SOLICITATION NOTICE
J -- Preventative Maintenance Requirement - Pawnee OK
- Notice Date
- 5/20/2016
- 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, Oklahoma City Area Office, 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
- ZIP Code
- 73114
- Solicitation Number
- 246-16-Q-0024
- Archive Date
- 6/30/2016
- Point of Contact
- Edson Yellowfish, Phone: 405-951-3888
- E-Mail Address
-
edson.yellowfish@ihs.gov
(edson.yellowfish@ihs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; best quotes are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotes (RFQ) #246-16-Q-0024. This procurement is being conducted on an unrestricted basis. All eligible and responsible businesses may submit a quote, which will be considered.. The Indian Health Service has a requirement to purchase Preventative Maintenance for Mammography Unit located at the Pawnee Indian Health Center. The Pawnee Indian Health Center is located at 1201 Heritage Circle, Pawnee, Oklahoma 74058. Contractor shall provide a firm-fixed quarterly rate of Preventative Maintenance services for one year. Estimated start date is July 1 2016. The closing date for receipt of quotes is June 3 2016 at 4:30 pm. Offers shall be submitted to the Oklahoma Area Indian Health Service, 701 Market Drive, Oklahoma City, Oklahoma 73114, no later than 4:30 p.m., on June 3 2016. The offer must be submitted in a sealed envelope, addressed to this office, showing the solicitation number, and your name and address. Please do not email RFQ's. Qualified vendors will review the following and submit applicable information. No phone inquiries! Statement of Work This is to request a contract that provides preventative maintenance and repair support on the Hologic Dimensions 2D Selenia Mammography system, CAD and Hologic R2 Digitizer for the Pawnee Indian Health Center of the Oklahoma City Indian Health Service (OCAIHS). Purpose of Contract: This contract is to provide preventative maintenance inspections along with full maintenance and repair support service in accordance with manufacturer requirements, specifications, guidelines, checklists, revisions and addendum modifications that includes: all labor and parts on all Dimensions Selenia to include CAD and Hologic R2 Digitizer systems; cosmetic repairs, field modifications, software upgrades as needed with instructions; one hour phone response; and 24 hour on-site response time by field engineer; technical support by phone from local field engineer or on-line remote service from manufacturer; and 95% or greater percentile of guarantee equipment uptime for the mammography system. Vendors should be able to provide all of the fore mentioned capabilities for the requirement. Background and Need: Due to lack of Oklahoma Area Indian Health Services personnel being technically trained and experienced in Mammography, has required the health facilities to continue outside contractual support services. Additional contractual service support is required to maintain equipment in proper and safe operating condition. This support is required to assure federal compliance to 21 CFR, sub-chapter "J", parts 1030.30. 1020.31 And 1020.32; and IHS compliance to JCAHO Environment of Care. Period of Performance: The requested performance of this requirement is one year from approximate start date of July 1 2016. Statement of Work: 1. The contractor shall provide preventative maintenance inspections along with full maintenance and repair service (8:00 am - 5:00 pm, Monday thru Friday), for the identified mammography systems and their locations (Exhibit 1) that will include all travel, labor and parts on all systems, associated with PM calibration and repairs. Cosmetic repairs, FMI's, software upgrades and operator in-service training are to be performed during services. Replacement parts must be ordered on day of on-site response, with a next day delivery and warranty on parts supplied/replaced as needed while under contract. 2. Provide a 95% or greater percentile of guaranteed equipment up-time status operating according to manufacture design specifications, based upon average 6 month period. 3. Provide local FE technical phone support for health facility radiology department at no charge during contract hours. 4. Provide an in-site on-line diagnostic network with manufacturer engineers for technical and diagnostic support services available all hours at no charge. 5. Contractor's replacement parts shall be original equipment manufacturer parts. 6. System software applications shall be license patented. Reporting Requirements: The contractor shall provide Radiology with electronic or physical hard copy of PM, service, and repair reports per each site visit on Mammography systems covered by this contract. Professional Qualifications: 1. Contract personnel are to be factory trained, certified and experienced with the system under this contract. 2. Contractor's service and test equipment are to be manufacture recommended, specified, designed and calibrated. CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. The provisions of 52.212-1, Instructions to Offerors-Commercial Items (OCT 2015), applies to this acquisition. In addition to the information required in FAR 52.212-1, prospective contractors shall provide the following: (1) Dun and Bradstreet Number (note: Contractors must be registered in the System for Award Management (SAM) Registration to be eligible for award. This can be done at https://www.sam.gov/portal/public/SAM/#1 ) (2) Quarterly pricing rate for Pawnee requirement (3) Two past performance appraisals (4) Current reference The provisions of 52.212-2, Evaluation - Commercial Items (Oct 2014) applies to this acquisition. The Government intends to award one from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Price; (2) Qualifications; (3) Past Performance. The provisions of 52.212-3, Offeror Representations and Certifications-Commercial Items (Apr 2016) contractor may need to provide current ORCA certification The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2015), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 System for Award Management (July 2013), 52.204-9 Personal Identity Verification of Contractor Personnel (Sept 2007), 52.223-6 Drug-free Workplace (May 2001), 352.224-70 Confidentiality of Information (April 1984), 352.270-17 Crime Control Act-Reporting of Child Abuse (Jan 2006) and 352.270-18 Crime Control Act-Requirement for Background Checks (Jan 2006). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Mar 2016) applies to this acquisition. The following clauses apply: 52.203-6, Restriction on Subcontractor Sales to the Government (Sept. 2006); 52.219-6; 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 352-270-18 Crime Control Act-Requirement for Background Checks (Jan 2006). EVALUATION CRITERIA Due date for this requirement is June 3 2016 4:30 PM CT. THE INDIAN HEALTH SERVICE WILL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO RESPOND TO THESE EVALUATION CRITERIA AS FOLLOWS: A) registration in the System for Award Management (SAM) database (reference https://www.sam.gov/portal/public/SAM/. Please note that all parties interested in doing business with the Indian Health Services must be registered in the SAM database. B) Propose and provide a quarterly rate for Preventative Maintenance of mentioned equipment. The estimated start date of award is July 1 2016. C) Documentation of two past performance appraisals. D) Current reference
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-16-Q-0024/listing.html)
- Place of Performance
- Address: PAWNEE INDIAN HEALTH CENTER, 1201 HERITAGE CIRCLE, PAWNEE, Oklahoma, 74058, United States
- Zip Code: 74058
- Zip Code: 74058
- Record
- SN04123950-W 20160522/160520234135-b2b5f82ffa1b018a7dbc4a1fca65b7f4 (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 |