SOLICITATION NOTICE
65 -- Maintenance and upgrades on Biomerieux, Inc Blood Bacteria/Alert BTA 3D System
- Notice Date
- 2/14/2007
- 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-07-T-0043
- Response Due
- 2/21/2007
- Archive Date
- 4/22/2007
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items, listed below, prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This solicitation uses Simplified Acquisition Pr ocedures (SAP) authorized in FAR Subpart 13.5 and is expected to result in the award of one firm-fixed price contract. The resulting award will be made on SF 1449, for commercial items. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation; its documents and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-23 and 2001-19 Update. This is an unrestricted procurement. The Standard Industrial Classification Code is 3826. The North American Industry Classification System Code is 811219. Contractor shall provide maintenance and software revision upgrades on the Biomerieux Blood Bacterial/Alert BTA 3D System ECN #H2500 and associated components listed in the Technical Exhib it for the period 1 March 2007 through 28 February 2008 in accordance with the manufacturers recommendations, the Statement of Work and the terms and conditions of the contract for the Department of Pathology, Womack Army Medical Center. The manufacture r is Biomerieux, Inc., 100 Rodolphe Street, Durham, North Carolina 27712. PERFORMANCE WORK STATEMENT: BASE YEAR ITEM 0001: Maintenance and Upgrades on Biomerieux, Inc, Blood Bacteria/Alert BTA 3D System, ECN #H2500 and associated components listed in Technical Exhibit for the period 1 March 2007 through 28 February 2008 in accordance with the manufacturers recomm endations, the attached Statement of Work, and the terms and conditions of the Contract. QTY UNIT PRICE TOTAL 4 QTR ITEM 0002: ONE TIME FEE: One time fee for Accounting for Contract Services as described in detail in the Statement of Work. QTY UNIT PRICE TOTAL 1 EA FIRST OPTION ITEM 1001: Maintenance and Upgrades on Biomerieux, Inc, Blood Bacteria/Alert BTA 3D System, ECN #H2500 and associated components listed in Technical Exhibit for the period 1 March 2008 through 28 February 2009 in accordance with the manufacturers recomm endations, the attached Statement of Work, and the terms and conditions of the Contract. QTY UNIT PRICE TOTAL 4 QTR SECOND OPTION ITEM 2001: Maintenance and Upgrades on Biomerieux, Inc, Blood Bacteria/Alert BTA 3D System, ECN #H2500 and associated components listed in Technical Exhibit for the period 1 March 2009 through 28 February 2010 in accordance with the manufacturers recomme ndations, the attached Statement of Work, and the terms and conditions of the Contract. QTY UNIT PRICE TOTAL 4 QTR THIRD OPTION ITEM 3001: Maintenance and Upgrades on Biomerieux, Inc, Blood Bacteria/Alert BTA 3D System, ECN #H2500 and associated components listed in Technical Exhibit for the period 1 March 2010 through 28 February 2011 in accordance with the manufacturers recomme ndations, the attached Statement of Work, and the terms and conditions of the Contract. QTY UNIT PRICE TOTAL 4 QTR FOURTH OPTION ITEM 4001: Maintenance and Upgrades on Biomerieux, Inc, Blood Bacteria/Alert BTA 3D System, ECN #H2500 and associated components listed in Technical Exhibit for the period 1 March 2011 through 28 February 2012 in accordance with the manufacturers recomme ndations, the attached Statement of Work, and the terms and conditions of the Contract. QTY UNIT PRICE TOTAL 4 QTR STATEMENT OF WORK 1. Contractor will furnish all labor, materials, tools, equipment, supplies, repair parts, mainte nance literature, schematics, and travel necessary to fulfill the requirements of this contract. Contractor will use only original equipment manufactured (OEM) or equivalent repair parts. A. All services will be performed in accordance with the manufacturers service manuals provided by the contractor. B. The contractor will provide all manufacturer and FDA recommended software upgrades and revisions. C. New parts and assemblies will become property of the government while the replaced items will become property of the contractor. 2. 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. 3. Contractor will test the equipment for proper operation prior to completion of work. This test will be actual or simulated using appropriate testing equipment. Contractor will again test the equipment upon return to using activity and have an authorized Government representative sign completed field service report. 4. The contractors field service engineer will physically sign in and sign out at the Medical Maintenance Branch Customer Service desk between the hours of 0730 AM and 0430 PM, Monday through Friday, excluding federal holidays, when entering and departing the hospital. When applicable, the contractor will comply with the following: A. The COR and the contractor will exchange any hazard communication before the commencement of repair. B. The contractor will comply with the OSHA lockout/tag out standard while performing maintenance on all lockout/tag out related equipment. 5. Contractor will provide a detailed, itemized service report of all services performed to the designated point of contact (POC): Womack Army Medical Center, Logistics Division, Attn: Chief, Equipment Management Branch (MMB), (910) 907-6506, Fort Bragg, North Carolina 28310. The report will be provided when the service engineer signs out of t he facility at the Medical Maintenance Branch. If the contractor is unable to provide the report at this time, it will be faxed within 24 hours to (910) 907-8702. All service reports will include the following information: A. Equipment serviced to include make, model, serial number, and Equipment Control Number (ECN). B. Malfunction and repairs performed. C. Man-hours expended on the repair and hourly labor rate. D. Parts used by 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 POC, MMB is presented with a copy of the service report by the contractor. 6. Contractor response time is to be on-site and ready to work within 24 hours upon receipt of notification from the POC, MMB or other authorized Government representative. Voicemail and answering service messages constitute an actual attempt to contact Contractor and response time begins at that point. Hours for maintenance coverage ar e 7:00am to 5:00pm, Monday through Friday, excluding weekends and Federal Holidays. NOTE: There is no after-hours maintenance coverage on this contract, no overtime payment is authorized. Service provided during after hours will be at no additional cost to the government. 7. Before determining that an item of Government equipment is uneconomically repairable, the Contractor will contact the MMB. The Government reserves the right to inspect the equipment for verification of Contractors decision. 8. If the equipment cannot be repaired on-site and/or is not repaired within one week from the date of initial inspection by the Contractor, the Contractor will contact the MMB at the telephone number and location in Paragraph 5 above. Contractors representative will advise the POC, MMB of the status of repairs. The Contractor will provi de a compatible loaner, until equipment has been repaired a nd is fully operational. 9. 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. 10. 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. 11. Contractor will not exchange Government owned equipment unless approved by the Contracting Officer, Ft. Bragg, NC. 12. The Contractor will perform preventive maintenance checks and services (PMCS) on equipment listed annually during the month of April in accordance with manufacturers recommendations and terms agreed upon by both parties as stated in customers Technical Exhibit. The PMCS will include but is not limited to lubrication, necessary adjus tments, replacement of unserviceable parts, and calibration or calibration verification. A DD Form 2163 Medical Equipment Verification/Certification will be completed and affixed to each item of medical equipment upon completion of calibration. DoD req uired forms and extracts from pertinent DoD directives will be furnished to the contractor by the government. Contractor will be required to furnish all parts and labor necessary to complete PMCS. 13. Only the Contracting Officer has the authority to approve changes to this contract that would result in an increase or decrease in the awarded price. 14. Payment under the terms of this contract will be made in arrears: ( ) Monthly (X ) Quarterly ( ) Semi-annually ( ) Annually 15. POC for this Work Statement is CW3 Morales, Chief, Equipment Management Branch, Logistics Division, (910) 907-6442. 16. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site whree the contractor will report ALL Contractor manpower (including subcontractor manpower) required for performa nce of this contract. The contractor is required to completely fill in all the information using the format at the following web address: https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Technical Representative; (2) Contract Number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip-code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on the website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As a part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requireme nt. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML Data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure website without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the website. 17.The Roles and Responsibilities of personnel involved in the Accounting for Contract Services: The Requiring Activity will: Provide the resources, including funding, associated with the collection and reporting of data. The Requiring Activity is also responsible for supplying the Unit Identification Code (UIC) to the Contracting Officer for inclusion in the CLIN in Section B and monitoring the Contractors reporting of required information. NOTE: It is important to use the UIC of the Army requiring activity and NOT the Army Contracting Activity. The Contracting Officer Shall: (a) Ensure that the Data requirement is included in the PWS and Section B of the solicitation and any resultant contract. (b) Negotiate a fair and reasonable price for the collection and reporting of the data. (c) Include the requirement to monitor the Contractors reporting of required information in the Contracting Officers Representatives (COR) appointment letter. The COR shall: Ensure that the Contractors report the required information, per the COR appointment letter and surveillance plan. The Contractor will: Report the required information to the CMR System at https://contractormanpower.army.pentagon.mil as defined in the Statement of Work. TECHNICAL EXHIBIT Item ECN Model Number Serial Number Nomenclature Location 1 H2500 BTA 3D H2500(System) System Lab 3D Alert Dept of Pathology RM BG0813-1 2 H2501 BTA 3D 9081R1515 Module, Incubation Microbology 3 H2502 BTA 3D 980CM0707 Module, Incubation Microbology 4 H2503 GP53851738G2 GP5385188G2 Scanner, Barcode Microbology 5 H2504 VCDTS214543M 11V050201575 Monitor Microbology 6 H2505 SKUL400NLX64 SF159320160 CPU Microbology 7 H2506 BTA3D 3091R5127 Inucbator, Bio Tesr Microbology NOTE: Preventive maintenance checks and services (PMCS) and calibration verification calibration (CVC) will be completed during the month of April 2007. Womack Army Medical Center, Fort Bragg, North Carolina, 28310, intends to issue a fixed-price contract for the period 1 March 2007 through 28 February 2008. Offers will be based on furnishing maintenance services and upgrades to Biomerieux Blood Bacteria/ Alert BTA 3D System. Government Point of Contact (POC): Anita C. Adcock Telephone: 910-907-9303, FAX: 910-907-9307 Email: anita.adcock@.amedd.army.mil The following provisions in their latest editions apply to this solicitation. (1) 52.212-1, Instructions to Offeror-Commercial Items with the addendum that: The offer submitted shall include: (1) proposed prices; (2) Technical capability to include product literature, catalog price lists if available; (3) completed copy of FAR 52. 212-3. Offer Representations and Certifications-Commercial items, and (4) Past Performance, minimum of three references for similar scope of work, with whom past performance can be verified, to include contact name, telephone number, e-mail address and contract number and dollar value. Offers may submit any other information regarding specific contracts that they deem relevant to the evaluation of their past performance. FAR 52.212-2, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitations will be most advantageous to the Government, price and other factors considered. The following facto rs shall be used to evaluate Offers: Technical Capability, Price and Past Performance. Technical will be evaluated as either Acceptable or Unacceptable. Definitions are as follows: ACCEPTABLE: To be rated acc eptable, the offerors technical proposal must demonstrate it can meet all requirements in the Statement of Work. UNACCEPTABLE: A technical proposal that fails to demonstrate it can meet one or more requirements of the Statement of work will be determined unacceptable. Past Performance will be evaluated as high risk, medium risk and low risk with definitions as follows: Unsatisfactory / High Risk - Significant doubt exists that the offeror will satisfactorily perform the services on solicitation, based o n preponderance of unsatisfactory performance records under the various factor evaluations, or offerors record of unsuccessful past and current contracts performance in fulfilling requirements similar to the size and complexity of the services under solic itation. Verification of past performance shows that offerors have consistently not met work schedules and other obligations, have defaulted on at least one contract within the past three years, or have chronically failed to meet contract terms. -Satisfac tory / Moderate Risk - Some doubt exists based on instances of record of poor performance, especially in contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror meets work schedu les and specified services most of the time, meets contract terms without failure or resolves issues immediately, and has not been defaulted on any contract within the past three years. Good / Low Risk - Little doubt exists, based on the offeror's preponde rance of good, if not excellent past and current records of contract performance, especially in large contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror consistently meets w ork schedules, provides specified services, meets contract terms without failure, and has not been defaulted on any contract within the past three years. - Offeror without technical or insufficient technical information to show that their offer meets the performance work statement shall not be evaluated for award. The Government reserves the right to award to other than the low offeror for better technical capability and/or better performance records. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions if determined to be in its best interest to do so. (2) FAR 52.212-3, Offeror Representations and Certifications; a completed copy of which shall be submitted with the offer. (3) FAR 52.212-4, Contract Terms and Conditions, Key Personnel; and FAR Clauses 52.217-8(30 days prior to expiration of the contract). (4) 52.217-9, Option to Extend the Term of the Contract (5) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, specifically, para (b)(15), (16),(17), (18), (19), (31), (6) DFAR 252.232-7003 (7) FAR 52.252-1: for all referenced clauses/provisions, see web site http://www.arnet.gov/far or http://web2deskbook.osd.mmil/default.asp (8) 52.222.48 METHOD OF SUBMMISSION OF OFFERS for this solicitation shall be addressed to North Atlantic Regional Contracting Office, ATTN: Anita Adcock, email anita.adcock@.amedd.army.mil by Fax (910) 907-9307), NOT LATER THAN 21 February 2007, 12 noon. For technic al questions, Government Point of Contact is Anita Adcock at 910-907-9303. .
- Place of Performance
- Address: Medcom Contracting Center North Atlantic ATTN: Building 4-2817 Reilly Road Fort Bragg NC
- Zip Code: 28310-5000
- Country: US
- Zip Code: 28310-5000
- Record
- SN01232258-W 20070216/070214220929 (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 |