Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 02, 2013 FBO #4177
SOLICITATION NOTICE

Q -- WaveTec Ora System

Notice Date
4/30/2013
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-13-T-0049
 
Archive Date
5/29/2013
 
Point of Contact
Carmen McClanathan, Phone: 7193330809, Diana Myles-South, Phone: 719-333-8650
 
E-Mail Address
carmen.mcclanathan@us.af.mil, Diana.South@us.af.mil
(carmen.mcclanathan@us.af.mil, Diana.South@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Please read the ENTIRE synopsis before submitting any response. The 10th Mission Support Group, Directorate of Contracting, United States Air Force Academy (USAFA) Colorado, intends to award a Brand Name Only Purchase Order on a Sole Source basis to WaveTec Vision Systems, Inc. to provide a WaveTec Ora System 2000 subscription with a base and 4 option years for services per the manufacturer's warranty. This notice document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66 effective 1 APR 13. The North American Industry Classification System Code [NAICS] is 811219 and the business size standard is $19M. USAFA's requiring activity concludes that there is no other system available that can meet this system requirement that is also approved as a class C diagnostic instrument by the FDA. WaveTec is the only manufacturer of the Intraoperative Wavefront Aberrometer and this is a class 3 diagnostic device. Delivery is to be made to the 10 MDG Clinic at the U.S. Air Force Academy. FOB: Destination. This synopsis is for notification purposes only and does not constitute a solicitation for bids or proposals. DO NOT SUBMIT A QUOTE AT THIS TIME. 1. DESCRIPTION OF SERVICES 1.1 WaveTec shall provide services per the manufacturer's warranty contract for one WaveTec ORA System 2000 for the US Air Force Academy (USAFA) 10TH Medical Group (10 MDG). The ORA System shall be located in the hospital's Ophthalmic OR suites, 4102 Pinion Drive, USAFA CO 80840. 1.2 The service shall include equipment repairs, warranted replacement parts, preventive maintenance, software upgrades and training. 1.3 Features include comprehensive equipment and software support, 48 hour, on-site hardware response, and tested, verified replacement parts and coverage support five days per week, 9 hours per day (5x9). 1.4 Except for those items or services stated in section 3.1 to be Government furnished, WaveTec shall furnish all items and incidentals required to perform this statement of work. 1.5 WaveTec shall provide a list of "Replacement Parts to be furnished" and those required for separate purchase to the government. 1.6 All parts provided by WaveTec shall be new or equal quality and shall incorporate the latest revision. All parts removed or replaced from the equipment shall become the property of WaveTec. 1.7 Preventive maintenance will be performed in accordance with manufacturer's requirements. 1.8 WaveTec shall be responsible for cleanup of any and all areas where maintenance has been performed. 1.9 Following any maintenance visit, the contractor will provide a report to the Surgical Staff via email ( sean.standifer@usafa.af.mil ) or via fax at 719-333-9774 within 5 business days. 1.11 WaveTec shall provide onsite training to Surgical Staff members to include instrument operation, preventive maintenance, and quality control. 1.12 If requested by the customer, the WaveTec will provide equipment repairs, warranted replacement parts, preventive maintenance and software upgrades. 1.13 WaveTec shall be responsible for creating, maintaining and disposing of only those records specifically required by provisions of mandatory directives. 1.14 The contractor shall telephone support for troubleshooting assistance, 7 days a week, 24 hours a day with Point of Contact Information. For matters that cannot be addressed via phone, WaveTec should provide a maintenance technician on-site within 48 hours in accordance with a business hours service contract. 2. SERVICE DELIVERY SUMMARY: 2.1 AVAILABILITY - Provide Telephone Technical Support 1.3 & 1.15: Must provide availability 7 days per week 24 hours per day, 100 percent of the time. - Meets required on-site response times 1.3: Provide two business day responses. No more than 2 late responses per year. - Maintains full running capability of equipment No unscheduled downtime or reduced performance to exceed 1 duty day. No more than 2 occurrences per year. 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES 3.1 The Government will provide lab coats and gloves when contractor personnel are working in a potentially infectious area of the surgery suites. 3.2 The Government will provide payment for customer requested service performed outside contractual hours or days of coverage. 4. GENERAL INFORMATION 4.1 Base of operations. The Contractor shall work at the Hospital's surgical suites in accordance with a business hours service contract. 4.2 In accordance with DoDI 1100.22, the Contractor shall not perform work during a crisis declared by the Secretary of Defense or the Oversees Combatant Commander. Any offerors believing they can provide an equal product that meets all of the features and functionality of the WaveTec Ora System 2000 or can provide the brand name product may provide evidence for consideration. Evidence must support the offeror's claim they can either provide an equal product or they are an authorized distributor/wholesaler for WaveTec Vision Systems Inc. It is the offeror's responsibility to prove their product is an equal by demonstrating their product, at a minimum, has the same features and functionality of the brand name product. Providing brochures, specifications and/or quotes alone is not enough for the Government to make a decision. The offeror should provide an understandable comparison between the two products. The Government is not responsible for developing the comparison from insufficient information provided. All qualified sources may submit a response, which if timely received, will be considered by this agency. Information received will be considered solely for the purpose of determining whether a brand name or equal procurement, and/or a competitive procurement can be conducted. A determination that equal products exist or a determination to compete this proposed procurement based on response to this notice is solely within the discretion of the Government. Responses must be received NLT 2:00 PM MST on 14 MAY 13. Responses received after this will be considered late IAW FAR 52.212-1(f) and will not be evaluated. The Government does not intend to pay for any information provided under this announcement. Contractors must have a current registration with the System for Award Management (SAM) at https://www.sam.gov/ Questions should be addressed to the Primary POC Carmen McClanathan, Contract Specialist, (719) 333-0809 or sent via e-mail to carmen.mcclanathan@us.af.mil. Alternate POC is Diana Myles-South, Contracting Officer, (719) 333-8650 or via e-mail to Diana.South@us.af.mil. 5352.201-9101 Ombudsman (NOV 12): (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 interested 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 <http://www.whitehouse.gov/omb/circulars/a076/a76_rev2003.pdf> competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, Kelly S. Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-2379 Email: Kelly.Snyder@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested 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 (571) 256-2397, facsimile number (571) 256-2431. (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/DRU/10ABWLGC/FA7000-13-T-0049/listing.html)
 
Place of Performance
Address: United States Air Force Academy, Colorado, United States
 
Record
SN03048465-W 20130502/130430234503-1008acdc9f56e99c736ed2e0386bde44 (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.