evaluated for acceptability but not ranked using the non-cost/price factors. Exchanges may occur for clarification purposes only, the Government intends to evaluate proposals and award a contract without discussion. Technical Acceptable Source Selection Process. 1. Technical acceptability: (a) Proposals shall be evaluated using lowest price technically acceptable source selection process where best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. Inclusive of the offeror's technical acceptability to perform the services the offeror shall demonstrate in their proposal: (1) The Offeror's ability, skills, experience, knowledge, and past performance in performing required services. Information is limited to no more than 5 pages. (2) Past Performance evaluation information shall indicate the offeror's ability to perform the contract successfully. Offeror shall indicate, provide or identify past or current contracts including Federal, State, local government and private for efforts similar to the Government requirement. The Government shall consider this information as well as information obtained from any other sources, when evaluating the offeror's past performance. In the case of any offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorable or unfavorably on past performance. Information is limited to no more than 10 pages. 2. Price. The lowest price acceptable source selection result from selection of the technically acceptable proposal with the lowest evaluated price. 3. Technical and past performance, when combined is significantly more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options 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). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award. The SAM internet web site is http://www. www.sam.gov. soliciation to the responsible offeror whose offer conforming to the solicitation and 52.212-3 Offeror Representations and Certifications- Commercial Items. Offeror must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision is applicable, a written submission is required. Offers are due by 31 July 2013, 3:00 PM, Eastern Standard Time. Submit offers via email to Valerie.J.DeVeaux.civ@mail.mil Contracting Office Address: Southern Region Contracting Office (SRCO) 39706 40th Street Fort Gordon, GA 30905 Point of Contact: Valerie DeVeaux, Contract Specialist, (706) 787-8438 Additional Info: Southern Region Contracting Office Contracting Office Address: Southern Region Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650. The following stand alone discretionary FAR and DFARS provisions are necesssary: 52.225-25 - Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (SEP 2010). 52.222-48 -Exemption From Application of the Service Contract Act to Contracts for Maintenance, Calibraton, or repair of Certain Equipment Certification (FEB 2009). 52.252-1 - Solicitation Provisions Incorporated by Reference (FEB 1998). 52.252-5 - Authorized Deviations in Provisions (APR 1984), (b) DoD Far Supplement (48 CFR Chapter 2). 52.212-4 -- Contract Terms and Conditions - Commercial Items, applies to this acquisition (JUN 2010) and Addendum to 52.212-4--(u) The non-FAR Part 12 discretionay FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found. 52.203-3 - Gratuities (APR 1984). 52.203-6 - Restrictions On Subcontractor Sales To The Government (SEP 2006). 52.203-12 - Limitation On Payments To Influence Certain Federal Transactions (OCT 2010). 52.204-4 - Printed Or Copied Double-Sided On Postconsumer Feber Content Paper (MAY 2011). 52.204-5 - Women-Owned Business Other Than Small Business (MAY 1999). 52.204-9 -- Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) 52.209-6 -- Protecting the Government's Interest When Subcontracting with Contractors Debarred, suspended, or proposed for Debarment (DEC 2010). 52.212-3 - Offeror Representations And Certifications - Commercial Items (DEC 2012) 52.219-4 - Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011). 52.219-8 - Utilization Of Small Business Concerns (JAN 2011). 52.222-3 -- Convict Labor (JUN 2003). 52.222-21-- Prohibition of Segregated Facilities (FEB 1999) (EEO). 52-222-26 -- Equal Opportunity (MAR 2007) (EEO). 52.222-35 - Equal Opportunity For Veterans (SEP 2010). 52.222-36 -- Affirmative Action for Workers with Disabilities (OCT 2010). 52.222-37 - Empoyment Reports On Veterans (SEP 2010). 52.222-50 -- Combat Trafficking in Persons (FEB 2009). 52.222-51 - Exemption From Application of The Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment - Requirements (NOV 2007). 52.222-54 - Employment Eligibility Verification (JUL 2012). 52.223-5 - Pollution Prevention and Right-To-Know Information (MAY 2011) 52.223-18 - Contractor Policy to Ban Text Messaging While Driving (AUG 2011). 52.225-13 - Restrictions on Certain Foreign Purchases (JUN 2008). 52.228-5 - Insurance - Work On A Government Installation (JAN 1997). 52.232-18 - Availability of Funds (APR 1984) (next FY) 52.232-33 -- Payment by Electronic Funds Transfer -- Central Contractor Registration (OCT 2003). 52.232-99 - Providing Accelerated Payment To Small Business Subcontractors (DEVIATION 2012-O0014) (AUG 2012). 52.233-2 - Service Of Protest (SEP 2006) 52.233-3 - Protest After Award (AUG 1996). 52.233-4 - Applicable Law for Breach of Contract Clalim (OCT 2004). 52.237-2 - Protection of Government Buildings, Equipment, And Vegetation (APR 1984). 52.237-3 - Continuity of Services (JAN 1991). 52.242-13 Bankruptcy (JUL 1995). 252.201-7000 - Contracting Officer's Representative (DEC 1991). 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). 252.203-7005 - Representation Relating To Compensation Of Former DoD Officials (NOV 2011). 252.204-7000 - Disclosure of Information (DEC 1991). 252.204-7003 - Control of Government Personnel Work Product (APR 1992). 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (JUN 2012). 252.232-7010 - Levies on Contract Payments (DEC 2006). 252.243-7001 - Pricing of Contract Modifications (DED 1991). 252.243-7002 - Requests for Equitable Adjustment (DEC 2012). 52.217-8 - Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor 30 days before contract expires. (End of clause) 52.217-9 - Option to Extend the Term of the Contract (MAR 2000). (a) The Government may extend the term of this contract by written notice to the Contractor 30 days before contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of clause) 52.252-2 - Clauses Incorporated by Reference (FEB 1998). 52.252-6 -- Authorized Deviations in Provisions (APR 1984). " DoD FAR Supplement (48 CFR Chapter 2)." 252.204-7008 - Export-Controlled Items (APR 2010). 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Exxecutive Orders Applicable to Defense Acqusitions of Commercial Items (DEC 2010) (DEVIATION). 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010). INVOICING INFORMATION: All prospective offeror must be registered in the Wide Area Work Flow (WAWF) System. For registration go to https://wawf.eb.mil/ and follow the registration instructions. The payment on invoices will be made quarterly invoices as a 2-in-1 invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil (reference clause 252.232-7003). Web Base Training is available at www.wawftraining.com and for more information go to www.dod.mil/dfas and click the e-commerce link. PERFORMANCE BASE WORK STATEMENT MONCRIEF ARMY COMMUNITY HOSPITAL LOGISTICS DIVISION, MEDICAL MAINTENANCE BRANCH FORT JACKSON, SC 29207 1.0 GENERAL 1.1 This contract shall provide for maintenance services, which include unlimited on site remedial repairs, emergency repairs and routine preventive maintenance services to the government owned equipment listed at Technical Exhibit 1. This equipment is located at Moncrief Army Community Hospital, Fort Jackson, SC. It shall include all systems, subsystems components and assemblies, which were part of the original system, purchased. All subsequent maintenance provisions shall apply to hardware, firmware, and software as appropriate, unless otherwise stated. 1.2 BACKGROUND INFORMATION 1.2.1 The Contractor shall comply with Federal, State and local laws and regulations applicable to the performance of this contract. 1.2.2 The Contractor shall not accept any instructions issued by any person other than the Contracting Officer, or the Contracting Officer's Representative (COR) acting with the limits of their authority. 1.3 PERSONNEL 1.3.1 Program manager. The Contractor shall 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 shall be qualified and experienced manager to oversee the personnel assigned to perform the maintenance services. The contractor's Program manager shall correspond with the Contracting Officer's Representative (COR) on a regular bases to discuss any problems that the contractor or contractor's personnel may be experiencing during the performance of this contract unresolved problems will be referred to the contracting officer for resolution. 1.3.2 Contractor Service Personnel (CSP): CSP shall be English speaking and requiring to show documentation of Original Manufacturer Certification Training (OEM) or equivalent. All Subcontractors performing work for primary contractor shall meet all specifications and standards that apply to CSP under this agreement. CSP shalll maintain clean and neat appearance all will wear an identification badge at all times when performing services at the Government site. Identification badges will be worn in a clearly visible area of the outer garment. The COR will furnish this badge. Due to conflict of interest, the contractor will not employ a current DOD employee, military or civilian to provide services under this contract. 1.3.3 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 authority will be set forth therein. Contractor shall respond only in calls from COR or a designated representative from the Medical Maintenance Section. 1.4 PHYSICAL SECURITY 1.4.1 The Government will not be responsible in any way for damage to the Contractor's supplies, materiel, equipment and property or to contractor's personnel personal belongings that are damaged or destroyed by fire, theft, accident or other disaster. Reference FAR clauses 52.228-5, Insurance-Work on a Government Installation. 1.4.2 Contractor personnel or any representative of the contractor entering Fort Jackson shall abide by all security regulations and shall be subject to security checks. When entering post, contractor personnel must have vehicle registration, driver's license and proof of insurance. 1.5 QUALITY CONTROL 1.5.1 The contractor shall be responsible for ensuring that the quality of services and materials provided under this contract meet or exceed the Performance Work Statement. 1.6 QUALITY ASSURANCE 1.6.1 Upon completion of work, an acceptance inspection will be conducted by the COR and the equipment user to ensure all services are satisfactory and completed. 1.7 PERFORMANCE MEASURES 1.7.1 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. The contractor shall use best efforts to dispatch a field service representative within 24 hours of notification; excluding holidays and weekends. 2.0 ACRONYMS AND DEFINITIONS 2.1 Contracting Officer (KO) a person duly appointed with the authority to enter into and administer contracts on behalf of the US Government. 2.2 Contracting Officer. Representative (COR) A Government employee selected and designated in writing by the KO to act as their authorized representative in administering a contract. The Government POC or their designated representative at the equipment work site has the authority to request services and performance of the contractor against his contract. 2.3 Contractor Service Personnel (CSP) a person who is authorized by the Contractor to perform maintenance (corrective and/or preventative) services on the equipment specified. The personnel must be fully qualified. Successfully completed a formalized training program for the equipment specified. 2.3.1 Has a minimum of two years of experience, with respect to scheduled and remedial maintenance on the equipment listed on technical exhibit #1. Be able to provide valid and current training information. 2.4 Preventive Maintenance (PM) Contractor is responsible for performing planned preventive maintenance in accordance with the manufacturer's standards and specifications. The Contractor is responsible for maintaining equipment in a satisfactory operating condition in accordance with the manufacturer's standards and specifications by providing systematic inspection, detection, and correction of incipient failures either before they occur or before they develop into major defects. For purposes of this contract, it includes the installation of any manufacturer's Field Modification Instructions (FMI) kits applicable to this unit. 2.5 Downtime: Anytime during the MIF.s normal patient schedule 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 CSP verifies acceptance of work completed with the COR. The time accrued as downtime will only be during those hours identified below as normal duty hours. Scheduled routine preventive maintenance and calibrations shall not be considered downtime. Also, minor failures with ancillary components which do not affect system availability shall not be considered as determining downtime. 2.6 Response Time: The Contractor is responsible for providing emergency telephone consultation 24 hours per day, seven days per week. If the assistance provided does not correct the equipment failure/problems, the contractor's technical representative will use best efforts to have a service technician on site within 24 hours from original call (excluding weekends and holidays). 2.7 Remedial/Routine Repair: 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, which are incidental to repair action. 2.8 Replacement Parts: A component or module of the existing system or approved upgraded/modified system requiring replacement through a fault developed through normal use or normal wear and tear. Replacement parts does not include consumable supplies. 2.9 Scheduled Services: Those services routinely performed on a scheduled basis at set intervals. The categories of scheduled services are preventive maintenance, calibration, safety testing. Preventive maintenance shall include, but need not be limited to, the following when applicable. 2.9.1 Cleaning of equipment. 2.9.2 Reviewing the operating system software diagnostics to ensure that the system is Operating to the Manufacturer's specifications. 2.9.3 Calibrating and Lubricating the equipment. 2.9.4 Performing remedial maintenance of non-emergent nature. 2.9.5 Testing and replacing faulty and worn parts and/or parts which are likely to become faulty, fail to become worn. 2.9.6 Inspecting all high voltage cables and bushings and replacement of dielectric as necessary. 2.9.7 Measuring, adjusting and calibrating as necessary for optimal image quality. 2.9.8 Inspecting and replacing where indicated, electric wiring and cables for wear and fraying. 2.9.9 Returning equipment to the operating condition. 2.9.10 Providing documentation of services performed. 2.10 Service Completion Date: The date and hour the COR accepts the work as completed and signs the Contractor's service report. 2.11 Normal Duty Day form 0730 am. 4:00 pm, Monday through Friday, excluding legal public holidays. 2.12 Legal Public Holidays: Holidays in each calendar year identified as follows: New Year's Day--------------------------January 1st Martin Luther King's Birthday---------3rd Monday in January Washington's Birthday------------------3rd Monday in February Memorial Day----------------------------Last Monday in May Independence Day-----------------------4th July Labor Day---------------------------------1st Monday in September Columbus Day----------------------------2nd Monday in October Veterans Day------------------------------11 November Thanksgiving Day------------------------4th Thursday in November Christmas Day----------------------------25th December Those holidays falling on a Saturday will be observed on the preceding Friday. Those falling on Sunday will be observed on the following Monday. 2.13 Weekend: The period beginning at 4:30 pm on Friday and ending at 7:30 am the following Monday. 3.0 GOVERNMENT FURNISHED PROPERTY, MATERIALS AND SERVICES 3.1 The Government certifies that the equipment 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 work 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 performed by the Contractor under this contract. Government and Contractor representatives at each site will be performed 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. 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. 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. 3.4 The Contractor Service Personnel 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 Government. Site regulations and policies may result in citation answerable in the United States (Federal) District Court, not a local, state or municipal court. 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 3.6 The Government will provide the Contractor with all government forms and make available all government publications referenced in the contract when not normally available to the public of the Contractor. 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 government caused delays. 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. 3.9 The Government will operate the system in accordance with the instructions manual provided by the OEM. 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. 4.0 CONTRACTOR FURNISHED PROPERTY AND MATERIAL 4.1 Only the material referenced in section 3 above will be furnished by the Government. All other materials required in the performance of this contract shall be furnished by the Contractor. 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. 4.3 REPLACEMENT PARTS 4.3.1 Parts shall be replaced when deemed necessary by TAMS, excluding disposables, accessories, options, or upgrades not listed in the terms and conditions of this agreement. 4.3.2 The Contractor shall have ready access to unique and/or high mortality replacement parts. All parts supplied shall be compatible with the existing system. 4.3.3 The Contractor shall replace all worn or defective parts necessary to restore the equipment to the original operational condition as specified by the OEM. 4.3.4 Contractor installed replacement parts shall become the property of the Government and the replaced malfunctioning part shall become the property of the Contractor. 4.3.5 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. 4.3.6 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 equal or better quality. 4.3.7 The Contractor shall 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. 5.0 SPECIFIC TASKS 5.1.1 On-site Repair/Preventive Maintenance Inspections: Contractor's representative shall report to the Medical Maintenance Section prior to commencing services during the normal duty day (0730 am to 4 pm) during other than normal duty hours, contractor's representative shall coordinate maintenance services with the Medical maintenance On-Call Technician. The On-Call Technician can be reached by contacting the Administrative Officer of the Day (AOD) located on the main floor at the front entrance of the hospital. The Government and the contractor shall exchange hazard communication information before the commencement of any services. The Contractor shall comply with all pertinent OSHA, National Fire Protection Association (NFPA) and Joint Commission on Accreditation of Healthcare Organization (JCAHO) requirements and standards in performing maintenance services. When CSP are performing services within the Medical Treatment Facility they shall comply with the fire evacuation plan. 5.1.2 Equipment Modification/Alteration/Upgrades: The Contractor shall perform only Original Equipment Manufacturer (OEM) specified modifications, alterations and upgrades. Approval will be obtained from the COR prior to the installation of any modification, alteration or upgrade. The Contractor shall perform or cause to be performed all OEM field modifications and safety alert inspections. The Contractor shall maintain contact with the OEM to determine the requirements for field modifications and to ensure accomplishment of these field modifications in accordance with the time schedule set forth by the OEM. Minor or routine OEM Software upgrades will be made known to the COR by the Contractor as they are made available by the manufacturer and implementation will be coordinated with the COR. 5.1.3 Vehicle operation: CSP operating motor vehicles on federal property shall possess an operator's license for the category of vehicle being operated and auto insurance as required by regulations/laws governing said federal property. CSP 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 any condition. 5.1.4 Documentation of Services: Contractor's representative, upon completion of any calibration, will affix and/or update Medical Equipment Verification/Certification Label DD Form 2163. Forms will be provided by the Medical Maintenance Section upon request. Upon completion of services, a written service report shall be provided to the COR or the ON-Call Technician. The service report shall provide detailed information regarding the service provided, the cause of equipment malfunctions and corrective action taken to include the time required to complete the work, price of labor (hourly rate) and a list of parts replaced with a price for each part. In the event not all information is available to the contractor's representative when the services are performed, the initial service report shall include all information stated above except price. The Contractor shall provide the balance of the required information in writing to the COR, Medical Maintenance Section, Bldg, 4500 Stuart Street, Fort Jackson, SC, 29207, within five business days. 5.2.1 The Contractor shall be responsible for all items of Government equipment throughout the period they are under his control as indicated on exhibit #1. 5.2.2 The Contractor shall be responsible for any damages to Government owned equipment and property and shall replace or repair any property damaged due to a fault of the Contractor or his representatives. All such replacement or repair shall be at the Contractor's expense and approved by the KO. 5.2.3 The Contractor shall ensure all areas where equipment is serviced on-site are left in a clean, neat, safe, and orderly condition. To prevent safety hazards, no equipment shall be left pulled out or apart upon Contractor departure from the work site. Equipment being repaired shall be safely secured at all times. 5.2.4 The Contractor is not responsible for service required due to Government misuse or abuse, or damage to the system or its components when it has been determined that the damage resulted from an act of God. The Contractor has four hours to make this determination and submit it to the COR for resolution. 5.2.5 Annual Service Agreement includes: 5.2.5d Product Systems Improvement: Mandatory and non-mandatory product system improvements are covered under this agreement including free software updates. 5.2.5e Service Order Reports: Contractor shall provide a detailed service report consisting of a description of the problem and an itemized list of parts replaced as well as any labor action. This report will be submitted to the COR after completion of services but not later than five working days. 5.3 SCHEDULED SERVICES 5.3.1 The Contractor shall, perform all scheduled services as prescribed by the OEM using a detailed services checklist and the results included on the Contractor.s service report. 5.3.2 The Contractor shall confirm scheduled dates with the COR at least five working days prior to performing scheduled services. 5.3.3 The Contractor shall affix or update a DD Form 2163. Medical Equipment Verification/Certification label, upon completion of each calibration. The DD Form 2163 shall be affixed to the system as directed by the COR. 5.4 REMEDIAL REPAIRS 5.4.1 Government requests for remedial repairs will be placed by the COR to the Contractor's POC. Remedial Maintenance shall be made available during normal duty hours associated with each site. 5.4.2 The Contractor's response to request for remedial repairs may include telephone consultation between the equipment user/operator and a CSP. The purpose of this telephone consultation shall be: 1) to provide instruction in determining operator error; 2) to determine the most likely cause of the problem; 3) to determine if resolution of the problem requires the dispatch of a CSP; and 4) to identify replacement parts likely to be required in order to return the equipment to the original condition as specified by the OEM. 5.4.3 The Contractor shall provide service manuals, specifications, schematic diagrams, and parts lists for all equipment included in the contract. 5.5 Removal of Government Property. 5.5.1 Only equipment requiring major disassembly, major overhaul, or repair by replacement shall normally be removed from the Government site. 5.5.2 Whenever the repair of equipment cannot be performed at the Government site as determined by the Contractor, the Contractor shall notify the COR, who will arrange for the Contractor to remove the item to the Contractor's designated site. T he Contractor may be required to sign a Government form accepting responsibility for the Government equipment. 5.5.3 All charges resulting from a Contractor determined requirement to transport Government owned property, covered by this contract, to and from an alternate repair; location shall be the responsibility of the Contractor. 5.6 Service beyond the Scope of the Contract. 5.6.1 The Contractor shall immediately, but not later than 24 consecutive hours after discovery, notify the COR (in writing) of the existence or the development of any defects in, or repair required to the scheduled equipment which the Contractor considers they are not responsible for under the terms of this contract. 5.6.2 At the same time of the notification, the Contractor shall furnish the COR with a written estimate of the cost to make the necessary repairs. Repairs considered by the Contracting Officer to be outside the scope of this contract shall not be covered under this contract, but shall be ordered under a separate purchase instrument. Technical Exhibit 1. Equipment List Nomenclature: Tomography Contrast Injector Manufacturer: Medrad, Inc. Model Number: Stellent D Serial No. 301422642130 ECN Number 36091 Nomenclature: Tomography Contrast Injector Manufacturer: Medrad, Inc. Model Number: Spectris Solaris/EP Serial Number: 301201448253 ECN Number: 48060
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV13T0041/listing.html)
 
Place of Performance
Address: MONCRIEF ARMY COMMUNITY HOSPITAL, LOGISTICS DIVISION, MEDICAL MAINTENANCE BRANCH, FORT JACKSON, South Carolina, 29207, United States
Zip Code: 29207
 
Record
SN03115536-W 20130714/130712235011-aea690a7b9ccbcfd346c28a279a6a1a2 (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.