Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2011 FBO #3536
SOURCES SOUGHT

J -- Sorces sought for non-personal preventative maintenance service contract for two(2) Hemotology Analyzer machines.

Notice Date
7/29/2011
 
Notice Type
Sources Sought
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YU011T0248
 
Response Due
8/4/2011
 
Archive Date
10/3/2011
 
Point of Contact
Ruby Mejias, 253-968-3978
 
E-Mail Address
Western Regional Contracting Office
(ruby.mejias@amedd.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Government intends to establish a non-personal preventative maintenance service contract for two (2) Hemotology Analyzer machines at Irwin Army Community Hospital, Fort Riley, KS. A combined synopsis/solitication will be issued no later than 8 August 2011. See Performance Work Statement below. Irwin Army Community Hospital Fort Riley, KS Performance Work Statement 1. DECRIPTION OF WORK: The contractor shall provide Non-Personal Maintenance Service for 2 of IACH's Hematology Analyzer equipment listed in section 1.1. The contractor shall provide preventive maintenance, calibration, labor, travel, technical support, and parts necessary to keep the equipment listed in section 1.1 in good operating condition in accordance with OEM specifications. Contractor shall provide for scheduled and unscheduled on-site visits. The contractor shall furnish a detailed listing of any parts/services not provided under the terms of this contract. This listing shall contain the part number, nomenclature, normal life expectancy and price, and shall indicate whether the item is an exchange part. It shall become part of the contract. Base: 22 August 2011 - 21 August 2012 1st Option Year: 22 August 2012 - 21 August 2013 2nd Option Year: 22 August 2013 - 21 August 2014 3rd Option Year: 22 August 2014 - 21 August 2015 4th Option Year: 22 August 2015 - 21 August 2016 1.1. Equipment listing: Main System: MANF: HORIBA ABX, INC. MDL#: MICROS IM2 S/N: 004CS88398 ECN: 16539 NOMENCLATURE: Analyzer, Lab, Hemotology MANF: HORIBA ABX, INC. MDL#: ABX Micros 60 CT S/N: 902CS87316 ECN: 11445 NOMENCLATURE: Analyzer, Lab, Hemotology LOCATION: IACH, BLDG. 600, Ft. Riley, KS. 66442 1.2. The Contractor shall coordinate with the authorized designated IACH Medical Maintenance personnel to establish mutually agreed upon on-site services visits. 1.3. The contractor shall provide telephone technical support 24/7. 2. SKILLS AND QUALIFICATIONS REQUIRED. The Contractor shall provide a sufficient number of qualified service technicians to perform necessary service on all Hematology Analyzer equipment listed above. The contractor shall only accept calls for service from the COR, Chief or NCOIC Division, or his/her authorized designated representative. 2.1. If these types of services are performed without the prior approval of the COR, Chief or NCOIC, Equipment Management Branch or his/her designated representative, the U.S. Government shall not pay the contractor. 2.2. After performing Calibration/Verification/Certification services, the contractor's service representative will affix and/or update DD Form 2163/2164 (Medical Equipment Verification/Certification). The contractor shall complete DD Form 2163 in accordance with the instructions provided in TB 38-750-2, or by the maintenance activity's internal SOP. 3. REQUEST FOR SERVICE. Upon request for service the contractor's representative shall provide initial diagnosis of problem and course of action. Once service has been completed the contractor shall prepare a legible service report and present it to the COR, Chief or NCOIC, Equipment Management Branch or his/her designated representative. This report will include the following information: (1) Services performed (2) Purpose for service call (3) Start date/time (4) Completion date/time (5) Name of service technician (6) Itemized listing of all equipment and material removed. In the event that all the necessary information is not available to the service technician at the time of completion of service, the initial service report shall include all information available. Within in 10 days of completion of the service, the contractor shall provide/fax the remainder of the required information to, COR, Chief or NCOIC of the Equipment Management Branch. See below information: COR, Chief or NCOIC of: Equipment Management Branch BLDG 600 RM BSS3 Irwin Army Community Hospital Ft. Riley, KS 66442 785-239-7205/ Fax 7211 4. Government Federal Holidays listed below: New Year's Day Labor Day Martin Luther King Day Columbus Day President's Day Veterans' Day Memorial Day Thanksgiving Day Independence Day Christmas Day 5. MODIFICATIONS. No individual, including the COR, has the authority to approve modifications or changes. That would result in an increase or decrease in the awarded contract price. This authority is vested with the Contracting Officer only, and will not be delegated. If a question as to whether the application of an equipment modification or change would result in a change to the contract price, the Contractor shall not commence work without the prior approval of the Contracting Officer. 6. SAFETY. The contractor shall report immediately, by the fastest communication means, to the Contracting Officer Representative or the Chief of Equipment Management Branch, all accidents which may arise out of or in connection with the performance of services required within the scope of this contract. The use of cellular phones and 2-way radios is expressly forbidden in all Medical Treatment Facilities and Health Clinics. 7. INVOICES AND PAYMENT INFORMATION. Payment will be made by Defense Finance and Accounting Service, (DFAS-INDY, Army Vendor Pay), Indianapolis, IN (address in Block 18a), after receipt of services. Contractor submit there 2n1 invoice in the Wide Area Workflow system for payment. The Contracting Officer's Representative (COR) shall verify for acceptance to be submit to DFAS Rome. Government. Payment will only be authorized for services actually rendered. Invoices shall be submitted quarterly. ADVANCE PAYMENT IS NOT AUTHORIZED. 8. CONDUCT. The contractor shall not respond to any media inquiries. Any inquiries from the media, third parties, or public agencies shall be immediately relayed to the COR, who will relay them to the Irwin Community Hospital Public Affairs Officer or, after duty hours, to the Administrative Officer of the Day (AOD). There shall be no interviews, comments, or any other response without the knowledge and approval of the MTF Commander. Other than routine inquiries from external agencies, all other inquiries and complaints shall be brought to the attention of the Contract Officer's Representative. 9. CONTRACTOR MANPOWER REPORTING, ACCOUNTING FOR CONTRACT SERVICES. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://cmra.army.mil. The required information includes the following: (1) Contracting Office, Contracting Officer, Contracting Officer's 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-mails address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractor); (6) Estimated direct labor dollars paid this reporting period (including sub-contractor); (7) Total payments (including sub-contractor); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) 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 the purposes of reporting this information); (10) 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 website); (11) Presence of deployment or contingency contract language, and, (12) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. This cost will be reflected on a separate line item and can be invoiced upon completion of the report. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. The contractor shall notify the Contracting Officer's Representative (COR) by the 5th working day of November whether or not they have completed this report. If the COR is unavailable, the contractor will notify the Contracting Officer. The following information is provided for the Contractor's use in completing the above report: Predominant Federal Service Code: J065 Unit Identification Code for the Army Requiring Activity: W2PCAA CMR ITEM REQUIREMENTS: 1. Contracting Office / Contracting Officer, Contracting Officer Tech. RepTBD 2. Contract Number W91YU0-11-P-XXXX 3. Beginning/Ending Dates covered22 August 2011 - 21 August 2016 4. Contractor Name, Address, Phone Number, email, & POC 5. Estimated Direct Labor Hours (including sub-contractors) 6. Estimated direct labor dollars paid this reporting period (including sub-contractor 7. Total Payments (including sub-contractor) 8. Federal Service CodeJ065 9. Army's Organizational UICW2PCAA 10. Location of Work66442 11. Deployment/ContingencyNone 12. Number of Contractor/Sub-contractor Employees deployed in theaterNone Reports required under this contract are as follows: Report # 1: 22 August 2011 - 30 September 2011 - Report due no later than 31 October 2011 Report # 2: 1 October 2011 - 30 September 2012 - Report due no later than 31 October 2012 Report # 3: 1 October 2012 - 30 September 2013 - Report due no later than 31 October 2013 Report # 4: 1 October 2013 - 30 September 2014 - Report due no later than 31 October 2014 Report # 5: 1 October 2014 - 30 September 2015 - Report due no later than 31 October 2015 Report # 6: 1 October 2015 - 21 August 2016 - Report due no later than 30 September 2016
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU011T0248/listing.html)
 
Place of Performance
Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA
Zip Code: 98431-1110
 
Record
SN02515629-W 20110731/110729235221-16dcad3b1573d47ec129ca859c2d6a46 (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.