Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
SOLICITATION NOTICE

J -- Dental equipment Maintenance/Service Agreement - RFQ-09-15-009-PRL

Notice Date
9/17/2015
 
Notice Type
Combined Synopsis/Solicitation
 
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
RFQ-09-15-009-PRL
 
Archive Date
10/20/2015
 
Point of Contact
Paul R. Lawson, Phone: 3073322810, James Hunter, Phone: 406-247-7064
 
E-Mail Address
paul.lawson@ihs.gov, james.hunter@ihs.gov
(paul.lawson@ihs.gov, james.hunter@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ-09-15-009-PRL RFQ-09-15-009-PRL Dental Maintenance/Service Agreement 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. This procurement is being conducted under FAR Part 13, Simplified Acquisitions and FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)) and FAR Part 37.101, Non-Personal Services. 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 Quotation (RFQ)-09-15-006-PRL. This solicitation is issued on an unrestricted basis. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. The associated North American Industry Classification System code is 562112 and the small business size standard is $38.5 million. INTRODUCTION: This requirement is for the Maintenance/Service agreement, annual PM & Electrical safety test on the Dental Operation and equipment for the Wind River Service Unit (WRSU) dental program at Fort Washakie and Arapahoe Health Wyoming. PERIOD OF PERFORMANCE: October 15, 2015 to September 30, 2016. PRICE SCHEDULE - Maintenance /Service agreement and the Dental equipment and operation:. Base Year: Arapahoe Health Center: 12 Months @ $ per month = $ Ft. Washakie Health Center: 12 Months @ $ per month = $ Additional repairs outside the major maintenance agreement 45 hrs. @ $ per hour = $ Grand Total:tiny_mce_marker____________. STATEMENT OF WORK: Location of Facilities: Maintenance agreement, annual PM & Electrical safety test on the Dental Operation and equipment shall be at the following locations under any resulting contract: 1) Fort Washakie Health Center, located at Building #29 Black Coal Drive, Fort Washakie Wyoming, 82514 2) Arapahoe Health Center, located at #14 Great Plains Road, Arapahoe Wyoming, 82510 The Contractor will provide the annual PM service and electrical safety and radiographic testing. Monthly evaluation and repair of the ADEC Dental Care Equipment, Sterilization and ultrasonic equipment and the Dental Radiographic equipment and provide cleaning and PM on the x-ray film processor. Provide all documentation done on the equipment under contract and to follow the NFPA, OEM, and other inspection agencies guidelines that pertain to the facility being tested. The contractor shall provide preventive maintenance, inspection, certification, tools and any calibration equipment for repairs if needed. The contractor shall incur all associated lodging and meals cost to complete the PM/reair. The contractor is responsible for providing receip of service report describing the work performed by date completed, description of repair done and by who. The contractor shall warrant all services performed that shall remain free from defects 30 days from the date of acceptance. The contractor shall notify the designated COR of the existence or development of any defects or repairs to the equipment covered under this contract which the Contractor considers is not applicable to terms of preventive maintenance (such as operator misuse) The contractor shall label all equipment serviced upon completion identifying at a minimum the date, time, company name and initials. The contractor shall perform service in designated area(s). The contractor shall respond to Service calls or repair if made by the COR.or the Chief Dental Officer. The contractor must respond to the designated COR within Two (2) hours after receipt of notification in an effort to correct the problem by phone. If the problem cannot be corrected verbally, the contractor shall commence work (on-site physical response) within twenty-four (24) hours after receipt of notification. Performance/Quality Standards: a. All current county, State, local commercial standards. b. Contractor is responsible for ensuring that all repairs are up to 100% complete and operational status within one working day of notification of problem. c. All mechanical, electrical, controls and displays must be optimally and efficiently operational in accordance with equipment manufacturer requirements and industry standards. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. PROJECT OFFICER: The project officer for this contract will be Kevin Sheridan, Chief Dental Officer, Wind River Service Unit, PHS Indian Health Center, Ft. Washakie, Wyoming. The project officer shall be responsible for: (1) Monitoring the contractor's technical progress including surveillance and assessment of performance; (2) Ensuring the Contractor complies with all federal, state and local laws, codes and regulations; (3) Conducting technical inspections and acceptance; and (4) 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 Project Officer. The Contractor agrees to include the following information on each invoice: (1) Contractors name, address and telephone number; (2) Contract Number; (3) Invoice number and date; (4) Cost or price; (5) Pickup and Disposal Dates; and (6) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where federally funded children's services are provided. AWARD DECISION: 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: Copies of: (1) Certificate(s); (2) License; and (3) Insurance. 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 following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-7, 52.204-13, 52.204-19, 52.209-10, 52.211-16, 52.212-4, 52.212-5, 52.215-5, 52.216-21, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.225-1, 52.225-25, 52.228-5, 52.229-3, 52.232-1, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.249-1,352.201-70, 352.202-1, 352.215-1, 352.215-70, 352.223-70, 352.224-70, 352.232-9, 352.270-2, 352.270-3, 352.270-4, 352.270-6, and 352.270-7. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-41, 52.222-42, 52.222-43, 52.223-9, 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 http://www.acquisition.gov. 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 be registered with the System for Award Management (SAM). SAM is the primary Government repository, which retains information on Government contractors. You may register via the Internet at https://www.sam.gov or by calling (866) 606-8220. Offers shall be submitted to the USPHS Indian Health Service, Wind River Service Unit, Attention Paul Lawson, PO Box 128 Ft. Washakie WY 82514, no later than 1:00 p.m., on October 5, 2015. 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. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 90 days from the date of receipt by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-09-15-009-PRL/listing.html)
 
Place of Performance
Address: Wind River Service Unit, Ft. Washakie and Arapahoe Wyoming, Ft. Washakie, Wyoming, 82514, United States
Zip Code: 82514
 
Record
SN03891160-W 20150919/150917235701-dc9ba6d2dda3bb31c5a8409281378f39 (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.