Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2011 FBO #3652
SOLICITATION NOTICE

65 -- Hematology Analyzer

Notice Date
11/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 52 CONS - Spangdahlem, Spangdahlem AB, Unit 3910 Bldg 128, Spangdahlem AB, Germany, 09126-3910, United States
 
ZIP Code
09126-3910
 
Solicitation Number
FM560612710109_HematologyAnalyzer
 
Point of Contact
Karin Sterling, Phone: 00496565619523, Claudia R Mans, Phone: (49) 6565 61 9541
 
E-Mail Address
karin.sterling.de@spangdahlem.af.mil, claudia.mans.de@spangdahlem.af.mil
(karin.sterling.de@spangdahlem.af.mil, claudia.mans.de@spangdahlem.af.mil)
 
Small Business Set-Aside
N/A
 
Description
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. This solicitation is issued as a Request for Quotation (RFQ). ***************************************************************************** Purchase Request Number: FM560612710109 - Request for Quotation - This document incorporates provisions and clauses in effect through the Federal Acquisition Circular 2005-54. ***************************************************************************** *PLEASE NOTE - THIS IS A BRAND NAME OR EQUAL.* All prices need to be net prices without taxes. Item No Supplies / Services Quantity Unit Amount Total Price CLIN 0001: Lease of UniCel DXH-800; 12 Monthly _________ _________ Hematology Analyzer To include: Full Service Maintenance Contract. *** Non-personal Services: The contractor shall provide all management, tools, supplies, replacement parts, equipment, and labor necessary to perform the service, maintenance and repairs for the lease of UniCel DxH-800 hematology analyzer at the 52d Medical Group Laboratory, Spangdahlem Air Base Clinic. *** In accordance with attached Statement of Work. *** Basic Year: Performance Period: 15 January 2012 through 14 January 2013 CLIN 1001: Lease of UniCel DXH-800; 12 Monthly _________ _________ Hematology Analyzer To include: Full Service Maintenance Contract. *** Non-personal Services: The contractor shall provide all management, tools, supplies, replacement parts, equipment, and labor necessary to perform the service, maintenance and repairs for the lease of UniCel DxH-800 hematology analyzer at the 52d Medical Group Laboratory, Spangdahlem Air Base Clinic. *** In accordance with attached Statement of Work. *** 1st Option Period: Performance Period: 15 January 2013 through 14 January 2014 CLIN 2001: Lease of UniCel DXH-800; 12 Monthly _________ _________ Hematology Analyzer To include: Full Service Maintenance Contract. *** Non-personal Services: The contractor shall provide all management, tools, supplies, replacement parts, equipment, and labor necessary to perform the service, maintenance and repairs for the lease of UniCel DxH-800 hematology analyzer at the 52d Medical Group Laboratory, Spangdahlem Air Base Clinic. *** In accordance with attached Statement of Work. *** 2nd Option Period: Performance Period: 15 January 2014 through 14 January 2015 CLIN 3001: Lease of UniCel DXH-800; 12 Monthly _________ _________ Hematology Analyzer To include: Full Service Maintenance Contract. *** Non-personal Services: The contractor shall provide all management, tools, supplies, replacement parts, equipment, and labor necessary to perform the service, maintenance and repairs for the lease of UniCel DxH-800 hematology analyzer at the 52d Medical Group Laboratory, Spangdahlem Air Base Clinic. *** In accordance with attached Statement of Work. *** 3rd Option Period: Performance Period: 15 January 2015 through 14 January 2016 CLIN 4001: Lease of UniCel DXH-800; 12 Monthly _________ _________ Hematology Analyzer To include: Full Service Maintenance Contract. *** Non-personal Services: The contractor shall provide all management, tools, supplies, replacement parts, equipment, and labor necessary to perform the service, maintenance and repairs for the lease of UniCel DxH-800 hematology analyzer at the 52d Medical Group Laboratory, Spangdahlem Air Base Clinic. *** In accordance with attached Statement of Work. *** 4th Option Period: Performance Period: 15 January 2016 through 14 January 2017 Total Price: _____________________ PLEASE SUBMIT YOUR BID NLT 27 December 2011 TO 52ND CONTRACTING SQUADRON, VIA FAX - ATTN: Karin Sterling at 011-49-6565-61-9106 OR E-MAIL karin.sterling.de@spangdahlem.af.mil. If you have any questions/concerns, please contact Karin Sterling at 011-49-6565-61-9523. ****************************************************************************** Contractor has to deliver the hematology analyzer to FOB destination. Delivery: FOB DESTINATION Delivery Address: 52d Medical Group/Medical Logistics Bitburg Annex, Bldg. 61 54634 Bitburg Germany ****************************************************************************** Place of Performance: 52d Medical Group/Medical Logistics Bitburg Annex, Bldg. 61 54634 Bitburg Germany After completion of new medical facility on Spangdahlem Air Base: 52d Medical Group Spangdahlem Air Base, Bldg. number to be determined 54529 Spangdahlem Germany (The Government will designate a representative to coordinate the move of the analyzer with the contractor and make all necessary arrangements.) ***************************************************************************** STATEMENT OF WORK FOR LEASING THE HEMATOLOGY ANALYZER TABLE OF CONTENTS Par. # Paragraph Title Section I - Description of Services 1.1 General Scope 1.2 Rental Equipment 1.3 Maintenance Services 1.4 Work Performance 1.5 Emergency Repairs 1.6 Repairs Service Calls 1.7 Service Not Included Section II - Service Delivery Schedule 2.1 Service Delivery Summary Section III - Government-Furnished Property and Services 3.1 Government-Furnished Property and Service Section IV - General Information 4.1 Quality Assurance 4.2 Quality Control Inspector (QCI) 4.3 Government Remedies 4.4 Workday/Hours of Operation 4.5 Point of Contact 4.6 Contract Personnel 4.7 Responsibility of Contractor for Government Property 4.8 Contractor's Failure to Perform 4.9 Submission of the Report for Maintenance and Repair 4.10 Invoice 4.11 Work Area Layouts 4.12 Performance of Services during Crisis Declared by the National Command Authority or Overseas Combatant Commander SECTION I DESCRIPTION OF SERVICES 1.1. GENERAL SCOPE: The contractor shall provide all management, tools, supplies, replacement parts, equipment, and labor necessary to perform the service, maintenance and repairs for the rental Beckman-Coulter UniCel DXH 800 hematology analyzer at the 52nd MDG Laboratory, Spangdahlem AB clinic. 1.2. RENTAL EQUIPMENT: 1.2.1. The contractor shall provide the hematology analyzer. The hematology analyzer shall contain all the necessary computers, monitors, battery back-ups, keyboard, barcode reader and any other equipment necessary for the operation of the analyzer. 1.2.2. The hematology analyzer is considered to be in good serviceable condition if it is performing all its intended functions and there are no missing or broken parts. Also, it shall not be rejected on the basis that it needs cleaning, minor repairs, or adjustments. 1.2.3. The contractor shall maintain ownership of the hematology analyzer and is responsible for the all maintenance or repairs while in the possession of the 52nd MDG. Preventive maintenance will be provided four times a year. The contractor will respond by telephone within two hours of notification for any instrument errors. 1.2.4. Installation, demonstration and operation training for the hematology analyzer at the job site will be provided to the 52nd MDG Laboratory. 1.3. MAINTENANCE SERVICES: The contractor shall perform the preventative maintenance of the chemistry analyzer four times a year. 1.3.1. The contractor shall prepare and submit a written report within 3 business days after the preventative maintenance is completed. 1.4. WORK PERFORMANCE: Work performed shall consist of all service calls required during the term of the contract. Work performed shall be in accordance with manufacture's commercial practice and shall include, but not be limited to keeping the machine and computer system in good operating and serviceable condition. 1.4.1. The contractor shall systematically service the equipment covered by this contract within the allotted time set forth for each periodic service. Service shall include necessary cleaning, oiling, adjusting, calibrating, replacing parts and accomplishing minor repairs. Minor repairs are those repairs that can be accomplished on-site, utilizing normal portable tools and equipment applicable to the trade. Suggestions for improvement and efficiency of operation should be offered by the contractor to the operator at the time services are made. The contractor must stop by Medical Logistics Flight before and after the work is accomplished. 1.4.2. The contractor shall prepare and submit a written report within three business days of the maintenance/repair. The report shall identify the name of equipment, date of maintenance, part number of equipment, location, reason of maintenance, name of inspector, and overall condition of the chemistry analyzer. 1.5. EMERGENCY REPAIRS: Emergency repair shall be available during normal duty hours, 0730-1630, from Monday through Friday, except on holidays, at no additional charge to the Government. In the event of an emergency, the Government personnel shall notify the contractor. The contractor shall respond by telephone within two business hours of notification for any instrument errors, and be available for on-site repairs within 48 business hours after he Government gives notice for emergency repair calls. 1.6. REPAIRS SERVICE CALLS. 1.6.1. ROUTINE CALLS: The Government personnel will notify the contractor of repairs to be made from the inspection report or service call. The contractor shall report to the work location, survey the repair, and provide to base contracting an estimated time to repair and cost of repairs not covered in the basic service contract. The contractor shall commence repair work after notification from the government personnel. All repair work shall be in accordance with normal commercial practices, using parts specified by the hematology analyzer manufacturer, items of equal or better quality. Downtime of the hematology analyzer will be kept to an absolute minimum. The contractor must notify the customer of all projected downtime and estimated time for repair. The contractor shall prepare and submit a written report within three business days after the routine repairs are completed. 1.6.2. EMERGENCY CALLS: The contractor shall respond to emergency repair call within 24 business hours after notification during normal business hours and within 72 business hours after notification at times other than normal business hours. The contractor shall prepare and submit a written report within two business days after the emergency repair. 1.7. SERVICE NOT INCLUDED. The following services are NOT included in this contract: 1.7.1. Replacement of electric motors burned out by current fluctuation, negligence, abuse and/or misuse by operators, as determined by the Contracting Officer. 1.7.2. Expendable supplies and accessories. 1.7.3. Electrical work external to the machine. 1.7.4. Repair and parts necessitated by accident, fire, abuse and/or misuse by government personnel, or acts of God as determined by the Contracting Officer. SECTION II SERVICE DELIVERY SCHEDULE 2.1. SERVICE DELIVERY SUMMARY. Performance Objective   Performance Threshold Perform the preventative maintenance (Paragraph 1.2.3. & 1.3.) The contractor shall perform the maintenance four times a year for prevention of the trouble. Repair service calls (Paragraph 1.6.1.)   Repairs are made in a timely manner. Customers are informed of expected repair time. Emergency calls (Paragraph 1.6.2.)   Response and repair is made within the specified time. Submit maintenance and repair reports (Paragraph 1.4.2. & 4.9.) Accurate reports are delivered within three business days. SECTION III GOVERNMENT-FURNISHED PROPERTY AND SERVICES 3.1. GOVERNMENT-FURNISHED PROPERTY AND SERVICES: Government Furnished Property and Services does not apply to this requirement. SECTION IV GENERAL INFORMATION 4.1 QUALITY ASSURANCE: The government shall periodical evaluate the contractor's performance by appointing a quality assurance personnel (QAP) to monitor performance to ensure service are received. The government shall record all observation about the service performance. When an observation indicates defective performance, the quality assurance evaluator shall require the contract manager or his/her representative at the site to initiate the observation. The initialing of the observation does not necessarily constitute concurrence with the observation, only acknowledgment. The quality assurance personnel shall also evaluate the contractor's performance through intermittent on-site inspections of the contractor's quality control program and receipt of complaints from base personnel. 4.2. QUALITY CONTROL INSPECTORS (QCI): The QCI is hereby designated to participate in the administration of this contract to insure that contractor's compliance with its technical requirements, including inspection and acceptance of the service for the government at the performance sites. The QCI for this maintenance agreement is the NCOIC of Clinical Engineering, at the Biomedical Equipment Repair telephone extension 452-8365. 4.3. GOVERNMETN REMEDIES: The contracting officer shall follow the requirements of FAR 52. 212-4, Contract Terms and Conditions for Commercial Items (May 1997), for contractor's failure to correct nonconforming services. 4.4. WORKDAY / HOURS OF OPEATION: A workday shall be construed as the normal eight hours, 0730-1630, workday of the using activity within a workweek, Monday through Friday, except holidays observed at the Government installation. Holidays are as follows: 1 January New Year's Day* Third Monday of January Martin Luther King Jr. Birthday Third Monday of February President's Day Last Monday of May Memorial Day 4 July Independence Day* First Monday of September Labor Day Second Monday of October Columbus Day 11 November Veterans Day* Fourth Thursday of November Thanksgiving day 25 December Christmas Day* *If holiday falls on a Saturday, it will be observed on the preceding Friday. If it falls on a Sunday, it will be observed on the following Monday. 4.5. POINT OF CONTACT: The contractor shall contact the NCOIC of Clinical Engineering (452-8365), the NCOIC of Hematology in the Lab (452-3460) and Ms. Davis of Logistics Flight (452-3389). 4.6. CONTRACT PERSONNEL: Contract Supervisor. The contractor shall provide a Contract Supervisor, dedicated to this contract during performance of required services. The contract Supervisor must able to read, write, speak and understand English. 4.7. RESPONSIBILITY OF CONTRACTOR FOR GOVERNMENT PROPERTY: The contractor assumes full responsibility and shall indemnify the government for any and all losses or damages resulting in whole or representative of the contractor or subcontractor to any government property whole in their custody and care for storage, repairs, or services to be performed under the terms of this contract. 4.8. CONTRACTOR'S FAILURE TO PERFORM. 4.8.1. If contractor fails to perform required services within the specific limitations, the government may, 4.8.2. Accept the services at a later date, or 4.8.3. Refuse to accept the services at a later date (in which case the government will bear no cost and make no payment for the missed service), or 4.8.4. Procure the missed service, upon such terms and conditions as the Contracting Officer deems appropriate, from an alternate, responsible firm and the contractor shall be liable to the government for any excess costs incurred and to continue the performance as required thereafter. 4.9. SUBMISSION OF THE REPORT FOR MAINTENANCE AND REPAIR. 4.9.1. The report must be prepared to verify the performance of maintenance/service calls. 4.9.2. The report shall be delivered to 52nd MDG within three business days. 4.9.3. The report must include the name of the person who performed the repairs, maintenance or services made to the item, parts replaced, calibration results, and must be dated and signed. It must also be dated and signed by a representative of the 52nd MDG Laboratory. A copy will then be given to Medical Logistics Flight. 4.10. INVOICE. 4.10.1. The contractor shall submit the invoices for rental equipment to 52nd MDG Logistics Flight. 4.10.2. The contractor shall submit the invoices until 7th day of each month. 4.10.3. The billing period shall be started on 1st day of the month and closed at end of the month. 4.10.4. The contractor's invoice shall show: a. Contract Number b. Billing Period c. Item description, unit price, quantity and total price d. Amount of the service/purchase e. Make, model and serial number of machine 4.10.5. Invoices (3 copies) shall be submitted to using activity for certification. 4.11. WORK AREA LAYOUTS. 4.11.1. SET POINT: The contractor shall set the hematology analyzer at the 52nd MDG Clinical Laboratory. 4.12. PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER: The contractor shall continue the service to the government unless notified otherwise by the contracting officer. ****************************************************************************** The following clauses and provisions apply to this solicitation (available from http://farsite.hill.af.mil) 52.212-1 - INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (JUN 2008) 52.212-2 - EVALUATION - COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers (listed in relative order of importance): 1. Technical capability of the item to meet the Government's requirement; 2. Price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause) 52.212-4 - CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (MAR 2009) 52.212-5 - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (FEB 2010) (DEVIATION) 252.212-7001 - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (NOV 2009) 252.232-7008 - ASSIGNMENT OF CLAIMS (OVERSEAS) (JUN 1997) 252.232-7003 - ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (MAR 2008) 252.229-7001 - TAX RELIEF (JUNE 1997) - ALTERNATE I (JUN 1997) 252.222-7002 - COMPLIANCE WITH LOCAL LABOR LAWS (OVERSEAS) (JUN 1997) 52.225-14 - INCONSISTENCY BETWEEN ENGLISH VERSION AND (FEB 2000) TRANSLATION OF CONTRACT 252.225-7041 - CORRESPONDENCE IN ENGLISH (JUN 1997) 252.225-7042 - AUTHORIZATION TO PERFORM (APR 2003) 252.233-7001 - CHOICE OF LAW (OVERSEAS) (JUN 1997) 52.211-6 - BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 52.217-8 - OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days before the contract expires. (End of Clause) 52.217-9 - OPTION TO EXTEND THE TERMS OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of Clause) 52.232-19 - AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond 14 January 2013. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 14 January 2013, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) 5352.201-9101 - OMBUDSMAN (APR 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/52DCS/FM560612710109_HematologyAnalyzer/listing.html)
 
Place of Performance
Address: 52d Medical Group/Medical Logistics, Bitburg Annex, Bldg. 61, 54634 Bitburg, Germany, After completion of new medical facility on Spangdahlem Air Base:, 52d Medical Group, Spangdahlem Air Base, Bldg. number to be determined, 54529 Spangdahlem, Germany, (The Government will designate a representative to coordinate the move of the analyzer with the contractor and make all necessary arrangements.), Bitburg, Non-U.S., 54634, Germany
 
Record
SN02628237-W 20111124/111122235512-ba50515b6958378e557a0dcdd80cb714 (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.