Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2005 FBO #1144
SOLICITATION NOTICE

J -- Provide maintenance service and software revision upgrades on Fischer TRX5 Digital Traumex X-ray Unit and components. Base year w/4 Options

Notice Date
1/11/2005
 
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-05-P-0054
 
Response Due
1/13/2005
 
Archive Date
3/14/2005
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial services 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; propos als are being requested and a written solicitation will not be issued. This is an unrestricted procurement. The Standard Industrial Classification code is 7629 and the small business sized standard is $6.0M. Womack Army Medical Center, Fort Bragg, NC has a requirement for maintenance service for a Fischer Imaging Mdl TRX 5 Digital Traumex X-Ray Unit with following components: 1 ea - 168-04-076 Cassette Holder; 1 ea - 76427G-3 Console; 1 ea - 76503G-6 Generator; 1 ea - S4018 Hydraulic Stretcher; and 1 ea - C ollimator-C collimator. see attached statement of work. Responses are to be faxed to Sandy Bulls at 910.907.9307 or emailed to sandra.bulls@na.amedd.army.mil no later than 11:00 a.m. EST Thursday 13 Jan 2005. It is now a requirement that contractors doing business with the Department of Defense be registered with Central Contractor Registration CCR. See DFARS 252.204-7004. To register, see website http://www.ccr.gov or call 1 888-227-2423. Failure to be registered in the CCR database will make an offeror i neligible for award. Invoicing: Invoices may be submitted quarterly. If submitting quarterly, price offer quarterly. Special Instructions: Gate Access - All commercial vehicles, vans, and larger, will be required to enter Main Post through the Knox Street Gate off Bragg Blvd. which is operational 7 days/week, 24 hours/day. Commercial vehicles are expected to complete their business and exit Fort Bragg through any gate applicable to their direction of travel. Contractor's vehicles will be marked with their company's name. Comme rcial vehicles may be searched. Drivers are required to present photo identification preferably a state Driver's License. Representations and Certifications, referenced provisions and clauses, required to be reviewed and/or submitted with a proposal, may b e accessed electronically at the following websites: http://www.arnet.gov/far; http://farsite.hil.af.mil; and http;//www.dtic.mil/dfar. Exemption from Application of Service Contract Act Provision for Contracts for Maintenance, Calibration, and/or Repair o f Certain Information Technology Scientific and Medical and/or Office and Business Equipment- Contractor Certification. The Certification for this exemption is found in FAR clause 52.222-48 and if applicable must be submitted with your offer. Offers shall provide all information contained in the Federal Acquisition Regulation FAR provisions 52.212-1, Instructions to Offeror-Commercial Items. As stated in this provision, the Government intends to evaluate offers and award a contract without discussion with offerors. Therefore, the offeror's initial offer should contain their best terms from a cost or price standpoint. However, the Government reserves the right to conduct discussion if later determined by the Contracting Officer that discussions are necessary . Clause 52.212-2 Evaluation-Commercial Items; 52.212-3 Offeror Respresentation and Certification - Commercial Items: An authorized representative of the offeror must sign these representations and certifications which must be submitted with the offer. The resulting firm fixed price award will incorporate the requirements of the following clauses: 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to implement Statutes or Executive Orders - Commercial Items with applicable FAR Clauses: 52.222-36 and 52.222-37. DFAR Clauses: 252.225-7000 Buy American Act-Balance of Payments Program Certificate; 252.225-7001, Buy American Act and Balance of Payments Program. 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 advantagou s to the Government, price and other factors considered. General Information: Only the Contracting Officer has the authority to approve changes to a contract that would result in an increase or decrease in the awarded price. The following FAR and DFARS pr ovisions and clauses apply to this solicitation: 52.212-1 Instructions to Offerors - Commercial; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Employment; 52.222-35 Equal Opportunity for Special Disabled Veterans; 52.222-36 Affirmative Ac tion for workers with Disabilities; and 52.225-3 Buy American Act - North American Free Trade Agreement; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.232-19 Availability of Funds for the Next Fiscal Year; 252.2 04-7004 Required CCR; 252.212-7001 Contract Terms; 252.232-7003 Electronic Submisson of Payment Requests; 252.225-7003 Qualifying Country Sources as Subcontractors. STATEMENT OF WORK 1. Description of Services: Contractor will furnish all but not limited to: crystal coverage, labor, materials, tools, equipment, supplies, repair parts, maintenance manuals, schematics, and travel necessary to provide preventative maintenance and repairs required for this contract. Contractor will use only original equipment manufacturer (OEM) repair parts. 2. Maintenance Services: A. All services will be performed in accordance with the manufacturers service manuals provided by the contractor. B. The contractor will guarantee 98% up-time based on a 24 hour day, 7 days a week calculation. C. New parts and assemblies will become property of the government. D. Scheduled preventive maintenance services will be performed every six months in accordance with the Medical Maintenance Branch (MMB) AMEDDPAS Schedule. E. The contractor will provide software updates that do not require additional hardware or hardware modifications, if applicable. F. Contractor will utilize appropriate facilities, tools, test equipment, and trained personnel to verify and complete repairs. This requirement is subject to inspection and verification by a government representative. G. 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 report. H. 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 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 co mplete 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 o f 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. 1. The government and the contractor will exchange any hazardous communication information before commencement of repairs. 2. The contractor will comply with the OSHA lockout/tagout standards when performing maintenance on equipment. 3. Repair Service Calls: A. 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 B. Emergency service response time: Contractor will call MMB, Contract Representative at (910) 907-6465 within 2 hours from time of in itial notification and on-site repairs completed within 24 hours. C. An answering service message/Voicemail constitute an actual attempt to contact the contractor and response time begins immediately. D. The contractors 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 Friday, excluding federal holiday s. 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 hours 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. E. 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 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 Representative. All service reports will include the following information. 1. Location/department of equipment serviced, manufacturer, model, serial number, and Medical Materiel Control Number (MMCN). 2. Detailed description of diagnosis and repairs performed. 3. Manhours expended on the repair and hourly labor rate. 4. Repair parts used with part number and price. F. The equipment 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. G. 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 e quipment 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. H. Before determining that an item of equipment is uneconomically repairable, the Contractor will contact the MMB. The U.S. Government reserves the right to make the final decision and inspect the equipment to review the contractors findings. Performance Objective SOW Paragraph Performance Threshold Perform Preventive Maintenance and Repairs Equipment remains operational Para 1 98% of equipment is operational at all time Service Calls Response Time and Repairs Reponses and repairs are made within specified time Para 2 & 3 Responds to all service calls and repaired within the required time Submit Maintenance and Service Reports Accurate reports are delivered within 3 working days Para 3b & 3c All reports are timely and accurate Report to MMB Customer Service Desk upon arrival and departure Para 3b & 3c Signs in and out at every visit 3. General Information: A. 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. B. 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. C. 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. D. Contractor will not exchange Government owned equipment unless approved by the Chief, Medical Maintenance Branch. E. Quality Control: Contractor will develop and maintain a qual ity control program to ensure maintenance and repair services are completed in accordance to this Statement of Work (SOW), applicable codes and standards. F. Quality Assurance: The government will periodically evaluate the contactors performance in accordance with Performance Objectives listed in the statement of work. G. The government POC for this Statement of Work is SSG Falon Prude, MMB Contract Representative, (910) 907-8388. H. Payment under the terms of this contract will be made in arrears: ( ) Monthly (X) Quarterly ( ) Semi-annually ( ) Annually TECHNICAL EXHIBIT 1 The following Fischer Digital Traumex X-ray Unit, MMCN H2699 and all components are located in the Orthopedic Clinic of Womack Army Medical Center will be maintained under the terms and condition of this contract: MMCN MODEL SERIAL NO. NOMENCLATURE H2694 168-04-076 0486-0899-001 CASSETTTE HOLDER H2695 76427G-3 0010-1198-0391 CONSOLE H2696 76503G-6 0351-0899-001 GENERATOR H2697 S4018 893451020-1 HYDRAULIC STRETCHER H2698 COLLIMATOR-C 41410499004 COLLIMATOR
 
Place of Performance
Address: North Atlantic Regional Contracting Office Womack Army Medical Center, Bldg. 4-2817 Reilly Road Fort Bragg NC
Zip Code: 28310
Country: US
 
Record
SN00733117-W 20050113/050111211940 (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.