Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2012 FBO #3774
SOLICITATION NOTICE

49 -- Sterilizer Maintenance of Healthcare Equipment - SOW

Notice Date
3/23/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
RFQ003859
 
Archive Date
4/13/2012
 
Point of Contact
Daytona H. Philpotts, Phone: 3014512716
 
E-Mail Address
daytona.philpotts@nih.gov
(daytona.philpotts@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Equipment List Statement of Work THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 under Simplified Acquisition procedures. This announcement constitutes the only solicitation. The solicitation number for this acquisition is RFQ003859 and is being issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57, Mar 2012. This acquisition will be processed under Simplified Acquisition Procedures. The associated North American Industry Classification System (NAICS) Code is 811219. This will be awarded as Firm-Fixed-Price. Summary and Overview This contract shall provide scheduled preventative maintenance, as well as emergency repair and response, routine service, equipment repair or replacement as necessary. PURPOSE: The Contractor shall: I. Preventative Maintenance The contractor shall perform scheduled preventative maintenance in accordance with STERIS's current Preventative Maintenance Check List (PMCL) on equipment model numbers such as, Century Series, Eagle Series 3033, Steris Reliance 444 Washer Disinfector (see equipment list attached). Preventative maintenance will be done on a quarterly basis. The contractor will provide hard copy and electronic version of all field service corrective maintenance work orders. a. Provide all labor, tools, test instruments, etc. required to perform preventive maintenance. All materials to be replaced shall be furnished by the Contractor. b. Report all discrepancies noted, that are not within the scope of this agreement, along with estimated repair cost to the project officer (PO). The repair or replacement of components not within the scope of this agreement, which will result in additional cost, shall not be accomplished until approved by the contracting officer. c. Test and inspect as required herein to ascertain the general condition of the equipment and report results. d. Protect adjacent structures, equipment, vehicles and vegetation. e. Ensure work site is properly cleaned up when work is complete. f. Dispose of all residue off site in strict accordance with all applicable Federal, State and local regulations II. Routine Service The contractor will provide routine service Monday through Friday, 8 am to 5 pm. The contractor is required to use Original Equipment Manufacturer (OEM) parts for all repairs covered under this agreement. If OEM parts are not available the contractor will notify the project officer prior to doing the work. Routine service will be considered a 2-hour response time. On-site service will be provided within 24-hours, excluding holidays, upon notification by the department point of contact. III. Unscheduled Repairs The contractor will provide 24x7x365 emergency repair service. On-site service will be provided within 48-hours of a qualified emergency call placed by the department's point of contact. The contractor will provide a response time for unscheduled service calls placed through the call center. Initial contact with the technical representative within 4 hours of call and no more than 48-hour for on-site service. Contractor Eligibility The contractor must be headquartered or have service locations within the Washington Metropolitan area. The contractor must be certified by the manufacturer to provide preventative maintenance inspections and equipment repairs. The contractor must be able to provide on-site technical service within 48 hours of trouble call. Location The site of the work is the Clinical Center Complex (Building 10, ACRF and the Hatfield Center) or other Clinical Center occupied facilities. Period of Performance Base Performance Period: April 1, 2012 - December 31, 2012 Inspections Upon completion of the maintenance described herein the Contractor shall document the service performed and notify the AC. Minimum Standards of Workmanship All work shall be performed in compliance with all Federal, state and local laws. In addition, work will meet equipment manufacturers and generally accepted industry standards of good workmanship. All waste materials shall be disposed of by the Contractor in compliance with Federal and local laws and regulations. Invoice Requirements The contractor shall submit an invoice with the following information: 1. One invoice per quarter (itemized) for materials and labor 2. Bill rate per hour 3. Total for entire invoice (1) Invoices shall be submitted concurrently as follows: a. An original to the following designated payment office. National Institutes of Health Commercial Accounts 2115 East Jefferson St. Ste. 4B-432 Bethesda, MD 20892 b. One copy to the Office of Facility Management at : National Institutes of Health Clinical Center 10 Center Drive Bldg 10, Rm. B1L410 Bethesda, Maryland 20892-1352 c. Inquiries regarding payment of the invoices should be directed to the designated payment office, attention: Chief, Accounts Payable Branch, (301) 496-6088. The following provisions and clauses apply: Provision 52.52.213-4 Terms and Conditions - Simplified Acquisitions (Other Than Commercial Items); Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provisions52.212-1-Instructions to Offerors/Commercial; 52.212-2-Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and conditions; 52.222-26 (EO 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.223-6 Drug Free Workplace, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.222-41. The Full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc) but must include the following information: 1) company's complete mailing and remittance addresses 2) discounts for prompt payment if applicable; 3) Dun & Bradstreet number; 4) Taxpayer ID number; 5) Catalog or Published Price Listing applicable to the service; 6) Offerors must meet specifications as noted in the synopsis. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The Government intends to make a single award based on the lowest price technical accepted offeror to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government. The Government reserves the right to make an award to that offeror whose quotation provides the best overall value to the Government. Interested offerors may submit proposals electronically to this notice no later than 03/29/2012 Eastern Standard Time 5:00 p.m. Companies that sent in proposal may do so again. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The solicitation shall include pricing for the base year and options priced separately. The Government intends to make a single award based on best value to the Government, technical and price factors considered. The anticipated award date for this requirement shall be on or before _04/01/2012. Requests for information concerning this requirement are to be addressed to Ms. Daytona Philpotts via email only to Daytona.philpottts@nih.gov prior to close date. Collect calls will not be accepted. No Phone Calls Please.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/RFQ003859/listing.html)
 
Record
SN02704180-W 20120325/120323234635-22ab87a58817b683d77dc21b6b583feb (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.