Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 15, 2013 FBO #4221
SOLICITATION NOTICE

J -- ULTRASOUND EQUIP MAINT

Notice Date
6/13/2013
 
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, Southeast Regional Contracting Office, ATTN: MCAA SE BLDG 39706, 39706 40th Street, Fort Gordon, Georgia, 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W91YTV-13-T-0054
 
Archive Date
7/30/2013
 
Point of Contact
Valerie DeVeaux, Phone: 7067878438
 
E-Mail Address
valerie.deveaux@us.army.mil
(valerie.deveaux@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The solicitation number W91YTV-13-T-0054 for purchase request GFEBS 0010334631 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219. Size standard is $19.0M. This RFQ is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency. Responses due date: JULY 15, 2013 The requirements of this solicitation are for Maintenance Service for Government owned Ultrasound Units: Two (2) Voluson E8; Two (2) Logic P6; One (1) Logic 7; One (1) V730 Pro and all probes for each unit for Winn Army Community Hospital, Fort Stewart, GA. Initial Performance Period: 1 October 2013 through 30 September 2016, to include two (2) one year option periods. This RFQ is issued Subject to Availability of Funds, FY14. Item No. 0001 Annual Maintenance on Ultrasound Units. QTY: 4 Quarterly Unit Price: __________ Total Amount: ___________ Item No. 0002 Contract Manpower Reporting (CMR). Provide annual CMR report to include the man-hours that will be required to complete this report by 31 October of the Government fiscal year. Reporting period will be for the period of performance not to exceed 12 months ending 30 September of each Governmt fiscal year. This report must be completed by 31 October of each calendar year. It is the contractor's responsibility to read the CMR Reporting Clause attached to this solicitation. QTY: 1 EACH Unit Price: ______________ Total Amount: __________ Base Year Total ____________ Item No. 1001 Annual Maintenance on Ultrasound Units. QTY: 4 Quarterly Unit Price: __________ Total Amount: ___________ Item No. 1002 Contract Manpower Reporting (CMR). Provide annual CMR report to include the man-hours that will be required to complete this report by 31 October of the Government fiscal year. Reporting period will be for the period of performance not to exceed 12 months ending 30 September of each Governmt fiscal year. This report must be completed by 31 October of each calendar year. It is the contractor's responsibility to read the CMR Reporting Clause attached to this solicitation. Option Year 1 Total ____________ Item No. 2001 Annual Maintenance on Ultrasound Units. QTY: 4 Quarterly Unit Price: __________ Total Amount: ___________ Item No. 2002 Contract Manpower Reporting (CMR). Provide annual CMR report to include the man-hours that will be required to complete this report by 31 October of the Government fiscal year. Reporting period will be for the period of performance not to exceed 12 months ending 30 September of each Governmt fiscal year. This report must be completed by 31 October of each calendar year. It is the contractor's responsibility to read the CMR Reporting Clause attached to this solicitation. Option Year 2 Total ____________ Base + Options Total _____________ Place of Performance: Winn Army Community Hospital 1061 Harmon Ave Fort Srewart, GA 31314 UNITED STATES The following FAR and DFARS provisions and clauses apply to this solicitation: The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. The following provision at 52.212-1, Instructions to Offerors - Commercial Items (JUNE 2008). Addendum to 52.212-1: (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM prvidions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for locations where full ext can be obtained. The provision at 52.212-2, Evaluation - Commercial Items (JAN 1999). ADDENDUM TO 52.212-2 (a) is hereby replaced with the following: 1. Evaluation Process. a. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes: Technical acceptability and price. 1. Technical acceptability: If providing an "equal" item(s), comply with FAR Clause 52.211-6, Brand Name or Equal. Explain how your company will meet the salient characteristics of the items as specified in the solicitation. Prospective contractors shall demonstrate that the products offered complies with the technical requirements described in the salient characteristics by submission of a written capability statement with their offer. 2. Price. 3. Evaluation Process: All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable quote. b. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate proposals and award a contract without discussions. Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. soliciation to the responsible offeror whose offer conforming to the solicitation and 52.212-3 Offeror Representations and Certifications- Commercial Items. Offeror must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision is applicable, a written submission is required. Offers are due by 15 July 2013, 12:00 PM, Eastern Standard Time. Submit offers via email to Valerie.J.DeVeaux.civ@mail.mil Contracting Office Address: Southern Region Contracting Office (SRCO) 39706 40th Street Fort Gordon, GA 30905 Point of Contact: Valerie DeVeaux, Contract Specialist, (706) 787-8438 Additional Info: Southern Region Contracting Office Contracting Office Address: Southern Region Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650. The following stand alone discretionary FAR and DFARS provisions are necesssary: 52.225-25 - Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (SEP 2010). 52.222-48 -Exemption From Application of the Service Contract Act to Contracts for Maintenance, Calibraton, or repair of Certain Equipment Certification (FEB 2009). 52.252-1 - Solicitation Provisions Incorporated by Reference (FEB 1998). 52.252-5 - Authorized Deviations in Provisions (APR 1984), (b) DoD Far Supplement (48 CFR Chapter 2). 52.212-4 -- Contract Terms and Conditions - Commercial Items, applies to this acquisition (JUN 2010) and Addendum to 52.212-4--(u) The non-FAR Part 12 discretionay FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found. 52.204-9 -- Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) 52.209-6 -- Protecting the Government's Interest When Subcontracting with Contractors Debarred, suspended, or proposed for Debarment (DEC 2010). 52.219-4 - Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) 52.222-3 -- Convict Labor (JUN 2003). 52.222-21-- Prohibition of Segregated Facilities (FEB 1999) (EEO). 52-222-26 -- Equal Opportunity (MAR 2007) (EEO). 52.222-36 -- Affirmative Action for Workers with Disabilities (OCT 2010). 52.222-50 -- Combat Trafficking in Persons (FEB 2009). 52.222-51 - Exemption From Application of The Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment - Requirements (NOV 2007). 52.223-5 - Pollution Prevention and Right-To-Know Information (MAY 2011) 52.223-18 - Contractor Policy to Ban Text Messaging While Driving (SEP 2010). 52.225-13 - Restrictions on Certain Foreign Purchases (JUN 2008). 52.232-18 - Availability of Funds (APR 1984) (next FY) 52.232-33 -- Payment by Electronic Funds Transfer -- Central Contractor Registration (OCT 2003). 52.233-3 - Protest After Award (AUG 1996). 52.233-4 - Applicable Law for Breach of Contract Clalim (OCT 2004). 52.237-2 - Protection of Government Buildings, Equipment, And Vegetation (APR 1984). 52.237-3 - Continuity of Services (JAN 1991). 252.201-7000 - Contracting Officer's Representative (DEC 1991). 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials (JAN 2009). 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights (JAN 2009). 252.204-7000 - Disclosure of Information (DEC 1991). 252.204-7003 - Control of Government Personnel Work Product (APR 1992). 252.227-7015 - Technical Data-Commercial Items (MAR 2011). 252.227-7037 - Validatoin of Restrictive Markings on Technical Data (SEP 1999). 252.229-7000 - Invoices Exclusive of Taxes or Duties (JUN 1997). 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (MAR 2008). 252.232-7010 - Levies on Contract Payments (DEC 2006). 252.243-7001 - Pricing of Contract Modifications (DED 1991). 252.243-7002 - Requests for Equitable Adjustment (MAR 1998). 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 30 days before contract expires. (End of clause) 52.217-9 - Option to Extend the Term of the Contract (MAR 2000). (a) The Government may extend the term of this contract by written notice to the Contractor 30 days before contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before 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 66 months. (End of clause) 52.252-2 - Clauses Incorporated by Reference (FEB 1998). 52.252-6 - Authorized Deviations in Clauses (APR 1984) DoD Far Supplement (48 CFR Chapter 2). 252.204-7008 - Export-Controlled Items (APR 2010). 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Exxecutive Orders Applicable to Defense Acqusitions of Commercial Items (MAR 2011) (DEVIATION). 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010). INVOICING INFORMATION: All prospective offeror must be registered in the Wide Area Work Flow (WAWF) System. For registration go to https://wawf.eb.mil/ and follow the registration instructions. The payment on invoices will be made quarterly invoices as a 2-in-1 invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil (reference clause 252.232-7003). Web Base Training is available at www.wawftraining.com and for more information go to www.dod.mil/dfas and click the e-commerce link. Winn Army Community Hospital Fort Stewart, GA PERFORMANCE WORK STATEMENT (PWS) 1. Full service contract for the below listed items: ULTRASOUND UNITS Voluson E8 SN: D12429 Voluson E8 SN: D12423 Logic P6 SN: 144452SU0 Logic P6 SN: 144443SU9 Logic 7 SN:29345YU6 V730 Pro SN:7681YPO Location: Winn Army Community Hospital Contract Period: 1 October 2013 thru 30 September 2014 2. GENERAL SCOPE OF WORK 2.1. The contractor shall provide all repair parts, labor, test equipment, travel, and materials not government furnished, necessary to keep the unit operational to manufacturer's specifications, five (5) days per week during normal duty hours 0730 thru 1630. Contractor shall provide unlimited service calls with 24 hour response time. Contractor shall provide and install all software updates. New and refurbished parts must be certified and documented to meet OEM (Original Equipment Manufacturers)specifications on all repairs. Provide two (2) preventive maintenance service visits at 6 month intervals, per year to include Complete Calibra¬tion and Comprehensive Preventive Maintenance of the Ultrasound equipment, transducers and printers. 2.2. PERSONNEL. 2.2.1. HOURS OF OPERATION. The equipment shall be fully operational and provided eight hours a day five days a week, 0730 - 1700 service. 2.2.2. MINIMUM PERSONNEL QUALIFICATIONS. Services under this Contract shall be performed by individuals who have been Factory Trained and show documentation of the training on the described system and com¬petence in the servicing and maintaining the system under this Contract. 2.2.3. SECURITY REQUIREMENTS. Contractor personnel or any representative of the contractor entering Ft.Stewart shall abide by all security regulations and shall be subject to security checks. ¬¬ 2.2.4. PERSONAL APPEARANCE. Contractor personnel working under this contract shall practice high standards of personal hygiene and maintain a clean, neat appearance while on duty. 2.3. QUALITY ASSURANCE. Upon completion of work, an acceptance inspection will be conducted by the Government (personnel from Equipment Management Branch, Logistics Division, Winn Army Community Hospital and the equipment user) to ensure all services are satisfactory and completed. ¬ 2.4. QUALITY CONTROL. The contractor shall be responsible for ensuring that the quality of service and materials provided under this contract meet or exceed the Performance Work Statement. 3. PERFORMANCE MEASURES. 3.1. The contractor shall maintain the G.E. equipment and all related equipment in optimal operating condition throughout the term of the service agreement. The service shall include all adjustments, calibration, repairs, parts replacement and all other methods deemed necessary to maintain the equipment in its normal operating condition. Upon completion of calibration (if applicable), the contractor shall affix a DD form 2163 to the equipment and supply a copy of the work performed to C, Equipment Mgmt. Branch in accordance with instructions provided in TB MED 750-1. Calibration shall be performed on preventive maintenance visits. 3.2. The contractor shall maintain the equipment in an operational state 98% of the time with no more than 2% downtime within any thirty-day period. If downtime exceeds 2% during any thirty-day period due to negligent maintenance performed by the contractor, an amount of 10% of the unit price may be withheld from the next invoiced period. 3.3. Computation of the equipment downtime shall begin immediately upon equipment failure until the time the equipment is fully operational. The time allocated for performance of scheduled maintenance services will not be included in the computation of equipment downtime. Equipment availability is calculated by subtracting the monthly sum of equipment downtime from the total hours per month. Divide the result by the total hours per month. %Availability = (Total hours per month - downtime)*100 Total hours per month 4. DEFINITIONS 4.1. ADVISORY DOCUMENT. A document containing information and guidance for use by the contractor. The directive is not binding for compliance. 4.2. CALENDAR DAY. The time from midnight to midnight. 4.3. CALIBRATION/VERIFICATION/CERTIFICATION (CVC). Comparison of the equipment included in this contract of unverified accuracy to test, measurement, and diagnostic equipment (Test Equipment) of known or greater accuracy to detect and correct any discrepancy in the accuracy of the unverified instrument. All calibrations performed on this unit will be documented and the DD Label 2163 sticker on the equipment updated. This DD Label 2163 is available upon request in the Equipment Management Branch. 4.4. CONTROL. Having authority or influence over the operation and use of equipment. The period of Contractor control is defined as the time when the operator turns the equipment over to the repair technician and ending at the time the operator accepts the equipment back. 4.5. DEFECT. Any nonconformance of a part or assembly of the system under contract to specified requirements. 4.6. GOVERNMENT FURNISHED PROPERTY (GFP). All equipment, goods, and land possessed by the government and subsequently delivered or otherwise made available to the contractor. 4.7. LEGAL PUBLIC HOLIDAYS. Holidays in each calendar year identified as follows: New Year's Day, January 1 Martin Luther King's Birthday, 3rd Monday in January Washington's Birthday, 3rd Monday in February Memorial Day, last Monday in May Independence Day, July 4 Labor Day, 1st Monday in September Columbus Day, 2nd Monday in October Veterans Day, November 11 Thanksgiving Day, 4th Thursday in November Christmas Day, December 25 Those holidays falling on a Saturday will be observed on the preceding Friday. Those falling on Sunday will be observed on the following Monday. 4.8. WACH. An acronym, Winn Army Community Hospital. 4.9. MANDATORY DOCUMENT. A directive obligating the contractor to perform the effort strictly in accordance with the method specified in the directive to meet the stated results of the directive. The mandatory documents are all service records, documenting parts cost, labor cost, and calibrations performed. 4.10. NORMAL DUTY HOURS. 0730 to 1700, Monday through Friday, excluding public holidays. 4.11. PREVENTIVE MAINTENANCE CHECKS AND SERVICES (PMCS). Maintaining equipment in a "like new" operating condition in accordance with the manufacturer's specifications. Accomplished by providing systematic inspection, CVC (Calibration/Certification/Verification), detection, and correction of remedial maintenance problems, before they occur or before they develop into a major defect, replacement of cracked or work buttons, covers, etc. Cleaning and lubrication will be included, as needed, on all internal parts as well as external cleaning after services are performed. 4.12. QUALITY ASSURANCE. Those actions taken by the Government to assure that the quality of purchased goods and services received are acceptable in accordance with established standards and requirements of the contract. 4.13. QUALITY ASSURANCE EVALUATOR (QAE). A Government Contracting Officer Representative (COR) is responsible for performing surveillance and inspection of contractor performance. 4.14. REPAIR COMPLETION TIME: The time frame requirement within which the Contractor must have the equipment in fully serviceable condition. This may involve correction of a specific failure or unserviceable condition from time of verbal or written notifications that a service is required on the equipment. 4.15. RESPONSE TIME. The allotted time for the Contractor to arrive onsite. Measured from the time of verbal notification that service is required. Response time for this contract is 24 hours after service call is confirmed with the contractor. The deficiency must be corrected within 24 hours after the call is confirmed. Some leeway will be taken into consideration for repair time when major component change out occur, 4.16. ROUTINE SERVICE CALL. Request for onsite unscheduled service call (excluding emergency calls). 4.17. UNLIMITED REPAIR SERVICE: Repairing equipment to correct deficiencies in the operation of the equipment to insure it will perform all required functions according to manufacturer's specifications (includes emergency calls and routine service calls). 4.18. WEEKEND. The period beginning on Friday at 1700, and ending Monday at 0730. There will be no service calls during the weekend. 5. GOVERNMENT FURNISHED PROPERTY AND SERVICES 5.1. The Government will provide the equipment listed in section 7.5, 7.6 of this (PBWS) and, as required, in connection with this contract. 6. CONTRACTOR FURNISHED ITEMS 6.1. The Contractor shall furnish all materials, Original Equipment Manufacturer Parts, labor, test equipment and supplies necessary to perform the services described herein, other than those listed specifically at 4.1 as Government furnished. Travel is included in the overall contract cost. 7. SPECIFIC TASKS 7.1. The Contractor shall provide 2 each scheduled onsite PMCS Services for equipment. Preventive Maintenance/Calibration calls will be scheduled with the activity in advance. 7.2. Contractor's representative shall report to the Equipment Management Branch, Building P302, Room LC29, Winn Army Community Hospital, telephone 912-435-6920, prior to commencing all onsite services and repairs during normal operating hours, 0730 to 1700, Monday through Friday. If in the event repairs are required after normal duty hours the staff onsite will make sure service receipts are provided to Equipment Management Branch. 7.3. Upon Completion, a written service report will be provided to the Chief, Equipment Management Branch. The service report shall be completely filled out and provide detailed information regarding the cause of equipment malfunc¬tion as well as corrective action taken. Included should be the time required to complete the work, price of labor (hourly rate), and a list of parts and price for each part replaced. In the event all information is not available to contrac¬tor's representative when services are performed, the initial service report shall include all information stated above except for price. Contractor shall provide the balance of the required information in writing to the Chief, Equipment Management Branch, not later than two days after services are com¬pleted. 7.4 Upon completion of PMCS, the contractor shall sign off on or affix a DD Form 2163 Calibration verification sticker in accordance with instruction provided in TB Med 750-1. 7.5. The contractor shall be responsible for damages to Equipment covered by this contract while the equipment is under the contractor's control. 7.6. The Contractor shall perform unlimited service calls during normal duty hours, 5 days per week. Response time for routine repair will be within 24 hrs. after verbal notification is received. Completion time shall be within 4 hours or in the most expeditious repair time depending in the severity of the required repair after the Contractor's representative arriving onsite. 7.7. The Contractor shall accept requests for service only from the Chief, Equipment Management Branch or his designated representative. 7.8. The Contractor shall use new or refurbished parts, material, and assemblies when performing the terms of this contract. Exterior parts, circuit boards and assemblies (other than industry standard electronic components) will be original manufacturer products to ensure exact manufacturer specifications and operational characteristics are obtained. 8. APPLICABLE DIRECTIVES/DOCUMENTS. 8.1. Documents applicable to this PBWS are listed below. The documents have been coded (M) mandatory. The contractor shall follow those coded as mandatory, but only to the extent specified in this PWS when the document is referenced herein. Applicable publications will be available during the contract period at Equipment Management Branch, Winn Army Community Hospital. Supplements or amendments may be issued from time to time, but are not to be a part of the contract unless incorporated by modification by the Contracting Officer. 8.2. Payments. Payment will be made by DSCP-Philadelphia by MIPR or thru Wide Area Work Flow and will be accompanied by an Invoice. 8.3. ARMY PAMPHLET. TB 38-750-2, Maintenance Management Procedures for Medical Equipment, dated 1 Nov 89 (M). 8.4. FORMS. DD Form 2163, Medical Equipment Calibration/Verification/Certification Sticker (M). QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) The following minimum Quality Assurance Surveillance Plan applies. The Government may modify inspection methods in accordance with site specific requirements. PERFORMANCE OBJECTIVE PERFORMANCE STANDARD REF PWS METHOD OF ASSESSMENT Provide a written report upon completion of service Comply initially and as required 100% of the time. 7.3 COR Review Affix update DD Form 2163 Comply initially and as required 100% of the time. 3.1 and 7.4 COR Maintain Log Repair part shall meet Manufacturer specifications Compy initially and as Required 100% of the time. 2.1 and 6.1 COR Review STANDARD MEASUREMENT PAST PERFORMANCE ASSESSMENT 99% to 100% Excellent Document Past Performance 96% to 98% Very Good Assessment Report, paying 95% Satisfactory particular attention to 91% to 94% Marginal performance that exceeds 90% or Less Unsatisfactory the standard
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV-13-T-0054/listing.html)
 
Place of Performance
Address: WINN ARMY COMMUNITY HOSPITAL, 1061 HARMON AVE., FORT STEWART, Georgia, 31314, United States
Zip Code: 31314
 
Record
SN03088985-W 20130615/130613235735-b54c163b0534ea224a11859dd4f813f5 (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.