Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2008 FBO #2448
SOLICITATION NOTICE

65 -- Service Maintenance Agreement

Notice Date
8/7/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Great Plains Regional Contracting Ofc, Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81XTR8275808
 
Response Due
8/18/2008
 
Archive Date
10/17/2008
 
Point of Contact
Roland Jasso, 210-221-4964
 
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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation W81XTR82758008 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19. This acquisition is solicited on an unrestricted basis for NAICS code 811219 and the small business size standard is 6.5 million. This requirement is for a Service Maintenance Agreement for a base period of one (1) year - 1 October 2008 through 30 September 2009. The Lumenis Laser Devices to be covered by the agreement are listed below: CLIN 0001: Laser System with components Model Ultrapulse 5000c SN: 113479, ECN: D1469/E9899 with components (a) Laser hand piece SN; USV876; ECN: E9956; (b) Smoke Evacuator; SN: V6354; ECN: MDL 24248. CLIN 0002: Laser MDL: EPICIV/Ultimase Combo System SN: E1556/HSEA22719; ECN: G3705. CLIN 0003: Laser System with components, MDL: VPP/80/100; SN: (F0E444) 2038; ECN: G3459. CLIN 0004: Laser Indirect Opthalmic MDL: LIO Laser Indirect SN: JJJ601 part of ECN: G3705. Statement of Work attached and reference USAMMA TB 38-750-2 Chapter 2-12 MEDCEN Contractor shall provide DD from 2163, for Calibration/Verification/Certification. The equipment is located at Darnall Army Community Hospital, Fort Hood, Texas. Evaluation of Quotes: The Government will award a contract resulting from this solicitation to the responsible vendor whose quote, conforming to this solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on all or none basis. The following factors will be used to evaluate quotes: 1. Technical Acceptability: In order to be considered technically acceptable, vendors must demonstrate that they currently provide maintenance services for the Lumenis equipment listed above by submitting with the quote two (2) references, the type of equipment serviced, and customer contact information. 2. Price: All quotes will be evaluated on Technical Acceptability. The award decision will be based on the Lowest Priced, Technically Acceptable quote. FAR provision 52.212-1 [Instructions to Offerors Commercial] applies to this acquisition to include the following addenda: All offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed via the internet at www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract. Vendors shall include a completed copy of FAR provision 52.212-3 with their offer. The provision can be downloaded by accessing the FAR clause 52.212-4 [Contract Terms and Conditions Commercial Items] applies to this acquisition to include the following addenda: Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 Electronic Submission of Payment Requests and DFARS 252.211-7003. FAR Clause 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items] applies to this acquisition and the following sub FAR Clauses apply: 52.203-6 [Restrictions on Subcontractor Sales to the Government]; 52.222-3 [Convict Labor]; 52.222-19 [Child Labor Cooperation with Authorities and Remedies]; 52.222-21 [Prohibition of Segregated Facilities] 52.222-26 [Equal Opportunity]; 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-36 [Affirmative Action for Workers with Disabilities]; 52.232-18 [Availability of Funds];52.232-33 [Payment by Electronic Funds Transfer Central Contractor Registration]; and 52.232-36 [Payment by Third Party]. FAR 52.217-9; all clauses throughout this solicitation can be viewed by accessing website http://farsite.hill.af.mil/. The closing date and time of this solicitation is 18 August 2008, 02:00 P.M. Central Standard Time. Quotes shall be submitted on company letterhead and signed by a company representative by the closing date and time. Quotes may be submitted via mail, fax, or e-mail. (Mail: Great Plains Regional Contracting Office, Attn: Roland Jasso, 3851 Roger Brooke Drive L31-9V, Fort Sam Houston TX 78234-6200; fax: (210) 221-5359, Attn: Roland Jasso. Paper copies of this solicitation will not be issued and telephone, fax, or email requests for the solicitation will not be accepted. Point of contact: Roland Jasso, telephone: (210) 221-4964; email: roland.jasso3@amedd.army.mil Statement of Work (SOW) Performance Work Statement LUMENIS, INC 2400 Condensa Street Suite #110 Santa Clara, CA 95051-0901 877-586-3647 x3736 Telephone 404-764-3837 1. General: Contractor shall provide scheduled and unscheduled maintenance according to the service agreement to include parts, and labor on the Lumenis laser equipment located at C. R. Darnall Army Medical Center, Building 36000, Fort Hood, Texas. 2. Scope of Work: The contractor shall provide all necessary trained experienced personnel, labor, tools, diagnostic equipment and software, material, supplies, transportation, parts and equipment, excluding expendable items to perform repair support of the Lumenis laser equipment. Service shall consist of two preventive maintenance (PM) and unlimited repair calls for the Lumenis laser equipment. 2.1. Normal Duty Hours: Monday through Friday 8:00 am. to 5:00 p.m., excluding national holidays and weekends. 2.2. Contractor shall report or telephonically notify the Medical Maintenance Branch Contracting Officers Representative or NCOIC, (254) 288-8810/8811 CRDAMC Bldg 36000 Room 0004. 2.3. After Duty Hours: Contractor shall report to the Administrative Officer of the Day (AOD) at the front desk of the hospital to be escorted to the appropriate work area. 3. Personnel Qualifications: The contractor shall provide documentation that the field service technicians are qualified and manufacture trained on the Lumenis laser equipment. In addition to this training, the technicians must have proof of two years of working experience, effective with the current date. The contractor prior to service commencing shall present documented proof of successful completion of such training. 4. Contract Representative (POC). The contractor shall provide in writing on the contract start date, the name and telephone number of a primary and alternate individual to act as their representative to be responsible for the coordination of the contract with the government. The contractors designated representative shall be the point of contact with the government and shall have the authority to act or make decisions for the contractor on all matters pertaining to the contract. The contracting officer shall be notified in writing within 72 hours, whenever changes are made. 5. Quality Control: 5.1. The contractor shall establish and maintain a Quality Control Plan to ensure that the quality of service and material provided meet or exceed the specifications, terms and conditions of the contract. All repairs or modifications that are made shall be in compliance with the manufacturers specification and Food and Drug Administration guidance. 5.2. The government will establish and maintain a Quality Assurance Plan to ensure that the quality of service is being provided and meet and exceed the specifications, terms and conditions of the contract see technical exhibit two (Te-1). 6. Definitions: 6.1. Scheduled Maintenance: The scheduled care and servicing of equipment for the purpose of the equipment in a serviceable condition in accordance with the manufacturers specifications. 6.2. Unscheduled Maintenance: Repair action necessary to return the equipment to a totally operational condition as it was designed to operate in accordance with the manufacturers specifications. 6.3. Quality Control Plan: The contractors written plan describes how he will ensure the performance of the services required by the contract are met or exceeded. At a minimum, the contractors Quality Control Plan will include: 1. Method for acquiring acceptable replacement parts. 2. Inspection intervals and a copy of the checklist to be used by the contractors QA Inspector. 6.4. Replacement Part: A component or module of the existing system or approved upgraded/modified system requiring replacement through a fault developed through normal use or normal wear and tear. Replacement parts do not include consumable supplies. Replacement parts include components that are installed solely for cosmetic appearance i.e. cowlings, molding, keyboard keypads (when the key designation is work off), etc. 6.5. OEM: Original Equipment Manufacturer. 7. Government Furnished Services: 7.1. Equipment: The equipment covered under this contract will be made available to the contractor for the purpose of scheduled or unscheduled service. The contractor shall obtain Contracting Officer approval for the time and duration of the service to be conducted and shipping instructions. 7.2. Property: The contractor shall not use property provided by the government for any purpose other than in the performance of this contract. 7.3. Utilities: Reasonable amounts of electric power and other utilities will be provided to the contractor to perform required services. The contractor is responsible for conserving utilities while working in the installation. 7.4. Contractor Furnished: Only the property and services referenced in paragraph 7.1 and 7.2 will be provided to the contractor to perform required services. All other property and services required in the performance of this contract shall be furnished by the contractor. For example: 7.4.1. Tools 7.4.2. Test equipment 7.4.3. Current service manuals with guaranteed ability to provide product updates, guaranteed to provide factory mandated instrument modifications, schematics, wiring diagrams and troubleshooting guides (failure to provide product updates or factory mandated modifications is grounds for contract termination). 7.4.4. All other items necessary to perform service such as common hardware, connectors, tubing and etc. 8. Replacement Parts: The contractor shall have ready access to unique and/or high mortality replacement parts. All parts supplies shall be compatible with the Lumenis laser equipment. 8.1. All replacement parts shall become the property of the government and the replaced malfunctioning part shall become the property of the contractor. 8.2. Freight, postage and storage charges associated with shipment and receipt of replacement parts and the return of work or defective parts shall be the responsibility of the contractor. 8.3. The contractor shall use only new or reconditioned parts for which the quality is equal to or better than the Original Equipment Manufacturer (OEMs) original part. Any parts provided by the contractors that are considered by the OEM to be substandard may be replaced at the contractors cost. When discrepancies occur, the contracting officer will make the final determination about whether a replacement part is of equal or better quality. 8.4. The contractor shall provide all replacements and service necessary to restore the equipment to 100% operational condition as specified by the OEM. 9. Coordination for scheduled and unscheduled services: Preventive maintenance shall be performed in accordance with the manufacturers specifications during the specified month. The contractor shall coordinate 15 days in advance with the Contracting Officers Representative or NCOIC, Medical Maintenance Branch, (254) 288-8810/8811 for preventive maintenance, certification, and calibration. The service technician shall provide online/internet support (IF APPLICABLE) within twenty-four (24) hours of notification. Government request for remedial repairs will be placed telephonically by the contracting officer or his/her designated representative to the contractors POC. The contractors response to requests for remedial repairs may include a telephone consultation between the equipment user/operator or Governments Service Technician and a contractors FSE. The purpose of this telephone consultation shall be: 9.1. To determine the most likely cause of the problem. 9.2. To determine if resolution of the problem requires the dispatch of a FSE once determination has been made that a contractors FSE is required on site. The contractors FSE shall have 24 hours to be on-site from the time of notification by the contracting officer to the contractor and restored fully operational within 72 hours. 9.3. To identify replacement parts if any likely to be required in order to return the equipment to 100% operational condition as specified by the OEM. Failure of the contractor to respond within the twenty-four (24) hour response time all result in a two (2) percent deduction from the monthly contract payment. 9.4. The Government and the contractor will exchange hazard communication information before the commencement of any repair. 9.5. When required, the contractor will comply with the OSHA lockout/tagout standard while performing maintenance on electrical equipment. 10. Scheduled/Unscheduled Maintenance documentation: All scheduled and unscheduled maintenance shall be documented on a service report. This form will be furnished upon completion of service within five working days to the Medical Maintenance Branch NCOIC/Contract Officer Representative via email karan.bilyeu@amedd.army.mil or fax 254-287-7690. 10.1 Service Reports: The contractor shall prepare a service report for each job performed. During duty hours, the service reports will be authenticated with the Medical Maintenance Branch during normal duty hours and with the AOD after normal duty hours. The service reports shall include the following information as a minimum: 1. Government contract number 2. Equipment identification data 3. System nomenclature, room number, location, model and serial number 4. Purpose of service (scheduled service or unscheduled service call) 5. Start date/time and completion date/time 6. Description of defect and corrective action taken 7. List of parts and cost. Total cost of service to include labor and parts 8. Explanations of any deferred or delayed repair action with an estimated get well date. 10.2. Calibration Documentation; All calibration services shall be documented by the contractor on the service report and a DD 2163 Calibration/Verification Certification label is attached to the medication management system if needed. The verification shall be affixed to the units with the service date, initials and date next service due annotated. If the contractor does not have labels, the medical maintenance shop will furnish the government form DD 2163 Verification/Certification. 10.3. Calibration Documentation of X-Ray systems; The contractor shall complete DD Form 2164 in accordance with the instructions provided in TB 38-750-2. A continuation sheet shall be attached to the DD Form 2164 indicating the manufacturer, model, serial number and date of calibration expiration of all items of test and measurement equipment used to perform the calibration. Required forms and extracts from pertinent directives will be furnished to the contractor by the government. 10.4. Maintenance Logs: A maintenance log will be maintained with the service technician for the system. The log will be documented for any service performed. The log will remain on-site with the system. 10.5. Scheduled Maintenance documentation: All scheduled maintenance shall be documented on a service contract. This form will be furnished upon completion of service to the Medical Maintenance Branch NCOIC. 11. Equipment Modification/Alteration/Upgrades: 11.1. The contractor shall perform/incorporate only OEM specified modifications, alterations, and upgrades. Approval shall be obtained from the contracting officer representative (COR) prior to the contractors installation of the modification, alteration, or upgrade. 11.2. The contractor shall perform or cause to be performed all OEM field modifications and safety alert inspections. 11.3. The contractor shall maintain contact with the OEM to determine the requirement for field modifications and to ensure accomplishment of these field modifications are in accordance with the time schedule set forth by the OEM. 11.4. The contractor will make known to the contracting officer representative of minor or routine OEM software upgrades when they become available by the manufacturer. 11.5. Hardware and software changes not supported by the OEM are not authorized. 12. Contractor Reporting Requirements: During normal duty hours, the contractors FSE shall notify the contracting officer in person upon arrival at the government site and again prior to departure. Contractor representative shall sign in and out at the Medical Maintenance Branch, room 0004, basement, Building 36000. In the event that the contractor performs service beyond the normal duty hours, he shall sign-in and out with the Administrative Officer of the Day (AOD) at the information desk located on the main floor in the front lobby. 13. Repair Parts: All repair parts shall meet exact manufacturers specifications and be the most current revision level. All parts shall be new or remanufactured by the manufacturer of the instruments. 14. Services beyond the scope of the performance work statement: The contractor shall immediately, but not later than 24 consecutive hours after discovery, notify the COR (in writing) of the existence or development of any defects in/or repairs required to the equipment covered under this contract especially which the contractor considers they are not responsible under the terms of the contract. At the same time of the notification, the contractor shall furnish the contracting officer with a written estimate of the cost to make the necessary repairs. 15. Conduct of Personnel: The contracting Officer may require the Contractor to remove from the job site any employee working under this contract for reasons of misconduct, security, or found to be or suspected to be under the influence of alcohol, drugs or other incapacitating agent. Contractor employees shall be subject to dismissal from the premises upon determination by the Contracting Officer that such action is necessary and in the interest of the Government. In accordance with applicable directives and 18 U.S.C. 1382 (1972), the Installation Commander has the authority to bar individuals from the installation. The removal from the job site or dismissal from the premises shall not relieve the contractor of the requirement to provide sufficient personnel to perform the services as required by this work statement. 16. Security Requirements: 16.1. Contractor personnel or any representative of the contractor entering Fort Hood Army Installation shall abide by all security regulations and shall be subject to security checks. 16.2. Contractor personnel and property shall be subject to search and seizure upon entering the confines of Fort Hood Army Installation and while on the installation in accordance with AR 190-13 (The Army Physical Security Program). 17. Identification Badge: Contractor personnel shall wear a vendor identification badge at all times when performing services at the Government site. Identification badges shall be worn in a clearly visible area of the Field Service Engineers (FSEs) outer garment. The badge will be furnished at the Medical Maintenance Branch during duty hours and by the Administrative Officer of the Day (AOD) after duty hours.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9afc417ea9e6f3831abd9b92b42f6d49&tab=core&_cview=1)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
 
Record
SN01634536-W 20080809/080807224615-9afc417ea9e6f3831abd9b92b42f6d49 (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 |
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.