MODIFICATION
J -- SERVICE AGREEMENT FOR GE CT LIGHTSPEED VCT SCANNER - Amendment One to RFP
- Notice Date
- 6/19/2014
- Notice Type
- Modification/Amendment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North, PO Box 36600, Billings, Montana, 59107
- ZIP Code
- 59107
- Solicitation Number
- RFP-244-14-0006-REL
- Archive Date
- 7/15/2014
- Point of Contact
- Rita E Langager, Phone: 406.247.7293
- E-Mail Address
-
rita.langager@ihs.gov
(rita.langager@ihs.gov)
- Small Business Set-Aside
- N/A
- Description
- Click on link to access the Amendment. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The procurement is conducted pursuant to the authority of FAR Part 15, Contracting by Negotiation; FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)); and FAR 37.101, Nonpersonal Services Contract. This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award a fixed-price commercial item contract in response to Request for Proposal (RFP)-244-14-0006-REL. The solicitation is issued on an unrestricted basis. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74. The associated North American Industry Classification System code is 811219 and the small business size standard is $19.0 million. PRICE SCHEDULE - SERVICE AGREEMENT FOR GE CT LIGHTSPEED VCT SCANNER Base Year: 12 months @ $______________ per month = $___________________; Option Year One: 12 months @ $______________ per month = $___________________; Option Year Two: 12 months @ $______________ per month = $___________________; GRAND TOTAL: $________________________. PERIOD OF PERFORMANCE: The performance of this contract shall be for 12 months with two 12-month options (dates to be completed at time of award). COMPREHENSIVE PREVENTIVE MAINTENANCE ON: 1. GE CT LIGHTSPEED VCT 2. GE-NEMOTO DUAL SHOT INJECTOR 3. POWERWARE UPS 14 KVA 4. GE XR ANALOG R&F Legacy 16in II 5. GE AMX4+ 6. GE AMX3; S/N 150677WK3 7. GE XR Tomolink Rad SCOPE OF WORK: The Contractor shall provide comprehensive full service maintenance and preventive maintenance, routine and emergency repair service for the above listed equipment located at the Blackfeet Service Unit, PHS Indian Hospital, Browning, Montana. DEFINITIONS: CO - Contracting officer COR - Contracting Officer Representative IHS - Indian Health Service FSE - Field Service Engineer ESR - Equipment service report CONFORMANCE STANDARDS: The contractor shall ensure that the equipment functions in conformance with the original manufacturer's specifications and the latest published edition of NFPA-99, UL, OSHA, and IHS. OPERATIONAL UPTIME - REQUIREMENTS: All equipment shall be operable and available for use 97% of the normal operating hours of the equipment. Downtime will be computed from notification of problem during normal work hours. Scheduled maintenance will be excluded from downtime. Normal work hours are 24 hours per day, 7 days per week. Operational uptime will be computed during a month long time period. Repeated failure to meet this requirement can subject the contractor to default action. HOURS OF COVERAGE: Normal hours of coverage are Monday through Friday from 8:00 a.m. to 9:00 p.m. local time. All service/repairs will be performed during normal hours of coverage unless requested or approved by COR or his designee. Preventive maintenance will be performed semi-annually on all pieces of equipment unless otherwise noted. Preventive maintenance will be performed whenever unit is available and will be coordinated through the COR. Work performed outside the normal hours of coverage at the request of COR will be billed at the contractor's prevailing hourly service rate. UNSCHEDULED MAINTENANCE (Emergency Repair Service): The contractor shall maintain the equipment in accordance with the manufacturer's specifications. The Contractor will provide repair service which may consist of calibration, cleaning, oiling, adjusting, replacing parts, and maintaining the equipment, including all intervening calls necessary between regular services and calibrations. All required parts shall be furnished by the contractor. Priority technical support and remote monitoring will be provided 24 hours a day, seven (7) days a week. The contractor will only use parts that are OEM. The CO, COR or designated alternate have the authority to approve/request a service call from the Contractor. Response Time: The FSE must respond with a phone call to the COR or his/her designee within 30 minutes after receipt of telephoned notification 24 hours per day. If the problem cannot be corrected by phone, the FSE will commence work (on-site physical response) within four (4) hours after receipt of this second notification and will proceed progressively to completion without undue delay. SCHEDULED MAINTENANCE: The Contractor shall perform PM services semi-annually (unless otherwise noted) to ensure that equipment listed in the schedule performs in accordance with the Conformance Standards. (An outline of the PM procedures and schedule shall be provided to the COR within two weeks of award of the contract). The Contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable). This documentation shall be provided to the COR at the completion of the PM. The contractor shall provide written description of Preventive Maintenance Inspections (PMI). This description shall include an itemized list of the procedures performed, including electrical safety. PM services shall include, but need not be limited to, the following: 1. Cleaning of equipment. 2. Reviewing operating system software diagnostics to ensure that the system is operating in accordance with Section 3, Conformance Standards or the manufacturer's specifications. 3. Calibrating and lubricating the equipment. 4. Performing remedial maintenance of non-emergent nature. 5. Testing and replacing faulty and worn parts and/or parts likely to become faulty, fail or become worn. 6. Inspecting and replacing where indicated, electrical wiring and cables for wear and fraying. 7. Inspecting, and replacing where indicated, all mechanical components. 8. Retrieval and performance of manufacturer's service bulletins. 9. Returning the equipment to the operating condition defined in Conformance Standards. 10. Providing documentation of services performed. PM services shall be performed in accordance with, and during the hours defined in, the preventive maintenance schedule established herein. All exceptions to the PM schedule shall be arranged and approved in advance with the COR. Any charges for parts, services, manuals, tools, or software required to successfully complete scheduled PM are included within this contract, and it's agreed upon price, unless specifically stated in writing otherwise. PARTS: The Contractor shall furnish and replace parts to meet uptime requirements. The Contractor will have ready access to all parts, including unique and/or high mortality replacement parts. All parts supplied shall be compatible with existing equipment. The contract shall include all parts (except, if applicable, those parts specifically listed as being excluded). The contractor shall use new parts. All parts shall be of current manufacture and have complete versatility with the presently installed equipment. All parts shall perform identically to the original equipment specifications. Rebuilt parts, used parts or those removed from another piece of equipment, shall not be installed without specific approval by the CO or the COR. SERVICE MANUALS / TOOLS / EQUIPMENT: The Indian Health Service shall not provide tools, (test) equipment, service manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to its FSE's all operational and technical documentation (such as; operational and service manuals, schematics, and parts list) which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name and/or the manuals themselves shall be provided to the CO upon request. DOCUMENTATION / REPORTS: The documentation shall include detailed descriptions of the scheduled and unscheduled maintenance (i.e., Emergency repairs) procedures performed, including replaced parts and prices (for outside normal working hour services) required to maintain the equipment in accordance with the Conformance Standards or the manufacturer's specifications. Such documentation shall meet the guidelines as set forth in the Conformance Standards section. The ESR will consist of a separate PM report for the item(s) covered under the "specific" contract. Grouping different equipment from different contracts on "one" ESR is prohibited. In addition, each ESR must, at a minimum, document the following data legibly and in complete detail: A. Name of contractor and contract number. B. Name of FSE who performed services. C. Contractor service ESR number/log number. D. Date, time (starting and ending), equipment downtime and hours on-site for service call. E. IHS contract number covering the call if outside normal working hours. F. Description of problem reported by COR. G. Identification of equipment to be serviced: (1) Inventory ID number; (2) Manufacturer's name; (3) Device name; (4) Model number; (5) Serial number; and (6) Any other manufacturer's identification numbers. H. Itemized Description of Service Performed (including, if applicable, Costs associated with after normal working hour services) including: (1) Labor and Travel; (2) Parts (with part numbers); and (3) Materials and Circuit Location of problem/corrective action. I. Total Cost to be billed (if applicable - i.e., part(s) not covered or service rendered after normal hours of coverage). J. Signatures: (1) FSE performing services described; and (2) Authorized IHS Employee who witnessed service described. NOTE: - Any additional charges claimed must be approved by the CO before service is started. REPORTING REQUIREMENTS: The FSE shall report to the COR to log in. This check in is mandatory. When the service is completed, the FSE shall document services rendered on a legible ESR(s). The FSE shall report to the COR to log out and submit the ESR(s) to the COR. ALL ESRs shall be submitted to the equipment user for an "acceptance signature" and to the COR for an "authorization signature". If the COR is unavailable, a signed, authorized copy of the ESR will be sent to the Contractor after the work can be reviewed (if requested or noted on the ESR). CONTRACTOR DELAYS: (a) Contractor shall be liable to the Government for losses of production due to significant equipment downtime. Significant equipment downtime is that which exceeds twenty-four (24) hours/month. Records regarding downtime will be kept by the COR and the maintenance contractor. (b) Equipment downtime is calculated only from those normal hours of coverage (see Hours of Coverage Section) that the scheduled equipment is not fully operational. Downtime will begin when the Contractor is required to be on site (see Unscheduled Maintenance Section response time definition) after notification by the CO, COR or designated alternate. Downtime will accumulate until the scheduled equipment is returned to full and usual operation and accepted as such by the CO, COR or designated alternate. This does not include scheduled maintenance for PM purposes. Refusal of access to the equipment indicates that the unit is up and running and this time will not be considered when determining downtime. Refusal of access to the equipment voids the service call. If downtime exceeds sixteen (48) consecutive hours, the CO may exercise the option to hire an alternate source to resolve the problem. The decision to exercise this alternative will reside exclusively with the CO. All fees generated by the alternate Contractor(s) will be handled in accordance with Default clause. HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA: 1. "Hazardous Material" is defined in Federal Standard No. 313B. (Federal Standards are sold to the public through: General Services Administration (3FFN), Room 6622, 7th & D Sts., S. W. Washington, D.C. 21407). 2. The Occupational safety and Health Administration (OSHA) is responsible for issuing and administering regulations that require Government activities to apprise their employees of: (a) All hazards to which they may be exposed; (b) Relative symptoms and appropriate emergency treatment; and (c) Proper conditions and precautions for safe use and exposure 3. Contractors of any tier are required to submit hazardous material data for all hazardous materials that they bring on site or have delivered to the IHS Medical Center. Federal standard No. 313B (Materiel Safety Data Sheets, Preparation and the Submission of) includes criteria for identification of hazardous materials. The Standard also prescribes Department of Labor Form OSHA-20 for use with Government contracts. 4. Contractors shall submit hazardous material identification on the following: (a) All items in or ordinarily catalogued under the Federal supply Classes listed in Table 1 of Appendix A of Federal standard No. 313B; (b) Items having hazardous characteristics in the Federal Supply Classes listed in Table II of Appendix A of Federal Standard No. 313B; and (c) Any other material designated by a Government technical representative as potentially hazardous and requiring safety controls. COMPLIANCE FAILURE: Failure to comply with the above requirements in this section could be cause for termination in accordance with the Default clause listed within the contract. PERSONAL PROTECTIVE EQUIPMENT (PPE): Contractors of any tier are required to wear personal protective equipment (PPE) in accordance with OSHA Act, 1971 and other Federal, State and Local regulations. Personnel observed in violation of these regulations may be subject removal from the Medical Center. The Government assumes no responsibility for injury of contract personnel or subcontractors of any tier if the injury is a direct result of noncompliance or disregard for these regulations. PAYMENT: Invoices will be paid in arrears on a monthly basis. Invoices, must include, at a minimum, the following information: (a) Contract Number; (b) Contract Number; (c) Item(s) covered (to include serial #'s) by the PMI; and (d) Covered period of service ADDITIONAL CHARGES: There will be no additional charge for time spent at the site (during, or after the normal hours of coverage) awaiting the arrival of additional FSE and/or delivery of parts. REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE: The Contractor shall immediately, but no later than 24 (twenty-four) consecutive hours after discovery, notify the CO and COR (in writing) of the existence or the development of any defects in, or repairs required, to the scheduled equipment which the Contractor considers he/she is not responsible for under the terms of the contract. The Contractor shall furnish the CO and COR with a written estimate of the cost to make necessary repairs. CONDITION OF EQUIPMENT: The Contractor accepts responsibility for the equipment in "as is" condition. Failure to inspect the equipment prior to contract award will not relieve the Contractor from performance of the requirements of this contract. COMPETENCY OF CONTRACTOR AND FSE SERVICING EQUIPMENT: (a) Each respondent must have an established business, with an office and full time staff. The staff includes a "fully qualified" FSE and a "fully qualified" FSE who will serve as the backup; (b) "Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized training program, for the equipment. For field experience, the FSE(s) has a minimum of one years of experience (except for equipment newly on the market) with respect to scheduled and unscheduled preventive and remedial maintenance, on GE X-ray and all other equipment listed. Training must be certified as pertaining to the OEM equipment; and (c) The FSE(s) shall be authorized by the Contractor to perform the maintenance services. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSE(s) for each make and model the Contractor services at IHS. The CO may authenticate the training requirements, request training certificates or credentials from the Contractor at any time for any personnel who are servicing or installing any IHS equipment. The CO and/or COR specifically reserve the right to reject any of the Contractor's personnel and refuse them permission to work on the IHS equipment. TEST EQUIPMENT: Prior to commencement of work on this contract, the Contractor shall provide the IHS with a copy of the current calibration certification of all test equipment which is to be used by the Contractor on IHS's equipment. This certification shall also be provided on a periodic basis when requested by the IHS. Test equipment calibration shall be traceable to a national standard. QUALITY CONTROL: The contractor is responsible for ensuring services are performed in accordance with the performance of work statement requirements. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. As a minimum the contractor shall develop quality control procedures addressing the areas identified in the Quality Assurance Surveillance Plan. DOCUMENTING PERFORMANCE: The COR will verify performance of contractor. The COR will document any deficiencies in writing and forward them to the CO. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. CONTRACTING OFFICER'S REPRESENTATIVE (COR): The COR shall be responsible for: (1) Monitoring the Contractor's technical progress, including surveillance and assessment of performance and recommending technical changes; (2) Interpreting the Statement of Work; (3) Technical evaluation as required; (4) Technical inspections and acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during performance of the contract. INVOICE SUBMISSION AND PAYMENT: The contractor shall submit its invoice to the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107, with a courtesy copy to the Contracting Officer's Representative (COR). The contractor agrees to include the following information on each invoice: (1) Contractor's name, address, telephone number and e-mail address; (2) Contract Number; (3) Invoice number and date; (4) Dates of service and total amount due; and (5) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 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: (1) CERTIFIED TECHNICIANS = 50 POINTS. The Contractor must submit a list of trained and certified technicians in the region; and (2) COMPANY PAST PERFORMANCE = 50 POINTS. The offeror must demonstrate its record of successful performance in past contracts and/or jobs, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts/jobs. Offerors shall provide, at a minimum, three (3) references for their most recently performed contracts in which similar or the same services were performed by the offeror within the last two (2) years from the date of proposal submission. Please list contracts that your firm has held with Government and/or commercial accounts. The offeror shall provide the following information in an attachment: (a) Agency or Customer Name/Address; (b) Contract number (if applicable); (c) Contract Performance Period; (d) Contract description of services (location, and description of services); (e) Type (type and quantity of personnel provided); (f) Dollar Value of contract (g) Point of Contact including name, phone, facsimile, and Internet/E-Mail address. For each contract identified the offeror shall also provide a discussion of problems encountered and their correction, as well as their accomplishments during the performance of the contract. In evaluating past performance the Government may also use information from its own files, information provided by the offeror, or from any other sources it deems appropriate. Offerors will be given the opportunity to clarify information concerning the relevancy of an offeror's past performance information, and any adverse past performance information to which the offeror has not previously had an opportunity to respond. If the offeror has no relative past performance they shall affirmatively state so. NOTE: The Government reserves the right to contact any reference provided by the offeror in evaluating the offeror's past performance. Furthermore, the Government reserves the right to use any information that comes to the attention of the Government in evaluating the offeror. Technical and past performance, when combined, is approximately equal to cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-7, 52.204-9, 52.204-13, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.225-25, 52.227-14, 52.227-17, 52.228-5, 52.229-3, 52.232-11, 52.232-18, 52.232-39, 52.233-2, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 352.201-70, 352.202-1, 352.203-70, 352.215-1, 352.215-70, 352.222-70, 352.223-70, 352.224-70, 352.227-70, 352.231-71, 352.242-71, 352.242-72, 352.242-73, and 352.270-2. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.204-10, 52.209-6, 52.209-10, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-18, 52.225-13 and 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at https://www.acquisition.gov/ and http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=3524d214210697effd2fd5c77848a806&rgn=div5&view=text&node=48:4.0.1.8.33&idno=48. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall provide evidence of, or submit a written response to, the technical evaluation factors in FAR 52.212-2. In addition, the Contractor shall submit a completed copy of FAR 52.212-3 with its offer. Contractors intending to conduct business with the Federal Government must register with the System for Award Management (SAM). SAM replaces the Department of Defense's Central Contractor Registration (CCR) database. SAM is now the primary Government repository, which retains information on Government contractors. You may register via the Internet at www.sam.gov. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Billings Area Indian Health Service, 2900 Fourth Avenue North, Room 304, Billings, Montana 59101, no later than 6:00 p.m. MDT on June 30, 2014. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company's name and address. Offers will also be accepted by e-mail at Rita.Langager@ihs.gov or by fax at (406) 247-7108. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFP. In addition, it must contain a statement to the effect that it is firm for a period of at least 120 days from the date of receipt by the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFP-244-14-0006-REL/listing.html)
- Record
- SN03399991-W 20140621/140619234413-7858a96f42feeda91a9df4f429f701a9 (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 |