Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2004 FBO #0859
SOLICITATION NOTICE

J -- Guthrie Ambulatory Health Care Clinic has a requirement for semi-annual on-site maintenance for Phillips Ultrasound system with Camera equipment

Notice Date
4/1/2004
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) 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-0059
 
Response Due
4/9/2004
 
Archive Date
6/8/2004
 
Point of Contact
meredith c. bedenbaugh-thomas, 202 782-6104
 
E-Mail Address
Email your questions to Medcom Contracting Center North Atlantic
(Meredith.bedenbaugh-thomas@na.amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Guthrie Ambulatory Health Care Clinic has a requirement for semi-annual on-site maintenance for Phillips Ultrasound system with Camera equipment located in Guthrie Ambulatory Health Care Clinic, Fort Drum, NY, under MMN# C2347, MDL# HDI-1000. The equipment serial number is:01DBWW. 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. All offers received in response to this solicitation will be considered. Responses are to be faxed to Meredith Bedenbaugh-Thomas 202 782-5101 or emailed to Meredith Bedenbaugh-Thomas at Meredith. Bedenbaugh-Thomas@NA.AMEDD.ARMY.MIL no later than 1600 hours on 5 April 2004. Ev aluation 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 fac tors shall be used to evaluate offers: Technical/Past Performance: Technical. Provide current copies of required certifications 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 dollar value and type of contract. The evaluation of past performance will not be numerically rated. Evaluation of past performance wil l be based on the following: A. High Risk : Equates to a low probability of success. Verification of past performance 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 expectation of success. Verification of past performance shows that offeror occasionally has not met work schedules or other obligations, on occasio n 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, meets contract terms with out failure, and has not defaulted on any contract within the past three (3) years. Price: The award will be made on a best value bas is with a technically acceptable firm which offers the government the best value, based on an evaluation of past performance and price, as equally rated factors. Price will be evaluated separately from technical/past performance. The Government will awar d a contract resulting from this solicitation to the low-priced technically acceptable offeror with a satisfactory past performance. Options: The Government will evaluate offers for award purposes by adding the total price for all options to the total pri ce 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, supervision and other items necessary to maintain medical equipment. Semi annual preventive maintenance, calibration and safety inspections on site during the period of December & June. Provide two Equipment Quality Assurance Audit during the contract period. Unlimited techn ical services telephone support and Uplink remote diagnostic and on board system diagnostics and travel necessary to provide preventative maintenance and repairs required for this contract IAW Manufacturers Maintenance Standards. Contractor will use on ly original equipment manufacturer (OEM) repair parts. Maintenance Services: All services will be performed in accordance with the manufacturers service manuals by personnel certified/licensed by the manufacturer. Manufacturers Service Manuals will be pr ovided by the contractor. . New parts and assemblies 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 contra ctor will provide software updates that do not require additional hardware or hardware modifications, if applicable. Contractor will utilize appropriate facilities, tools, test equipment, and certified licensed personnel to verify and complete repairs. Thi s requirement is subject to inspection and verification 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 repres entative may sign/verify completed field service report. The Contractor will perform preventive maintenance checks and services (PMCS) on equipment covered under this contract in accordance with manufacturers recommendations. The PMCS will include, but no t be limited to, lubrication, necessary adjustments, and 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 complete DD Form 2164 X-ray Verification/Certification Worksheet when a pplicable. 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 go vernment forms and extracts from pertinent government regulations will be furnished to the contractor by the government upon request. The government and the contractor will exchange any hazardous communication information before commencement of repairs. Th e 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 (315) 772-5902/6242 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 (315) 772-5902/6242 within 2 hours from time of initial notification and on-site repairs com pleted within 24 hours. An answering service message/Voicemail constitute an actual attempt to contact the contractor and response time begins immediately. The contractors field service engineer will physically sign in and out at the Medical Maintenance Br anch Customer Service desk upon arrival and departure, during the normal duty hours 7:30 AM - 4:30 PM, Monday through Friday, excluding federal holidays: Service provided after normal duty hours including federal holidays and weekends will be at NO ADDITIO NAL 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 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 (315) 772-1023, ATTN: Contract Representative. All service reports will include the following information. Lo cation/department of equipment s erviced, manufacturer, model, serial number, and Medical Materiel Control Number (MMCN). Detailed description of diagnosis and repairs performed. Man-hours expended on the repair and hourly labor rate. Repair parts used with part number and price. The equi pment operator is not responsible for providing this information, and the service call will not be considered complete until the MMB Contract Representative receives a copy of the service report from the contractor. If the equipment cannot be repaired on-s ite, 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 remo ved. 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 increas e or decrease of the awarded price. Contractor is not liable 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 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. Qua lity 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 w ill periodically evaluate the contactors 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; 2.2 17-8 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 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: Guthrie Ambulatory Health Care Clinic 1105, MT Belvedere Blvd Fort Drum NY
Zip Code: 13602
Country: NY
 
Record
SN00558424-W 20040403/040401212404 (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.