Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2005 FBO #1372
SOLICITATION NOTICE

J -- Annual Service Maintenance Contract

Notice Date
8/27/2005
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W91YTV-05-T-0268
 
Response Due
9/7/2005
 
Archive Date
11/6/2005
 
Point of Contact
Carolyn Lovett, 706-787-7960
 
E-Mail Address
Southeast Regional Contracting Office
(carolyn.lovett@se.amedd.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. The solicitation number is W91YTV-05-T-0268. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. The Blanchfield A rmy Community Hospital, Fort Campbell, Kentucky 42223, has a requirement for the Renewal of full annual service maintenance contract on government owned medical equipment , Microscan Microreader located at the medical facility. The following is the equipm ent list: Microscan (Dade Behring) model: WA 40S1, serial 5096, Micro Reader (Dade Behring), model AS4 IBM, serial 1182; CPU with keyboard (Dade Behring), model OEM, serial 1423644 and Printer (HP), model 1300, serial CNBJD89953. Service agreement shall include two preventive maintenance inspections in December 2005 and June 2006. Unlimited service calls during the normal duty day (7:30a.m. to 4:00p.m.) Monday thru Friday. Includes parts, labor and travel associated therewith. The Contractor will pro vide, in writing, the name and phone number of a Program Manager within ten calendar days of the award of the contract. The Program Manager will be a qualified and experienced manager to oversee the personnel assigned to perform the maintenance services. The contractor's Program Manager will correspond with the Contracting Officer's Representative (COR) on a regular basis to discuss any problems that the contractor or contractor's personnel may be experiencing during the performance of this contract. Unr esolved problems will be referred to the contracting officer for resolution. Contractor Service Personnel (CSP): CSP will be English speaking and required to show documentation of Original Manufacturer Certification Training (OEM) or equivalent. All Sub contractors performing work for primary contractor will meet all specifications and standards that apply to CSP under this agreement. CSP will maintain clean and neat appearance and will wear an identification badge at all times when performing services at the Government site. Identification badges will be worn in a clearly visible area of the outer garment. The COR will furnish this badge. Due to conflict of interest, the contractor will not employ a current DOD employee, military or civilian to provide se rvices under this contract. The Contractor is responsible for providing telephonic technical assistance within two (2) hours of notification of the equipment failure. If the assistance provided does not correct the equipment failure/problems the contrac tor's technical representative will be on site to initiate corrective action within 24 hours or the following normal duty day. On-site Repair/Preventive Maintenance Inspections: Contractor's representative shall report to the Medical Maintenance Branch, Bldg. 650 BACH prior to commencing services during the normal duty day (07:30a.m. to 4 p.m.). During other than normal duty hours, contractors representative shall coordinate maintenance services with the Medical Maintenance On-Call Technician. The On-C all Technician can be reached by contacting the Administrative Officer of the Day (AOD), Bldg 650, BACH, FTCKY. The Government and the contractor will exchange hazard communication information before the commencement of any services. The contractor will comply with all pertinent OSHA, National Fire Protection Association (NFPA) and Joint Commission on Accreditation of Healthcare Organization (JCAHO) requirements and standards in performing maintenance services. When CSP are performing services within the Medical Treatment Facility they will comply with the fire evacuation plan. The Contracto r will perform/incorporate only Original Equipment Manufacture (OEM) specified modifications, alterations and upgrades. Approval will be obtained from the COR prior to the installation of any modification, alteration or upgrade. The Contractor will perfor m or cause to be performed all OEM field modifications and safety alert inspections. The Contractor will maintain contact with the OEM to determine the requirement for field modifications and to ensure accomplishment of these field modifications in accord ance with the time schedule set forth by the OEM. Minor or routine OEM Software upgrades will be made known to the COR by the Contractor as they are made available by the manufacturer and implementation will be coordinated with the COR. CSP operating mo tor vehicles on federal property will possess an operator's license for the category of vehicle being operated and auto insurance as required by regulations/laws governing said federal property. CSP will park in the appropriately designated parking areas as determined by the COR. The Government will not invalidate or make reimbursement for parking violations of the Contractor under any condition. The Government will not be responsible in any way for damage to the Contractor's supplies, materials, equipme nt and property or to contractor's personnel personal belongings that are damaged or destroyed by fire, theft, accident or other disaster. Reference FAR clauses 52.228-5, Insurance-Work on a Government Installation and local clause 52.000-4669, Other Insur ance Requirements. Contractor's representative, upon completion of any calibration, will affix and/or update Medical Equipment Verification/Certification Label DD Form 2163. Forms will be provided by the Medical Maintenance Branch upon request. Upon comp letion of services, a written service report shall be provided to the COR or the On-Call Technician. The service report shall provide detailed information regarding the service provided, the cause of equipment malfunctions and corrective action taken to in clude the time required to complete the work, price of labor (hourly rate) and a list of parts replaced with a price for each part. In the event all information is not available to the contractors representative when the services are performed, the initi al service report shall include all information stated above except price. The Contractor shall provide the balance of the required information in writing to the COR, Medical Maintenance Branch, Bldg. 650 Joel Dr., BACH, KY, 42223-5349, within five busines s days. The period of performance for this service is for 01 October 2005 through 30 September 2006 plus 4 one-year option periods. CLIN 0001: Annual Service Maintenance (Base year) $________ CLIN 0002 Annual Service Maintenance (Option Year 1) $ _________; CLIN 0003 Annual Service Maintenance Agreement (Option Year 2) $__________ ; CLIN 0004 Annual Service Maintenance Agreement (Option Year 3); CLIN 0005 Annual Service Maintenance Agreement (Option Year 4). Total Price for Base plus Options $ ___________. The requirement is firm fixed price for the procurement of this service with a place of performance at Blanchfield Army Community Hospital, Fort Campbell, KY 42223. The North American Industry Classification System Code (NAICS) for this pr ocurement is 811219. A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications  Commercial Items must be included with the offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acq uisition. FAR 52,212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items, FAR 52.219-6, Notice of Total Small Business Set-a-side, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.232-18, Availability of Funds for the next Fiscal Year (Apr 1984); FAR 52,252-1 Solicitation Provisions Incorporated by Reference (FEB 199 8), DFAR Clause 252.232-7003, Electronic Submission of Payment Requests (Jan 2004), DFAR Clause 252.204-7004 Alt A, Required Central Contractor Registration Alternate A (Nov 2003), FAR 52,212-8, Option to Extend Services (Nov 1999), FAR 52.237-3 Continuity of Services. FAR 52.237-2  Protection of Government Building, Equipment, and Vegetation (Apr 1984), FAR 52.217-9  Option to Extend the Term of the Contract (Mar 2000) (insert 13 days and 30 days), FAR 252.201-7000  Contracting Officer Representative. Full text of provisions and clauses may be accessed electronically at the following address: http://www.arnet.gov/far. Quotes are being requested and a written solicitation will not be issued. All responsible sources should submit quotes to Carolyn Lo vett via fax at 706-787-6573 or email: carolyn.lovett@amedd.army.mil by 4:00 pm. EST, September 07, 2005. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (27-AUG-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/MEDCOM/DADA08/W91YTV-05-T-0268/listing.html)
 
Place of Performance
Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
Zip Code: 30905-5650
Country: US
 
Record
SN00881397-F 20050829/050827211817 (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.