Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2004 FBO #0850
SOLICITATION NOTICE

J -- On-site maintenance services with software up-grades for a base year and four one-year option periods on GE-OEC Medical Systems X-Ray Equipment at Womack Army Medical Center, Fort Bragg, North Caroina

Notice Date
3/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ-04-T-0045
 
Response Due
3/29/2004
 
Archive Date
5/28/2004
 
Point of Contact
lynn.ellison, 910-907-9304
 
E-Mail Address
Email your questions to Medcom Contracting Center North Atlantic
(Lynn.Ellison@NA.AMEDD.ARMY.MIL)
 
Small Business Set-Aside
N/A
 
Description
Womack Army Medical Center has a requirement for annual on-site maintenance for GE-OEC Medical Systems Radiographic equipment located in OR, Urology, Gastro, Ortho, and Podiatry Clinics in Womack Army Medical Center, Fort Bragg, NC, under MMC numbers H2686, H2690, H2691, H2692, and H2693.The equipment serial numbers are:62-0117; 64-0185; 69-3086; 69-3925; 6S-0278; 86-0176; W2-0245; W2-0508-S; and W2-0517-R.The Period of performance for this Contract is a base period of one (1) year from the date of a ward and four (4) one-year option periods.The Government intends to make a sole source award for the services described herein to GE-OEC Medical Systems.All offers received in response to this solicitation will be considered. Responses are to be faxed to L ynn Ellison at 910-907-9307 or emailed to Lynn Ellison at Lynn.Ellison@NA.AMEDD.ARMY.MIL no later than 1600 hours on 29 March 2004. Evaluation Factors: The government will award a contract resulting from this solicitation to the responsible offeror whose o ffer 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:Technical/Past Performance:Technical??????Provide current copies of required certific ations and licenses for personnel.Past Performance-Provide a list of all government contracts for subject service held over the last two (2) years.Include the agency name, address, name and phone number of a person to contact, the contact number, and dolla r value and type of contract.The evaluation of past performance will not be numerically rated.Evaluation of past performance will be based on the following:a. High Risk ?????? Equates to a low probability of success.Verification of past performance shows t he offers have consistently not met work schedules and other obligations, have defaulted on at least one contract within the past three (3) years, or have chronically failed to meet contract terms.b Medium Risk??????Equates to a reasonable expectation of s uccess.Verification of past performance shows that offeror occasionally has not met work schedules or other obligations, on occasion has been unable to provide requested services, or met contract terms with only a few reported failures, and has not defaul ted on any contract within the past three (3)years.c.Low Risk??????Equates to a substantial probability of success.Verification of past performance shows that offeror consistently meets work schedules, provides specified services, meets contract terms with out failure, and has not been defaulted on any contract within the past three (3) years.Price:The award will be made on a best value basis with a technically acceptable firm which offers the government the best value, based on an evaluation of past perform ance and price, as equally rated factors.Price will be evaluated separately from technical/past performance.The Government will award a contract resulting from this solicitation to the low-priced technically-acceptable offeror with a satisfactory past perf ormance.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). STATEMENT OF WORK:Description of Services:Contractor will furnish all but not limited to:labor, materials, tools, equipment, supplies, repair parts, maintenance manuals, schematics, DICOM interfaces, digital disks, Codonic printer, Lenzar cameras, thermal printers, and travel necessary to provide preventative maintenance and repairs required for this contract IAW Manufacturer??????s Maintenance Standards. Contrac tor will use only original equipment manufacturer (OEM) repair parts.Maintenance Services:All services will be performed in accordance with the manufacturer???? ??s service manuals by personnel certified/licensed by the manufacturer. Manufacturers?????? Service Manuals will be provided by the contractor.The contractor will guarantee 98% up-time based on a 24 hour day, 7 days a week calculation.New parts and assem blies will become property of the government.Scheduled preventive maintenance services will be performed every six months in accordance with the Medical Maintenance Branch (MMB) AMEDDPAS Schedule.The contractor will provide software updates that do not req uire additional hardware or hardware modifications, if applicable.Contractor will utilize appropriate facilities, tools, test equipment, and certified licensed personnel to verify and complete repairs.This requirement is subject to inspection and verificat ion by a government representative.Contractor will use actual or simulated test to ensure the equipment is working properly before exiting the department/facility.Only a MMB authorized government representative may sign/verify completed field service repor t.The Contractor will perform preventive maintenance checks and services (PMCS) on equipment covered under this contract in accordance with manufacturer??????s recommendations.The PMCS will include, but not be limited to, lubrication, necessary adjustments , replacement of unserviceable parts, calibration and/or verifications.A DD Form 2163, Medical Equipment Verification/Certification, will be completed and affixed to all medical equipment requiring calibration service.In addition, the contractor will comp lete DD Form 2164 ??????X-ray Verification/Certification Worksheet?????? when applicable.A continuation sheet will be attached to the DD 2164 indicating the manufacturer, model, serial number, and date of calibration expiration of all items tested and the type of measurement equipment used to perform the calibration.All required government forms and extracts from pertinent government regulations will be furnished to the contractor by the government upon request.The government and the contractor will exchang e any hazardous communication information before commencement of repairs.The contractor will comply with the OSHA lockout/tagout standards when performing maintenance on equipment.Repair Service Calls:Routine service response time:Contractor will call MMB, Contract Representative at (910) 907-6465 within 6 hours from time of initial notification and on-site repairs completed within 5 working days. Emergency service response time:Contractor will call MMB, Contract Representative at (910) 907-6465 within 2 ho urs from time of initial notification and on-site repairs completed within 24 hours.An answering service message/Voicemail constitute an actual attempt to contact the contractor and response time begins immediately.The contractor??????s field service engin eer will physically sign in and out at the Medical Maintenance Branch Customer Service desk upon arrival and departure, during the normal duty hours 7:30 AM ?????? 4:30 PM, Monday through Friday, excluding federal holidays.After normal duty hours and feder al holidays the service engineer will report to the information desk located at the Reilly Road entrance of Womack Army Medical Center (WAMC).NOTE:Service provided after normal duty hours including federal holidays and weekends will be at NO ADDITIONAL COS T to the government. Additional charges for overtime and after hour repairs are NOT AUTHORIZED.Prior to signing out the contractor will provide a service report with a detailed description of all services performed and parts replaced to the MMB Contract re presentative.If the contractor is unable to provide a copy of the service report at time of repair, a copy must be faxed within 3 working days to (910) 907-8702, ATTN:Contract Representative.All service reports will include the following information. Locat ion/department of equipment serviced, manufacturer, model, serial number, and Medical Materiel Control Number (MMCN).Detailed description of diagnosis and repai rs performed.Man-hours expended on the repair and hourly labor rate.Repair parts used with part number and price.The equipment operator is not responsible for providing this information, and the service call will not be considered complete until the MMB Co ntract Representative receives a copy of the service report from the contractor. If the equipment cannot be repaired on-site, the Contractor will advise MMB Contract Representative.No equipment will be removed from the facility without written permission of the Chief, Medical Maintenance Branch or designated representative. If equipment removal is deemed necessary, the contractor will be required to complete a DA Form 2062, Hand Receipt/Annex Number, or DA Form 3161, Request for Issue or Turn-in.The form will include the nomenclature, model, serial number, and Medical Material Control Number (MMCN) of item(s) to be removed.Before determining that an item of equipment is uneconomically repairable, the Contractor will contact the MMB. General Information: Only the Contracting Officer has the authority to approve changes to this contract that would result in an increase or decrease of the awarded price.Contractor is not liable for damages caused by acts of God or abuse by Government personnel. Contractor wi ll cease work immediately if this type of damage is detected during servicing and contact the MMB. Contractor will not work on equipment unless there is a valid contract in place and the serial number of the equipment matches that of the contract. Contract or will not exchange Government owned equipment unless approved by the Chief, Medical Maintenance Branch. Quality Control: Contractor will develop and maintain a quality control program to ensure maintenance and repair services are completed in accordance to this Performance Work Statement (PWS), applicable codes and standards. Quality Assurance: The government will periodically evaluate the contactor??????s performance in accordance with the Quality Assurance Surveillance Plan . Quarter payment under the terms of this contract will be made in arrears. The following FAR provisions and clauses applies to this solicitation: 52.212-1 Instructions to Offerors-Commercial;52.212-4 Contract Terms; 52.212-5 Contract Terms; 52,237-4 Protection of Government Building s, Equipment and Vegetation; 52.228-5 Insurance ?????? Work on a Government Installation; 252.204-7004 Required CCR;2.217-8 Option to Extend Svcs;52.217-9 Option to Extend Term;52.232-19 Availability of Next Year Funds;252.212-7001 Contract Terms; 252.232- 7003 Electronic Submission of Payment Requests; (Contractor to include a completed copy of the following provisions with quote)52.212-3 Offeror Womack Army Medical Center has a requirement for annual on-site maintenance for GE-OEC Medical Systems Radiogra phic equipment located in OR, Urology, Gastro, Ortho, and Podiatry Clinics in Womack Army Medical Center, Fort Bragg, NC, under MMC numbers H2686, H2690, H2691, H2692, and H2693. The equipment serial numbers are: 62-0117; 64-0185; 69-3086; 69-3925; 6S-0 278; 86-0176; W2-0245; W2-0508-S; and W2-0517-R. The Period of performance for this Contract is a base period of one (1) year from the date of award and four (4) one-year option periods. The Government intends to make a sole source award for the services described herein to GE-OEC Medical Systems. All offers received in response to this solicitation will be considered. Responses are to be faxed to Lynn Ellison at 910-907-9307 or emailed to Lynn Ellison at Lynn.Ellison@NA.AMEDD.ARMY.MIL no later than 160 0 hours on 29 March 2004. Evaluation Factors: 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:Technical / Past Performance: Technical ?????? Provide current copies of required certifica tions and licenses for personnel. Past Performance - Provide a list of all government contracts for subject service held over the last two (2) years. Include the agency name, address, name and phone number of a person to contact, the contact number, and d ollar value and type of contract. The evaluation of past performance will not be numerically rated. Evaluation of past performance will be based on the following: a. High Risk ?????? Equates to a low probability of success. Verification of past performan ce shows the offers have consistently not met work schedules and other obligations, have defaulted on at least one contract within the past three (3) years, or have chronically failed to meet contract terms. b Medium Risk ?????? Equates to a reasonable exp ectation of success. Verification of past performance shows that offeror occasionally has not met work schedules or other obligations, on occasion has been unable to provide requested services, or met contract terms with only a few reported failures, and has not defaulted on any contract within the past three (3) years. c. Low Risk ?????? Equates to a substantial probability of success. Verification of past performance shows that offeror consistently meets work schedules, provides specified services, mee ts contract terms without failure, and has not been defaulted on any contract within the past three (3) years. Price: The award will be made on a best value basis with a technically acceptable firm which offers the government the best value, based on an ev aluation of past performance and price, as equally rated factors. Price will be evaluated separately from technical/past performance. The Government will award a contract resulting from this solicitation to the low-priced technically-acceptable offeror wit h a satisfactory past performance. 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 opt ion prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). STATEMENT OF WORK: Description of Services: Contractor will furnish all but not limited to: labor, materials, tools, equipment, sup plies, repair parts, maintenance manuals, schematics, DICOM interfaces, digital disks, Codonic printer, Lenzar cameras, thermal printers, and travel necessary to provide preventative maintenance and repairs required for this contract IAW Manufacturer?????? s Maintenance Standards. Contractor will use only original equipment manufacturer (OEM) repair parts. Maintenance Services: All services will be performed in accordance with the manufacturer??????s service manuasl by personnel certified/licensed by the ma nufacturer. Manufacturers?????? Service Manuals will be provided by the contractor. The contractor will guarantee 98% up-time based on a 24 hour day, 7 days a week calculation. New parts and assemblies will become property of the government. Scheduled pre ventive maintenance services will be performed every six months in accordance with the Medical Maintenance Branch (MMB) AMEDDPAS Schedule. The contractor will provide software updates that do not require additional hardware or hardware modifications, if ap plicable. Contractor will utilize appropriate facilities, tools, test equipment, and certified licensed personnel to verify and complete repairs. This requirement is subject to inspection and verification by a government representative. Contractor will us e actual or simulated test to ensure the equipment is working properly before exiting the department/facility. Only a MMB authorized government representative may sign/verify completed field service report. The Contractor will perform preventive maintena nce checks and services (PMCS) on equipment covered under this contract in accordance with manufacturer??????s recommendations. The PMCS will include, but not be limited to, lubrication, necessary adjustments, replacement of unserviceable parts, calibration and/or verifications. A DD Form 2163, Medical Equipment Verification/Certification, will be completed and affixed to all medical equipment requiring calibra tion service. In addition, the contractor will complete DD Form 2164 ??????X-ray Verification/Certification Worksheet?????? when applicable. A continuation sheet will be attached to the DD 2164 indicating the manufacturer, model, serial number, and date of calibration expiration of all items tested and the type of measurement equipment used to perform the calibration. All required government forms and extracts from pertinent government regulations will be furnished to the contractor by the government upo n request. The government and the contractor will exchange any hazardous communication information before commencement of repairs. The contractor will comply with the OSHA lockout/tagout standards when performing maintenance on equipment. Repair Service Ca lls: Routine service response time: Contractor will call MMB, Contract Representative at (910) 907-6465 within 6 hours from time of initial notification and on-site repairs completed within 5 working days Emergency service response time: Contractor will call MMB, Contract Representative at (910) 907-6465 within 2 hours from time of initial notification and on-site repairs completed within 24 hours. An answering service message/Voicemail constitute an actual attempt to contact the contractor and response time begins immediately. The contractor??????s field service engineer will physically sign in and out at the Medical Maintenance Branch Customer Service desk upon arrival and departure, during the normal duty hours 7:30 AM ?????? 4:30 PM, Monday through Fr iday, excluding federal holidays. After normal duty hours and federal holidays the service engineer will report to the information desk located at the Reilly Road entrance of Womack Army Medical Center (WAMC). NOTE: Service provided after normal duty hou rs including federal holidays and weekends will be at NO ADDITIONAL COST to the government. Additional charges for overtime and after hour repairs are NOT AUTHORIZED. Prior to signing out the contractor will provide a service report with a detailed descri ption of all services performed and parts replaced to the MMB Contract representative. If the contractor is unable to provide a copy of the service report at time of repair, a copy must be faxed within 3 working days to (910) 907-8702, ATTN: Contract Rep resentative. All service reports will include the following information. Location/department of equipment serviced, manufacturer, model, serial number, and Medical Materiel Control Number (MMCN). Detailed description of diagnosis and repairs performed. Ma n-hours expended on the repair and hourly labor rate. Repair parts used with part number and price. The equipment operator is not responsible for providing this information, and the service call will not be considered complete until the MMB Contract Repres entative receives a copy of the service report from the contractor. If the equipment cannot be repaired on-site, the Contractor will advise MMB Contract Representative. No equipment will be removed from the facility without written permission of the Chie f, Medical Maintenance Branch or designated representative. If equipment removal is deemed necessary, the contractor will be required to complete a DA Form 2062, Hand Receipt/Annex Number, or DA Form 3161, Request for Issue or Turn-in. The form will incl ude the nomenclature, model, serial number, and Medical Material Control Number (MMCN) of item(s) to be removed. Before determining that an item of equipment is uneconomically repairable, the Contractor will contact the MMB. General Information: Only the Contracting Officer has the authority to approve changes to this contract that would result in an increase or decrease of the awarded price.Contractor is not l iable for damages caused by acts of God or abuse by Government personnel. Contractor will cease work immediately if this type of damage is detected during servicing and contact the MMB. Contractor will not work on equipment unless there is a valid contrac t in place and the serial number of the equipment matches that of the contract. Contractor will not exchange Government owned equipment unless approved by the Chief, Medical Maintenance Branch. Quality Control: Contractor will develop and maintain a quali ty control program to ensure maintenance and repair services are completed in accordance to this Performance Work Statement (PWS), applicable codes and standards. Quality Assurance: The government will periodically evaluate the contactor??????s performance in accordance with the Quality Assurance Surveillance Plan . Quarter payment under the terms of this contract will be made in arrears. The following FAR provisions and clauses applies to this solicitation: 52.212-1 Instructions to Offerors-Commercial;52.2 12-4 Contract Terms; 52.212-5 Contract Terms; 52,237-4 Protection of Government Buildings, Equipment and Vegetation; 52.228-5 Insurance ?????? Work on a Government Installation; 252.204-7004 Required CCR;2.217-8 Option to Extend Svcs;52.217-9 Option to Ext end Term;52.232-19 Availability of Next Year Funds;252.212-7001 Contract Terms; 252.232-7003 Electronic Submission of Payment Requests; (Contractor to include a completed copy of the following provisions with quote)52.212-3 Offeror Reps and Certs;52.222-48 Exemption from Service Act; 252.212-7000 Offeror Reps and Certs - CI. Referenced provisions and clauses may be accessed electronically at these addresses: http://www.arnet.gov/far; http://farsite.hil.af.mil; http://www.dtic.mil/dfar.
 
Place of Performance
Address: NARCO, Womack Army Medical Center Building 4-2817, Reilly Road Fort Bragg NC
Zip Code: 20310
Country: US
 
Record
SN00552529-W 20040325/040323212152 (fbodaily.com)
 
Source
FedBizOpps.gov 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.