SOLICITATION NOTICE
J -- AmegaView Monitoring
- Notice Date
- 8/23/2017
- 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, MEDCOM, North Atlantic Regional Contracting Office, 8901 Rockville Pike, Bldg 54, Bethesda, Maryland, 20889, United States
- ZIP Code
- 20889
- Solicitation Number
- W91YTZ-17-R-0123
- Archive Date
- 9/15/2017
- Point of Contact
- Valerie DeVeaux, Phone: 7067873894
- E-Mail Address
-
valerie.j.deveaux.civ@mail.mil
(valerie.j.deveaux.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6. This announcement constitutes the only solicitation: quotes are being requested and a written solicitation will not be issued. Solicitation number W91YTZ-17-R-0123 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 and Defense Federal Acquisition Supplement Publication (DPN) 20161222. This acquisition is issued on an UNRESTRICTED, FULL AND OPEN basis under NAICS code 811219 and size standard is $20.5M. All responsible sources may submit a quotation which shall be considered by the agency. The Government anticipates awarding a single award issued as Firm Fixed Price. This solicitation is to procure Maintenance for Government owned AmegaView Monitoring Systems including annual maintenance, unlimited service, replacement parts, telephone diagnostic and repair support as well as software updates and 120 man-hours of calibrations to certify system start of initial contract and start of all option years, for all systems located in the Blood Donor Center and throughout Martin Army Community Hospital, Ft. Benning, GA. Quotes are due by 31 August 2017 at 12:00 pm EST. Questions must be submitted via email no later than 28 August 2017. Quotes and questions shall be submitted via email to valerie.j.deveaux.civ@mail.mil. SALIENT FUNCTIONAL CHARACERISTICS: Must be certified Mesa trained technician with a minimum of two years of experience working on the contracted medical device and or medical device systems (MD/MDS). Proof of certification must be presented with bid. ITEM NO. 0001 AmegaView Monitoring System Maintenance Maintenance for Government owned AmegaView Monitoring Systems including annual maintenance, unlimited service, replacement parts, telephone diagnostic and repair support as well as software updates and 120 man-hours of calibrations to certify system start of initial contract and start of all option years, for all systems located in the Blood Donor Center and throughout Martin Army Community Hospital, Ft. Benning, GA. Base period of performance is 1 September 2017 - 31 August 2018. ITEM NO. 0001AA 71002 Onsite-OVIC QTY: 120 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ ITEM NO. 0001AB 71002-Travel-OVIC QTY: 1 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ ITEM NO. 0001AC 166802 AmegaView OVIC Protoco QTY: 1 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ ITEM NO. 0001AD 166113 AA 3.6 Wireless QTY: 86 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ ITEM NO. 0001AE 166121 AS-Battery 12 Volt QTY: 42 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ ITEM NO. 0001AF 71002-Onsite CM Service QTY: 16 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ ITEM NO. 0001AG 167047 AS-Misc Training QTY: 1 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ ITEM NO. 0001AH 71001-Device Annual Support QTY: 245 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ BASE YEAR TOTAL tiny_mce_marker_________________ ITEM NO. 1001 AmegaView Monitoring System Maintenance Maintenance for Government owned AmegaView Monitoring Systems including annual maintenance, unlimited service, replacement parts, telephone diagnostic and repair support as well as software updates and 120 man-hours of calibrations to certify system start of initial contract and start of all option years, for all systems located in the Blood Donor Center and throughout Martin Army Community Hospital, Ft. Benning, GA. Base period of performance is 1 September 2018 - 31 August 2019. ITEM NO. 1001AA 71002 Onsite-OVIC QTY: 120 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ ITEM NO. 1001AB 71002-Travel-OVIC QTY: 1 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ ITEM NO. 1001AC 166802 AmegaView OVIC Protoco QTY: 1 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ ITEM NO. 1001AD 166113 AA 3.6 Wireless QTY: 86 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ ITEM NO. 1001AE 71001-Device Annual Support QTY: 245 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ OPTION YEAR 1 TOTAL tiny_mce_marker_________________ ITEM NO. 2001 AmegaView Monitoring System Maintenance Maintenance for Government owned AmegaView Monitoring Systems including annual maintenance, unlimited service, replacement parts, telephone diagnostic and repair support as well as software updates and 120 man-hours of calibrations to certify system start of initial contract and start of all option years, for all systems located in the Blood Donor Center and throughout Martin Army Community Hospital, Ft. Benning, GA. Base period of performance is 1 September 2019 - 31 August 2020. ITEM NO. 2001AA 71002 Onsite-OVIC QTY: 120 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ ITEM NO. 2001AB 71002-Travel-OVIC QTY: 1 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ ITEM NO. 2001AC 166802 AmegaView OVIC Pr QTY: 1 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ ITEM NO. 2001AD 166113 AA 3.6 Wireless QTY: 86 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ ITEM NO. 2001AE 71001-Device Annual Support QTY: 245 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ OPTION YEAR 2 TOTAL tiny_mce_marker_________________ ITEM NO. 3001 AmegaView Monitoring System Maintenance Maintenance for Government owned AmegaView Monitoring Systems including annual maintenance, unlimited service, replacement parts, telephone diagnostic and repair support as well as software updates and 120 man-hours of calibrations to certify system start of initial contract and start of all option years, for all systems located in the Blood Donor Center and throughout Martin Army Community Hospital, Ft. Benning, GA. Base period of performance is 1 September 2020 - 31 August 2021. ITEM NO. 3001AA 71002 Onsite-OVIC QTY: 120 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ ITEM NO. 3001AB 71002-Travel-OVIC QTY: 1 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ ITEM NO. 3001AC 166802 AmegaView OVIC Prot QTY: 1 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ ITEM NO. 3001AD 166113 AA 3.6 Wireless QTY: 86 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ ITEM NO. 3001AE 166121 AS-Battery 12 Volt QTY: 42 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ ITEM NO. 3001AF 71001-Device Annual Support QTY: 245 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ OPTION YEAR 3 TOTAL tiny_mce_marker_________________ BASE YEAR + OPTION YEARS TOTAL tiny_mce_marker_____________ Delivery Address Martin Army Community Hospital Bldg 9222 Bass Road Fort Benning, GA 31905 SOLICITATION PROVISIONS 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (APR 2014) Addendum to 52.212-1 (Local Provision (LP) 5004) Para (b) Submission of Offers: The following supplements this paragraph with respect to the information and documents required for submission in response to this solicitation. All responsible offerors must submit: - Technical Description of items being offered (see note) - Clin/Item Number Pricing (filled out) - Company's Dunn and Bradstreet number (DUNS) - CAGE code - Delivery Time - Company Contact Information, for evaluation purposes. - Fill out and return 52.212-3 Alt I (Registration in SAM can be substituted for FAR 52.212-3 Alt I. The information in SAM must be current and complete before an award can be made. Contractor shall not have any Active Exclusion Record in SAM. (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions 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 text can be obtained. (End of Provision) 52.203-2 -- CERTIFICATE OF INDEPENDENT PRICE DETERMINATION (APR 1985) 52.203-11 - CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (SEP 2007) 52.204-5 -- WOMEN-OWNED BUSINESS OTHER THAN SMALL BUSINESS (OCT 2014) 52.214-34 - SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991) 52.222-56 - CERTIFICATION REGARDING TRAFFICKING IN PERSONS COMPLIANCE PLAN (MAR 2015) 52.225-25 -- PROHIBITION ON ENGAGING IN SANCTIONED ACTIVITIES RELATING TO IRAN-CERTIFICATION (OCT 2015) 252.222-7007 -- REPRESENTATION REGARDING COMBATING TRAFFICKING IN PERSONS (JAN 2015) 52.209-2 -- PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS - REPRESENTATIONS (NOV 2015) 52.209-11 - REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) 52.209-12 - CERTIFICATION REGARDING TAX MATTERS (FEB 2016) 52.215-20 -- REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA (OCT 2010)ALTERNATE IV (OCT 2010) (b) Submission of other than certified cost or pricing data may be requested by the Contracting Officer. 52.216-1 -- TYPE OF CONTRACT (APR 1984) Firm Fixed Price 52.233-2 -- SERVICE OF PROTEST (SEP 2006)Southern Reg Contr Office, 3551 Roger Brook Dr, Bldg 3600, Ft Sam Houston, TX 73234-6200. 52.252-1 -- SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998); http://farsite.hill.af.mil/ 52.252-5 -- AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (Insert "DoD FAR Supplement (48 CFR Chapter 2)" in paragraph (b)) 252.203-7005 -- REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7004 - ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT (FEB 2014) 252.204-7008 - COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (DEVIATION 2016-O0001)(OCT 2015) 252.204-7011 -- ALTERNATIVE LINE-ITEM STRUCTURE (SEP 2011) (See Clins) 252.213-7000 -- NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PEFORMANCE INFORMATION RETRIEVAL SYSTEM - STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (JUN 2015) 252.215-7007 -- NOTICE OF INTENT TO RESOLICIT (JUN 2012) 252.215-7008 -- ONLY ONE OFFER (OCT 2013) 252.222-7007 - REPRESENTATION REGARDING COMBATING TRAFFICKING IN PERSONS (JAN 2015) 252.225-7050 -- DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM (DEC 2014) 252.247-7022 -- REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG 1992) 52.212-2 -- EVALUATION -- COMMERCIAL ITEMS (OCT 2014) (End of Addendum to 52.212-1) 52.212-2 -- EVALUATION -- COMMERCIAL ITEMS (OCT 2014) HCAA Local Clause 5005 (LPTA) Addendum to 52.212-2 Award will be made using the lowest price technically acceptable (LPTA) source selection process. Award will be made to the responsible offeror on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Award may be made without discussions with offerors (except communications conducted for the purpose of minor clarification). Therefore, each initial offer should contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the contracting officer to be necessary. Paragraph (a) is hereby replaced with the following: (a) The Government will issue an order resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. (i) Price: Prices will be reviewed to determine reasonableness based on market research. (ii) Provide all requested information in Addendum 52.212-1 1. The following adjectival ratings will be used in evaluating the offeror's written technical proposal: Acceptable - Offer clearly meets the minimum requirements of the solicitation. Unacceptable - Offer does not clearly meet the minimum requirements of the solicitation. (End of Addendum to 52.212-2) 52.212-3 -- OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (MAR 2015) ALTERNATE I (OCT 2014) CONTRACT CLAUSES 52.212-4 -- CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (MAY 2015) Addendum to 52.212-4 (Local Clause (LC) 5003 The following policy applies only if the contractor will be on the Government installation for more than thirty (30) days. (v) Policy for Reporting Incidents of Sexual Assault and Sexual Harassment under the Sexual Assault Prevention and Response Program (SHARP). The contractor shall comply with OTSG/MEDCOM Policy Memo 13-062, Policy for Reporting Incidents of Sexual Assault and Sexual Harassment under the Sexual Assault Prevention and Response Program (SHARP), 12 Nov 2013. The SHARP reporting requirements apply only to knowledge obtained by contractor personnel while performing services under this contract. The contractor shall require all Contract Service Providers (CSP) with knowledge of an incident of sexual assault occurring on a Government facility, to include a Government leased facility, where the contractor is providing services under this contract, to report the incident to the contractor who shall immediately (within 24 hours) report the incident in writing to the government's COR. All incidents shall be reported whether they involve contractor personnel or Government personnel, or other individuals. The contractor shall require all CSPs with knowledge of an incident of sexual harassment occurring on a Government facility, to include a Government leased facility, where the contractor is providing services under this contract, to report the incident to the contractor who shall immediately (within 24 hours) report the incident in writing to the government's COR. All incidents shall be reported whether they involve contractor personnel or Government personnel, or other individuals. (w) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 for locations where full text can be found. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ https://acquisition.gov/far/index.html (End of Addendum to 52.212-4) 52.203-3 -- GRATUITIES (APR 1984) 52.203-6 -- RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) ALTERNATE I (OCT 1995) 52.203-12 -- LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (OCT 2010) 52.203-17 -- CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014) 52.204-4 -- PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011) 52.204-7 - SYSTEM FOR AWARD MANAGEMENT (OCT 2016) 52.204-10 -- REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2015) 52.204-21 - BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (JUN 2016) 52.209-6 -- PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.209-9 - UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) 52.219-4 -- NOTICE OF PRICE EVALUATION PERFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2014) 52.219-8 -- UTILIZATION OF SMALL BUSINESS CONCERNS (OCT 2014) 52.222-3 -- CONVICT LABOR (JUN 2003) 52.222-19 -- CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014) 52.222-21 -- PROHIBITION OF SEGREGATED FACILITIES (APR 2015) (EEO) 52.222-50 -- COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.223-3 - HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA (JAN 1997) 52.223-5 -- POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (MAY 2011) 52.223-18 -- ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 -- RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.228-5 -- INSURANCE -- WORK ON A GOVERNMENT INSTALLATION (JAN 1997) 52.232-18 -- AVAILABILITY OF FUNDS (APR 1984) 52.232-33 -- PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (JUL 2013) 52.232-39 -- UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.232-40 -- PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 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) 52.237-3 -- CONTINUITY OF SERVICES (JAN 1991) 52.242-13 -- BANKRUPTCY (JUL 1995) 252.203-7000 -- REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7002 -- REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) 252.204-7003 -- CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.209-7004 -- SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE GOVERNMENT OF A TERRORIST COUNTRY (OCT 2015) 252.225-7012 -- PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (FEB 2013) 252.225-7021 -- TRADE AGREEMENTS (OCT 2015) 252.225-7036 - BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM (NOV 2014) 252.225-7048 -- EXPORT CONTROLLED ITEMS (JUN 2013) 252.232-7003 -- ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006 -- WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 252.232-7010 -- LEVIES ON CONTRACT PAYMENTS (DEC 2006) 52.209-10 -- PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (DEC 2014) 52.219-28 -- POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.252-2 -- CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.252-6 -- AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (Insert "DoD FAR Supplement (48 CFR Chapter 2)" in paragraph (b)) 252.203-7999 -- PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMEMNTS (DEVIATION 2015-O0010) (FEB 2015) 252.204-7012 -- SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (NOV 2013) 252.211-7003 -- ITEM UNIQUE IDENTIFICATION AND VALUATION (DEC 2013) 252.244-7000 -- SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023 -- TRANSPORTATION OF SUPPLIES BY SEA (APR 2014) iRAPT (LC 5002) (Formaly known as WAWF) HIPPA (LC 5001) MARTIN ARMY COMMUNITY HOSPITAL FORT BENNING, GEORGIA PERFORMANCE WORK STATEMENT-MESA LABORATORIES 1. General: Contractor shall provide annual maintenance, unlimited service, replacement parts, telephone diagnostic and repair support as well as software updates and 120 man-hours of calibrations to certify system start of initial contract and start of all option years, for all systems located in the Blood Donor Center and throughout Martin Army Community Hospital, Ft. Benning, GA. 2. Scope of Work: The contractor shall provide all necessary trained experienced personnel, labor, tools, diagnostic equipment and software, material, supplies, transportation, parts and equipment, excluding expendable items to perform preventative maintenance, unlimited repair, and hardware/software support of the system. Service shall consist of two preventive maintenance visits (PMCS) and unlimited repair calls. 2.1. The contractor's service representative shall report in person or telephonically notify the maintenance manager, Contracting Officer Representative or Alternate Contracting Officer Representative (Equipment Management Branch), building 9250, room GC-122, prior to commencing services during normal duty operating hours, Monday through Friday 7:30 a.m. - 4:30 p.m., excluding national holidays and weekends. During other than normal operating hours, the contractor's representative shall report to the Administrative Officer of the Day (AOD), at the front desk of the hospital to be escorted to the appropriate work area. 3. Personnel Qualifications: Contractor's service representative shall be factory trained and have a minimum of two years of experience working on the contracted medical device and or medical device systems (MD/MDS). 4. Contract Representative (POC). The contractor shall provide in writing on the contract start date, the name and telephone number of a primary and alternate individual to act as their representative to be responsible for the coordination of the contract with the government. The contractor's designated representative shall be the point of contact with the government and shall have the authority to act or make decisions for the contractor on all matters pertaining to the contract. The Contracting Officer's Representative or Alternate Contracting Officer's Representative shall be notified in writing within 72 hours, whenever changes are made. 5. Quality Control: 5.1. The contractor shall establish and maintain a Quality Control Plan to ensure that the quality of service and material provided meet or exceed the specifications, terms and conditions of the contract. All repairs or modifications that are made shall be in compliance with the manufacturer's specification and Food and Drug Administration guidance. The Contractor shall provide the government a copy of the Quality Control Plan. 6. Definitions: 6.1. Scheduled Maintenance: The scheduled care and servicing of equipment for the purpose of the equipment to be maintained in a serviceable condition in accordance with the manufacturer's specifications. 6.2. Unscheduled Maintenance: Repair action necessary to return the equipment to a totally operational condition as it was designed to operate in accordance with the manufacturer's specifications. 6.3. Quality Control Plan: The contractors' written plan describes how he shall ensure the performance of the services required by the contract are met or exceeded. At a minimum, the contractor's Quality Control Plan shall include: 1. Method for acquiring acceptable replacement parts. 2. Inspection intervals and a copy of the checklist to be used by the contractors QA Inspector. 6.4. Replacement Part: 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 do not include consumable supplies. Replacement parts include components that are installed solely for cosmetic appearance i.e. cowlings, molding, keyboard keypads (when the key designation is work off), etc. 6.5. OEM: Original Equipment Manufacturer. 7. Government Furnished Services: 7.1. Utilities: Reasonable amounts of electric power and other utilities will be provided to the contractor to perform required services. The contractor is responsible for conserving utilities while working in the installation. 8. Contractor Furnished Equipment: The contractor shall provide all property required in performance of this contract. 9. Replacement Parts: The contractor shall have ready access to unique and/or high mortality replacement parts. All parts supplies shall be compatible with the Interventional Workstation. 9.1. All replacement parts shall become the property of the government and the replaced malfunctioning part shall become the property of the contractor. 9.2. Freight, postage and storage charges associated with shipment and receipt of replacement parts and the return of workable or defective parts shall be the responsibility of the contractor. 9.3. The contractor shall use only new or reconditioned parts for which the quality is equal to or better than the Original Equipment Manufacturer (OEM's) original part. Any parts provided by the contractors that are considered by the OEM to be substandard may be replaced at the contractor's cost. When discrepancies occur, the Contracting Officer's Representative or Alternate Contracting Officer's Representative will make the final determination about whether a replacement part is of equal or better quality. 9.4. The contractor shall provide all replacements and service necessary to restore the equipment to 100% operational condition as specified by the OEM. 10. Coordination for scheduled and unscheduled services: Preventive maintenance shall be performed in accordance with the manufacturer's specifications. The Contracting Officer's Representative or Alternate Contracting Officer's Representative, Equipment Management Branch, will request preventive maintenance at the appropriate time. The service technician shall provide online/internet support (IF APPLICABLE) within twenty-four (24) hours of notification. Government request for remedial repairs will be placed telephonically by the contracting officer or his/her designated representative to the contractor's POC. The contractor's response to requests for remedial repairs shall include a telephone consultation between the equipment user/operator or Government's Service Technician and a contractor's Field Service Engineer (FSE). The purpose of this telephone consultation shall be: 10.1. To determine the most likely cause of the problem. 10.2. To determine if resolution of the problem requires the dispatch of an FSE. If contractor's FSE is required on site, the contractor's FSE shall have 24 hours to be on-site commencing from the time of notification by the Contracting Officer's Representative. The unit shall be restored fully operational within 72 hours of notification by the Contracting Officer's Representative. 10.3. To identify replacement parts that may be required in order to return the equipment to 100% operating condition, per OEM specifications. 10.4. The Government and the contractor will exchange hazard communication information before the commencement of any repair. 10.5. The contractor shall comply with the OSHA lockout/tag out standard while performing maintenance on electrical equipment. 11. Scheduled/Unscheduled Maintenance documentation: All scheduled and unscheduled maintenance shall be documented on a service report. This form shall be furnished within 5 working days after completion of service to the Equipment Management Branch Contracting Officer's Representative or Alternate Contracting Officer's Representative via email or fax (762) 408-8145. 11.1 The contractor shall prepare a service report for each job performed. During duty hours, the service report shall be provided to the Contracting Officer Representative (COR), if available, or his/her representative in Equipment Management Branch, Building 9250, Room GC122. After duty hours, the service report will be provided to the AOD at the front desk, Benning Martin Army hospital. The service reports shall include the following information as a minimum: 1. Government contract number 2. Equipment identification data 3. System nomenclature, room number, location, model and serial number 4. Purpose of service (scheduled service or unscheduled service call) 5. Start date/time and completion date/time 6. Description of defect and corrective action taken 7. List of parts and cost. Total cost of service to include labor, travel, and parts. 8. 8. Explanations of any deferred or delayed repair action with an estimated get well date. 11.2. In the event all information is not available to the contractor's service representative when services are performed, the initial service report/invoice shall include all available information to close work order within 5 days. The contractor shall provide the balance of the required information to the clinical engineering manager no later than 10 days after services are completed. 11.3. After performing Calibration/Verification/Certification services, the Contract Officer Technical Representative (COTR) will affix and/or update DD Form 2163 (Medical Equipment Verification/Certification) in accordance with the instructions provided in TB 38-750-2, or by the clinical engineering activity's internal SOP. 12. Equipment Modification/Alteration/Upgrades: 12.1. The contractor shall perform/incorporate only OEM specified modifications, alterations, and upgrades. Approval shall be obtained from the Contracting Officer's Representative or Alternate Contracting Officer's Representative prior to the contractor's installation of the modification, alteration, or upgrade. 12.2. The contractor shall perform or cause to be performed all OEM field modifications and safety alert inspections. 12.3. The contractor shall maintain contact with the OEM to determine the requirement for field modifications and to ensure these field modifications are in accordance with the time schedule established by the OEM. 12.4. The contractor shall inform the Contracting Officer's Representative or Alternate Contracting Officer's Representative of minor or routine OEM software upgrades when they become available. 12.5. Contractor must furnish all software upgrades issued by the medical device and or medical device systems (MD/MDS). Hardware and software changes not supported by the OEM are not authorized. 13. Contractor Reporting Requirements: The Contractor's representative shall sign in and out at the Equipment Management Branch, room GC122, ground floor, Building 9250. In the event that the contractor performs service beyond the normal duty hours, he shall sign-in and out with the Administrative Officer of the Day (AOD) at the information desk located on the main floor in the front lobby. 14. Conduct of Personnel: The contracting Officer may require the Contractor to remove from the job site any employee working under this contract for reasons of misconduct, security, or found to be or suspected to be under the influence of alcohol, drugs or other incapacitating agent. Contractor employees shall be subject to dismissal from the premises upon determination by the Contracting Officer that such action is necessary and in the interest of the Government. In accordance with applicable directives and 18 U.S.C. 1382 (1972), the Installation Commander has the authority to bar individuals from the installation. The removal from the job site or dismissal from the premises shall not relieve the contractor of the requirement to provide sufficient personnel to perform the services as required by this work statement. 15. Security Requirements: 15.1. Contractor personnel or any representative of the contractor entering Fort Benning Army Installation shall abide by all security regulations and shall be subject to security checks. 15.2. Contractor personnel and property shall be subject to search and seizure upon entering the confines of Fort Benning Army Installation and while on the installation in accordance with AR 190-13 (The Army Physical Security Program). 16. Identification Badge: Contractor personnel shall wear a vendor identification badge at all times when performing services at the Government site. Identification badges shall be worn in a clearly visible area of the FSE's outer garment. The badge will be furnished at the Equipment Management Branch during duty hours and by the Administrative Officer of the Day (AOD) after duty hours. 17. Payments. Payment will be made by Equipment Management using the Invoice, Receipt Acceptance, and Property Transfer (iRAPT) formerly known as Wide Area Work Flow System. All payments will process upon receipt of all invoices and service tickets through iRAPT. Invoice copies should be submitted into this system. Quality Assessment Surveillance Plan (QASP) Mesa Laboratories CONTRACT REQUIREMENT Acceptable Quality Level (AQL) METHOD OF SURVEILLANCE COMPLIANCE Contractor provides twenty-four (24) hour a day seven (7) days a week toll free telephone technical support. 100% Monthly, by information provided by user Negative/Positive Assessment Report Provide onsite repair within twenty-four (24) hours of notification, In the event of a system failure the contractor restores the system to fully operational within forty-eight hours. 100% Monthly, Information provided by user Negative/Positive Assessment Report All equipment and components exchanged by the contractor in the course of maintenance are processed through the Property Book Office (PBO), BMACH, before the contractor leaves the premises or within 24 hours (1 work day) after a weekend or holiday. 100% As equipment and components are exchanged, by information provided by the Property Book Officer, Negative/Positive Assessment Report Upon notification by Blood Donor Center personnel of a problem with the equipment, the contractor shall provide labor/materials necessary to return unit to fully functional capability. 100% Monthly, Information provided by user Negative/Positive Assessment Report 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (JUL 2014) (DEVIATION 2013-O0019)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-17-R-0123/listing.html)
- Place of Performance
- Address: Martin Army Community Hospital, Bldg 9222 Bass Road, Fort Benning, Georgia, 31905, United States
- Zip Code: 31905
- Zip Code: 31905
- Record
- SN04642193-W 20170825/170823232526-4cb6d48011b0f4e1432bf62f96f2bf55 (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 |