Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 18, 2017 FBO #5778
SOLICITATION NOTICE

J -- General Biomedical Equipment Maintenance Services - RFP Document

Notice Date
9/16/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, South Dakota, 57401
 
ZIP Code
57401
 
Solicitation Number
RFP-241-2017-003
 
Point of Contact
Connie R Valandra, Phone: 605-226-7567
 
E-Mail Address
connie.valandra@ihs.gov
(connie.valandra@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Forms for Completion Section K through M Section J - Wage Determinations Section J - Equipment Listings and Information on Agency Policies SF-1449, SOW, Section E through Section I and HHSAR This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR (Federal Acquisition Regulations) Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is Request For Proposal-241-2017-003. The solicitation document incorporated provisions and clauses are those in effect through FAC (Federal Acquisition Circular) 2005-95. This is a Total Small Business Set-Aside solicitation. NAICS code is 811219 - Other Electronic and Precision Equipment Repair and Maintenance, Small Business Size Standard is $20.5 Million. The unit pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state, and local taxes) plus all other costs pertinent to the performance of this contract. Utilize your most competitive and reasonable rates. Contract Line Items: Base Year: Date of Award through One-Year After Date of Award 1. Preventive Maintenance Services on Medical Equipment at Facilities throughout the Great Plains Area. 2. Corrective Maintenance (Repair) Service Requests, Technical Inspections (Incoming Inspections, Turn-In Inspections) on Medical Equipment at Facilities throughout the Great Plains Area. 3. Long Term (30 Days or Longer) "Residential and/or In-House" Clinical Engineering (Biomedical) Services for Medical Equipment at Facilities throughout the Great Plains Area. Option Year One (1): Based Upon Award Date 4. Preventive Maintenance Services on Medical Equipment at Facilities throughout the Great Plains Area. 5. Corrective Maintenance (Repair) Service Requests, Technical Inspections (Incoming Inspections, Turn-In Inspections) on Medical Equipment at Facilities throughout the Great Plains Area. 6. Long Term (30 Days or Longer) "Residential and/or In-House" Clinical Engineering (Biomedical) Services for Medical Equipment at Facilities throughout the Great Plains Area. Option Year Two (2): Based Upon Award Date 7. Preventive Maintenance Services on Medical Equipment at Facilities throughout the Great Plains Area. 8. Corrective Maintenance (Repair) Service Requests, Technical Inspections (Incoming Inspections, Turn-In Inspections) on Medical Equipment at Facilities throughout the Great Plains Area. 9. Long Term (30 Days or Longer) "Residential and/or In-House" Clinical Engineering (Biomedical) Services for Medical Equipment at Facilities throughout the Great Plains Area. Option Year Three (3): Based Upon Award Date 10. Preventive Maintenance Services on Medical Equipment at Facilities throughout the Great Plains Area. 11. Corrective Maintenance (Repair) Service Requests, Technical Inspections (Incoming Inspections, Turn-In Inspections) on Medical Equipment at Facilities throughout the Great Plains Area. 12. Long Term (30 Days or Longer) "Residential and/or In-House" Clinical Engineering (Biomedical) Services for Medical Equipment at Facilities throughout the Great Plains Area. Option Year Four (4): Based Upon Award Date 13. Preventive Maintenance Services on Medical Equipment at Facilities throughout the Great Plains Area. 14. Corrective Maintenance (Repair) Service Requests, Technical Inspections (Incoming Inspections, Turn-In Inspections) on Medical Equipment at Facilities throughout the Great Plains Area. 15. Long Term (30 Days or Longer) "Residential and/or In-House" Clinical Engineering (Biomedical) Services for Medical Equipment at Facilities throughout the Great Plains Area. The Great Plains Area Office is soliciting quotes for an Indefinite Delivery/Requirements, Firm Fixed-Price, Non-Personal Services contract for General Biomedical Equipment Maintenance Services for the Great Plains Area Hospitals and Health Centers. General Biomedical Equipment Maintenance Services include: (List is not all-inclusive.) (See SOW for specifics.) A. Calibration/Preventive Maintenance: Calibration/preventive maintenance and mechanical/electrical safety testing in accordance with OEM recommendations/specifications. B. Unscheduled Maintenance: Includes repairs, service requests, and technical inspections in accordance with GPAIHS (Great Plains Area Indian Health Service) Area Clinical Engineering Policies, Procedures, Job Aids, and Processes. C. Parts: Identify needed parts, obtain quotes/sources for submission to GPAIHS Area Clinical Engineering Services Program or as directed by the COR (Contracting Officer's Representative. D. Removal: Requires written approval of the COR or GPAIHS Area Clinical Engineering Services Program. E. Hours: Monday through Friday, 8:00am to 5:00pm, excluding weekends and federally recognized holidays. F. Orientation: Required by all contractor staff as provided by the GPAIHS Area Clinical Engineering Services Program. G. Special Situations: Perform "Residential and/or In-House" capacity services for extended period of time (i.e., 30, 60, 90 days, or longer). Attend appropriate committee meetings and produce/publish monthly reports in accordance with Policies & Procedures. H. Document all activities using WebTMA Computerized Maintenance Management System. Section C-2 Scope of Work identifies all applicable facilities and locations where services are to be performed and will be identified on each Task Order issued. The period of performance will be from Date of Award through One-Year After Date of Award with four 1-year option periods with performance dates to be determined based upon the date of award. The following Wage Determinations are applicable to this solicitation: Wage Determination No. 2015-5361, Revision No. 4, dated 07/25/2017. Wage Determination No. 2015-5385, Revision No. 3, dated 08/03/2017. Wage Determination No. 2015-5379, Revision No. 3, dated 08/03/2017. Wage Determination No. 2015-5381, Revision No. 3, dated 08/03/2017. Wage Determination No. 2015-5367, Revision No. 6, dated 07/25/2017. Wage Determination No. 2015-5373, Revision No. 4, dated 07/25/2017. Wage Determination No. 2015-5375, Revision No. 3, dated 08/03/2017. Wage Determination No. 2015-5377, Revision No. 4, dated 07/25/2017. INSTRUCTION TO OFFERORS: Quote must contain the following documents in order to be considered responsive and eligible for an award: Completion of the attached FAR and HHSAR (Health and Human Services Acquisition Regulations) provisions and clauses applicable to this acquisition, including: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Jan 2017). This information must be submitted by the Offeror. See Section L for full text. See Section M for Past Performance Questionnaire Form. FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014). 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. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The following factors shall be used to evaluate offers: The following factors shall be used to evaluate offers: See Section M for Subfactors. Technical Proposal 1. Past Performance 2. Technical Narrative describing history of: a. Preventive Maintenance Service b. Technical Inspections c. Ability/Experience with Computerized Maintenance Management Program 3. Certification/Qualification documents for proposed staffing personnel. 4. Outline of the knowledge, skills, and ability of proposed staffing personnel to meet compliance standards related to various accreditation organizations. Cost Proposal 1. Hourly Charge Rate for Calibration/Preventive Maintenance and Unscheduled Maintenance 2. Base Charge, Standard Charge, Minimum Amount of Hours or Minimum Charge or Flat Fee for a Task Order. 3. Listing of Other Charges and Fees and the basis for the fee. 4. Cost Estimate to Staff a Service Unit for a 30-day Period. Award will be made on an "all-or-none" basis. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Dec 2016). This must be completed by the Offeror. See attachment for full text. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (q) of this provision. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (Jan 2017) (Incorporated by Reference); and FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2017). The full text of a clause may be accessed electronically at: https://www.acquisition.gov/?q=browsefar Awardee will be required to submit a Certificate of Liability Insurance within 5 business days following award notification from the Great Plains Indian Health Service. The Defense Priorities and Allocations System (DPAS) is Not Applicable to this solicitation. Questions regarding this solicitation must be submitted by September 27, 10:00am CDT/CST. Submit by e-mail to connie.valandra@ihs.gov. Quote is are due on October 16, 2017 @10:00am CDT/CST. Submit quote to: Great Plains Area Indian Health Service Attn: Connie Valandra, Contract Specialist Federal Building, Room 309 115 4th Avenue Southeast Aberdeen, South Dakota 57401-4360 Telephone: 605/226-7567 Facsimile: 605/226-7669 E-mail: connie.valandra@ihs.gov Note to the Proposed Contractor : Security Clearance Performance of this contract will require routine access by employees of the Contractor or its subcontractors to facilities or systems controlled by the IHS (Indian Health Service). Before starting work requiring routine access to IHS facilities or systems each person must complete an FBI National Criminal History Check (Fingerprint Check) adjudicated by an IHS employee using the Office of Personnel Management Personnel Investigations Processing System. Contractors shall allow five business days for IHS processing of fingerprints taken electronically at an IHS site and thirty business days for non-electronic processing of fingerprints using FBI Form FD-258. A list of IHS sites with electronic fingerprint capability is available from the Contracting Officer. The IHS utilizes the eQIP (Electronic Questionnaire Investigations Processing) system to process background investigations. Contractors are required to work with the Service Unit Background Coordinator or other designee to properly complete their eQIP entry without error. Proper submission of the eQIP entry to the OPM (Office of Personnel Management) is required prior to the individual being allowed to begin their performance under this contract. Computers have been provided to the Service Unit for this purpose. OIG Exclusion List No contract award shall be made to a vendor or provider listed on the OIG Exclusion List (http://exclusions.oig.hhs.gov) throughout the duration of the contract. Should a candidate be found with a non-favorable security clearance it shall be the contractor's responsibility to replace the candidate working under the contract/purchase order with a suitable candidate. It shall be the responsibility of the contractor to notify the Acquisition Office is there is a change in provider. In addition, no Contractor or subcontractor employee shall be permitted to perform work under this contract if listed on the LEIE (HHS Office of Inspector General List of Excluded Individuals/Entities), http://exclusions.oig.hhs.gov. As soon as practicable prior to the performance of the work, the Contractor shall provide to the Contracting Officer the names of all individuals to be used in performance of work for screening against the LEIE. During the performance, the Contractor shall provide the Contracting Officer the names of any additional or substitute employees for screening before they begin work. The Contractor is responsible for conducting security preclearance investigations in sufficient depth to ensure that each Contractor or subcontractor employee referred to IHS is not on the LEIE and can obtain a favorable fingerprint clearance. Each security preclearance shall be conducted sufficiently in advance of the start of performance to avoid delays caused by denial of access. If this is a Time and Materials, Labor-Hour, or Cost-Reimbursement contract, the contractor shall not charge for or be reimbursed for labor hours or other costs incurred for employees who are unable to perform due to denial or access or the excess time required to resolve and clear unfavorable security clearance findings. If this is a Fixed-Price contract, denial of access due to security clearance findings shall not be a basis for excusable delay or an increase to the contract amount. The Government will pay for the cost to process the contractor's suitability clearances. However, multiple investigations for the same position may, at the Contracting Officer's discretion, lead to a reduction(s) in the contract price of no more than the cost of the investigation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFP-241-2017-003/listing.html)
 
Place of Performance
Address: Location of facility will be identified within the Task Order issued., United States
 
Record
SN04681224-W 20170918/170916230105-cf583a97acb30a67834f3a4532b83bc4 (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.