Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2017 FBO #5763
SOLICITATION NOTICE

65 -- Parata Pharmacy Equipment Maintenance

Notice Date
9/1/2017
 
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, MEDCOM, North Atlantic Regional Contracting Office, 8901 Rockville Pike, Bldg 54, Bethesda, Maryland, 20889, United States
 
ZIP Code
20889
 
Solicitation Number
W91YTZ-17-R-0115
 
Archive Date
10/3/2017
 
Point of Contact
Valerie DeVeaux, Phone: 7067873894
 
E-Mail Address
valerie.j.deveaux.civ@mail.mil
(valerie.j.deveaux.civ@mail.mil)
 
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; proposals are being requested and a written solicitation will not be issued. Solicitation number W91YTZ-17-R-0115 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 and Defense Federal Acquisition Supplement Publication (DPN) 20161222. This acquisition is issued on an UNRESTRICTED, FULL AND OPEN basis under NAICS code 811219 and size standard is $20.5 M. All responsible sources may submit a quotation which shall be considered by the agency. The Government anticipates awarding a single award issued as Firm Fixed Price. The requirement of this solicitation is for annual maintenance, extended system warranty, software and hardware for Government owned Parata Pharmacy 2000, Flex Check, Parata Mini and Max Systems in the DDEAMC Department of Pharmacy, SouthCom Pharmacy, and Rodriguez Army Health Pharmacy. Period of Performance: 1 October 2017 - 30 September 2019. Quotes are due by 18 September 2017 at 12:00 pm EST. Questions must be submitted via email no later than 8 September 2017. Quotes and questions shall be submitted via email to valerie.j.deveaux.civ@mail.mil. SALIENT FUNCTIONAL CHARACTERISTICS: Must be Parata System certified technician. Proof of certification must be presented with bid. ITEM NO. 0001 PHARMACY MAINTENANCE annual maintenance, extended system warranty, software and hardware for Government owned Parata Pharmacy 2000, Flex Check, Parata Mini and Max Systems in the DDEAMC Department of Pharmacy, SouthCom Pharmacy, and Rodriguez Army Health Pharmacy. Performance: 1 October 2017 - 30 September 2018 ITEM NO. 0001AA Parata Maintenance Connelly Clinic QTY: 12 UNIT: MONTHS UNIT PRICE: ___________ TOTAL: ____________ ITEM NO. 0001AB Parata Maintenance PX Pharmacy QTY: 12 UNIT: MONTHS UNIT PRICE: ___________ TOTAL: ____________ ITEM NO. 0001AC Parata Maintenance Eisenhower Pharmacy QTY: 12 UNIT: MONTHS UNIT PRICE: ___________ TOTAL: ____________ ITEM NO. 0001AD Parata Maintenance Buchanan-RAHC QTY: 12 UNIT: MONTHS UNIT PRICE: ___________ TOTAL: ____________ ITEM NO. 0001AE Parata Maintenance SouthCom-SCMD QTY: 12 UNIT: MONTHS UNIT PRICE: ___________ TOTAL: ____________ ITEM NO. 0002 CONTRACT MANPOWER REPORTING 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 Government fiscal year. This report must be completed by 31 October of each calendar year. QTY: 1 UNIT: EACH UNIT PRICE: ___________ TOTAL: ____________ BASE YEAR TOTAL tiny_mce_marker_________________ ITEM NO. 1001 PHARMACY MAINTENANCE annual maintenance, extended system warranty, software and hardware for Government owned Parata Pharmacy 2000, Flex Check, Parata Mini and Max Systems in the DDEAMC Department of Pharmacy, SouthCom Pharmacy, and Rodriguez Army Health Pharmacy. Performance: 1 October 2018 - 30 September 20198 ITEM NO. 1001AA Parata Maintenance Connelly Clinic QTY: 12 UNIT: MONTHS UNIT PRICE: ___________ TOTAL: ____________ ITEM NO. 1001AB Parata Maintenance PX Pharmacy QTY: 12 UNIT: MONTHS UNIT PRICE: ___________ TOTAL: ____________ ITEM NO. 1001AC Parata Maintenance Eisenhower Pharmacy QTY: 12 UNIT: MONTHS UNIT PRICE: ___________ TOTAL: ____________ ITEM NO. 1001AD Parata Maintenance Buchanan-RAHC QTY: 12 UNIT: MONTHS UNIT PRICE: ___________ TOTAL: ____________ ITEM NO. 1001AE Parata Maintenance SouthCom-SCMD QTY: 12 UNIT: MONTHS UNIT PRICE: ___________ TOTAL: ____________ ITEM NO. 1002 CONTRACT MANPOWER REPORTING 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 Government fiscal year. This report must be completed by 31 October of each calendar year. QTY: 1 UNIT: EACH UNIT PRICE: ___________ TOTAL: ____________ OPTION YEAR 1 TOTAL tiny_mce_marker_________________ BASE YEAR + OPTION YEAR TOTAL tiny_mce_marker_____________ Delivery Address Eisenhower Army Medical Center Bldg 300 East Hospital Road Fort Gordon, GA 30905 SOLICITATION PROVISIONS 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (APR 2014) Addendum to 52.212-1 (Local Provision (LP) 5004) Para (b) Submission of Offers: The following supplements this paragraph with respect to the information and documents required for submission in response to this solicitation. All responsible offerors must submit: - Technical Description of items being offered (see note) - Clin/Item Number Pricing (filled out) - Company's Dunn and Bradstreet number (DUNS) - CAGE code - Delivery Time - Company Contact Information, for evaluation purposes. - Fill out and return 52.212-3 Alt I (Registration in SAM can be substituted for FAR 52.212-3 Alt I. The information in SAM must be current and complete before an award can be made. Contractor shall not have any Active Exclusion Record in SAM. (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions 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 text can be obtained. (End of Provision) 52.203-2 - CERTIFICATE OF INDEPENDENT PRICE DETERMINATION (APR 1985) 52.203-11 - CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (SEP 2007) 52.204-5 - WOMEN-OWNED BUSINESS OTHER THAN SMALL BUSINESS (OCT 2014) 52.204-16 - COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.214-34 - SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991) 52.225-25 -- PROHIBITION ON ENGAGING IN SANCTIONED ACTIVITIES RELATING TO IRAN-CERTIFICATION (OCT 2015) 252.222-7007 -- REPRESENTATION REGARDING COMBATING TRAFFICKING IN PERSONS (JAN 2015) 52.209-2 -- PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS - REPRESENTATIONS (NOV 2015) 52.209-11 - REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) 52.209-12 - CERTIFICATION REGARDING TAX MATTERS (FEB 2016) 52.215-20 -- REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA (OCT 2010)ALTERNATE IV (OCT 2010) (b) Submission of other than certified cost or pricing data may be requested by the Contracting Officer. 52.216-1 - TYPE OF CONTRACT (APR 1984) 52.222-48 - EXEMPTION FROM APPLICATION OF THE SERVICE CONTRACT ACT TO CONTRACTS FOR MAINTENANCE, CALIBRATION, OR REPAIR OF CERTAIN EQUIPMENT CERTIFICATION (MAY 2014) 52.252-1 -- SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998); http://farsite.hill.af.mil/ 52.252-5 -- AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (Insert "DoD FAR Supplement (48 CFR Chapter 2)" in paragraph (b)) 252.203-7005 -- REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7004 - ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT (FEB 2014) 252.204-7008 - COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (DEVIATION 2016-O0001)(OCT 2015) 252.204-7011 -- ALTERNATIVE LINE-ITEM STRUCTURE (SEP 2011) (See Clins) 252.213-7000 -- NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PEFORMANCE INFORMATION RETRIEVAL SYSTEM - STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (JUN 2015) 252.215-7007 -- NOTICE OF INTENT TO RESOLICIT (JUN 2012) 252.215-7008 -- ONLY ONE OFFER (OCT 2013) 252.222-7007 - REPRESENTATION REGARDING COMBATING TRAFFICKING IN PERSONS (JAN 2015) 252.225-7050 -- DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM (DEC 2014) 252.247-7022 -- REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG 1992) 52.212-2 -- EVALUATION -- COMMERCIAL ITEMS (OCT 2014) (End of Addendum to 52.212-1) 52.212-2 -- EVALUATION -- COMMERCIAL ITEMS (OCT 2014) HCAA Local Clause 5005 (LPTA) Addendum to 52.212-2 Award will be made using the lowest price technically acceptable (LPTA) source selection process. Award will be made to the responsible offeror on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Award may be made without discussions with offerors (except communications conducted for the purpose of minor clarification). Therefore, each initial offer should contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the contracting officer to be necessary. Paragraph (a) is hereby replaced with the following: (a) The Government will issue an order 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. (i) Price: Prices will be reviewed to determine reasonableness based on market research. (ii) Provide all requested information in Addendum 52.212-1 1. The following adjectival ratings will be used in evaluating the offeror's written technical proposal: Acceptable - Offer clearly meets the minimum requirements of the solicitation. Unacceptable - Offer does not clearly meet the minimum requirements of the solicitation. (End of Addendum to 52.212-2) 52.212-3 -- OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (MAR 2015) ALTERNATE I (OCT 2014) CONTRACT CLAUSES 52.212-4 -- CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (MAY 2015) Addendum to 52.212-4 (Local Clause (LC) 5003 The following policy applies only if the contractor will be on the Government installation for more than thirty (30) days. (v) Policy for Reporting Incidents of Sexual Assault and Sexual Harassment under the Sexual Assault Prevention and Response Program (SHARP). The contractor shall comply with OTSG/MEDCOM Policy Memo 13-062, Policy for Reporting Incidents of Sexual Assault and Sexual Harassment under the Sexual Assault Prevention and Response Program (SHARP), 12 Nov 2013. The SHARP reporting requirements apply only to knowledge obtained by contractor personnel while performing services under this contract. The contractor shall require all Contract Service Providers (CSP) with knowledge of an incident of sexual assault occurring on a Government facility, to include a Government leased facility, where the contractor is providing services under this contract, to report the incident to the contractor who shall immediately (within 24 hours) report the incident in writing to the government's COR. All incidents shall be reported whether they involve contractor personnel or Government personnel, or other individuals. The contractor shall require all CSPs with knowledge of an incident of sexual harassment occurring on a Government facility, to include a Government leased facility, where the contractor is providing services under this contract, to report the incident to the contractor who shall immediately (within 24 hours) report the incident in writing to the government's COR. All incidents shall be reported whether they involve contractor personnel or Government personnel, or other individuals. (w) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 for locations where full text can be found. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ https://acquisition.gov/far/index.html (End of Addendum to 52.212-4) 52.203-3 - GRATUTIES (APR 1984) 52.203-6 - RESTRRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) 52.203-12 - LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (OCT 2010) 52.203-17 - CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014) 52.204-4 - PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011) 52.204-7 - SYSTEM FOR AWARD MANAGEMENT (OCT 2016) 52.204-9 - PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011) 52.204-10 -- REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2015) 52.204-21 - BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (JUN 2016) 52.209-6 -- PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-4 -- NOTICE OF PRICE EVALUATION PERFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2014) 52.222-3 -- CONVICT LABOR (JUN 2003) 52.222-21 -- PROHIBITION OF SEGREGATED FACILITIES (APR 2015) (EEO) 52.222-26 - EQUAL OPPORTUNITY (APR 2015) 52.222-35 - EQUAL OPPORTUNITY FOR VETERANS (OCT 2015) 52.222-36 - EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50 -- COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.222-51 - EXEMPTION FROM APPLICATION OF THE SERVICE CONTRACT LABOR STANDARDS TO CONTRACTS FOR MAINTENANCE, CALIBRATION, OR REPAIR OF CERTAIN EQUIPMENT - REQUIREMENTS (MAY 2014) 52.223-3 - HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA (JAN 1997) 52.223-5 -- POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (MAY 2011) 52.223-18 -- ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 -- RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.228-5 - INSURANCE - WORK ON A GOVERNMENT INSTALLATION (JAN 1997) 52.232-18 - AVAILABILITY OF FUNDS (APR 1984) 52.232-33 -- PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (JUL 2013) 52.232-39 -- UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.232-40 -- PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.233-3 -- PROTEST AFTER AWARD (AUG 1996) 52.233-4 -- APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 52.237-2 -- PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984) 52.237-3 -- CONTINUITY OF SERVICES (JAN 1991) 52.242-13 - BANKRUPTCY (JUL 1995) 252.201-7000 - CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991) 252.203-7000 -- REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7002 -- REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) 252.204-7000 - DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7003 -- CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.225-7048 -- EXPORT CONTROLLED ITEMS (JUN 2013) 252.232-7003 -- ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.209-7004 - SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE GOVERNMENT OR A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM (OCT 2015) 252.225-7048 - EXPORT CONTROLLED ITEMS (JUN 2013) 252.232-7006 -- WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 252.232-7010 -- LEVIES ON CONTRACT PAYMENTS (DEC 2006) 52.209-10 -- PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (DEC 2014) 52.217-8 - OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9 - OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR) 52.219-28 -- POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.252-2 -- CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.252-6 -- AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (Insert "DoD FAR Supplement (48 CFR Chapter 2)" in paragraph (b)) 252.203-7999 -- PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMEMNTS (DEVIATION 2015-O0010) (FEB 2015) 252.204-7012 -- SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (NOV 2013) 252.211-7003 -- ITEM UNIQUE IDENTIFICATION AND VALUATION (DEC 2013) 252.244-7000 -- SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023 -- TRANSPORTATION OF SUPPLIES BY SEA (APR 2014) HIPPA (LC 5001) Invoicing, Receipt, Acceptance and Property Transfer (iRAPT) - formerly known as WAWF iRAPT is the authorized method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractor shall (i) register to use iRAPT at https://wawf.eb.mil and (ii) ensure an electronic business point of contract (POC) is designated in the System for Award Management at https://www.sam.gov within ten (10) calendar days after award of this contract/order. iRAPT Instructions: Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) location listed in Block 18a of your purchase order/contract. Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire status of your payment. The following codes and information will be required to assure successful flow of iRAPT documents. Foreign Vendors will submit banking information in the Comments Tab of the iRAPT invoice. TYPE OF DOCUMENT [X the appropriate block] ___ Invoice (Contractor Only) ___ Invoice and Receiving Report (COMBO) __X_ Invoice as 2-in-1 (Services Only) ___ Receiving Report (Government Only) CAGE CODE: ISSUE BY DODAAC: W91YTZ ADMIN BY DODAAC: W91YTZ INSPECT BY DODAAC: ACCEPT BY DODAAC: SHIP TO DODAAC: PAYMENT OFFICE FISCAL STATION CODE: EMAIL POINTS OF CONTACT LISTING: (Use Group e-mail accounts if applicable) INSPECTOR Primary: Alternate: ACCEPTOR Primary: Alternate: RECEIVING OFFICE POC: Primary: Alternate: CONTRACT ADMINISTRATOR/ SPECIALIST: valerie.j.deveaux.civ@mail.mil DSN: Comm: - Fax: CONTRACTING OFFICER: See Block 31b on SF1449 for email address. ADDITIONAL CONTACT: Any modification requests must be in writing and submitted to:ADMIN DODAAC. (End) PERFORMANCE WORK STATEMENT (PWS) 1. DESCRIPTION OF SERVICE: 1.1. Annual extended system warranty for the Parata Systems, LLC for maintenance of the software and hardware for robotics and automated cells to fill prescriptions located in the DDEAMC Department of Pharmacy, SouthCom Pharmacy, and Rodriguez Army Health Pharmacy. This extended system warranty provides return-to-factory hardware and software maintenance services for a period of 12 months. Period of performance: Base year; 1 October 2017 - 30 September 2018. Delivery location: DDEAMC Department of Pharmacy 300 East Hospital Rd Ft. Gordon, GA. 30905 Hours of operation: Monday-Friday and Weekends 7a.m.-6p.m. Closed on all Federal Holidays Maintenance Manager 706-787-1285 or Administrative Officer of the Day (AOD) SouthCom Army Health Clinic Pharmacy 9301 NW 33rd Street Suite A1040, Room A1097 Doral, FL 33172 Hours of operation: Monday -Wednesday & Friday 7a.m.-4p.m. and Thursday 7a.m.-12p.m. Closed Weekends and all Federal Holidays Maintenance SFC Travis Brown (NCOIC) 305-437-1351 Pharmacy SSG Juan Goitiatraverso (NCOIC) 305-437-1749 Rodriguez Army Health Clinic Pharmacy Building No. 21 Fort Buchanan, PR. 00934 Hours of operation: Monday-Friday 7 a.m.-5 p.m. Closed Weekends and all Federal Holidays Pharmacy Supervisor 787-707-2319 2. REPLACEMENT AND REPAIR PARTS: 2.1. Includes labor and materials for repair of Parata automation equipment, (mandated by MEDCOM), and software updates. Upon completion of services, a written service report shall accompany the equipment being returned. The service report shall provide detailed information regarding the cause of the equipment malfunction and corrective action taken. Include, at a minimum, the time required to complete the work, price of labor (hourly rate), and a list of parts replaced with prices for each part. 3. RESPONSE/PERFORMANCE TIME STANDARDS: 3.1. Customer support hotline (telephone, fax and e-mail), on-call service available Monday-Friday and Weekends 7a.m.-6p.m. Eastern Time, except Federal Holidays. Overtime hours will not be authorized unless prior approval is given by the Contracting Officer Representative (COR). 3.2. Field Service: Contractor shall provide on-site field service as necessary. The pharmacy shall contact the contractor and work together by telephone and remote support to perform initial troubleshooting. If the problems cannot be resolved contractor will provide onsite service by the end of the next business day. Travel expenses are included in the contract. 3.2.1.Contractor's service representative shall report in person or telephonically notify the person in charge of the site, prior to commencing services during normal duty operating hours (Site POC's, telephone numbers and duty hours listed above). During other than normal operating hours, the contractor's representative shall report to the Administrative Officer of the Day (AOD), for the medical treatment facility at DDEAMC. 3.2.1.1. The government and the contractor's service representative will exchange hazard communication information before the commencement of any repair. 3.2.1.2. When required, the contractor's service representative will comply with the Office of Safety and Health Administration lockout/tag-out standards while performing maintenance on equipment. 3.2.1.3. Upon completion of services by the contractor's service representative, a written service report shall be provided to the person in charge of the site location listed above, or the AOD at DDEAMC. The service report shall provide detailed information regarding the cause of the equipment malfunction and corrective action taken. Include, at a minimum, the time required to complete the work, price of labor (hourly rate), and a list of parts replaced with part numbers and prices for each part. 3.2.1.4. In the event all information is not available to the contractor's service representative when services are performed, the initial service report shall include all available information. The contractor shall provide the balance of the required information to the person in charge of the location no later than 10 days after services are completed. 3.2.1.5. After performing Calibration/Verification/Certification services, the contractor's service representative will affix and/or update DD Form 2163 (Medical Equipment Verification/Certification). The contractor shall complete DD Form 2163 in accordance with the instructions provided in TB 38-750-2, or by the maintenance activity's internal SOP. 3.2.1.6. Contractor's service representative will be factory trained and have a minimum of two years of experience working on the contracted equipment. 3.2.1.7. Contractor's must furnish all software upgrades issued by the equipment manufacturer. 3.2.1.8. Contractor shall have access to all necessary diagnostic software (if applicable). Contractor shall use only new or OEM refurbished repair parts. 3.2.1.9. For all contracts that require calibration the contractor shall complete DD Form 2164 (Verification/Certification Worksheet) in accordance with the instructions provided in TB 38-750-2. A continuation sheet shall be attached to the DD Form 2164 indicating the manufacturer, model, serial number, and date of calibration expiration of all items of test, measurement and diagnostic equipment used to perform the calibration. 3.2.1.10. Required forms and extracts from pertinent directives will be furnished to the contractor's service representative by the government. 3.2.1.11. If the contractor's calibration equipment produces a printed summary of the calibration procedure used, attach the printed summary to the DD Form 2164. Ensure that the heading of the DD Form 2164 is filled out and that the form is properly signed. 3.2.1.12. The maintenance manager for DDEAMC, Pharmacy NCOIC for SouthCom, or Pharmacy Supervisor for Ft. Buchanan, will document unscheduled services performed under an annual or one-time service contract utilizing the work by other tab in the DMLSS maintenance module using the contractor's hourly rate and parts cost. Maintain service reports provided by the contractor in the contract files. 3.2.1.13. The maintenance manager for DDEAMC, Pharmacy NCOIC for SouthCom, or Pharmacy Supervisor for Ft. Buchanan will document scheduled services performed under an annual service contract using the automated maintenance system generated scheduled service transaction. Use an unscheduled work order transaction, with the applicable action code, when performance of scheduled services by the contractor occurs at an interval other than that for which the equipment item is normally scheduled. 3.2.1.14. POC's listed above must ensure that all services performed under an annual or one-time service contract are captured in the maintenance data base as work by other. 4. ANTITERRORISM/OPERATIONS SECURITY REVIEW. Contractor must complete and be compliant in the following. 4.1. Anti-Terrorism, Level 1 Training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 30 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: http://jko.jten.mil. 4.2. Access and General Protection/Security Policy and Procedures. This standard language is for contractor employees with an area of performance within Army controlled installation, facility, or area. Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. 4.3. iWATCH Training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility, or area. The contractor and all associated subcontractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This locally developed training will be used to inform employees of the type of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the COR NLT 30 days after contract award. 4.4. OPSEC Training. Per AR 530-1 Operations Security, the contractor employees must complete Level I OPSEC Awareness training. New employees must be trained within 30 calendar days of their reporting for duty and annually thereafter. 4.5. Information Assurance (IA) and/or Information Technology Training (IT). All contractor employees and associated sub-contractor employees must complete the DoD IA awareness training before issuance of network access and annually thereafter. All contractor employees working IA/IT functions must comply with DoD and Army training requirements in DoDD 8570.01, DoD 8570.01-M and AR 25-2 within six months of appointment to IA/IT functions. 5. QUALITY ASSURANCE : 5.1. Upon completion of work, an acceptance inspection will be conducted by the Government to ensure all services are completed. 6. QUALITY CONTROL: 6.1. The contractor shall be responsible for ensuring the quality of service and materials provided under this contract meet or exceed the performance work statement. 7. RETURN OF EQUIPMENT: 7.1. Freight costs to the Parata service center are not covered. Parata return freight costs by the same method. 8. PAYMENTS: 8.1. Payment will be made by "iRAPT", formally WAWF, who are responsible for creating the acceptance reports. 9. OPTION YEAR COVERAGE/PAYMENTS: Annual system warranty for the Parata systems maintenance located at the Eisenhower Army Medical Center Department of Pharmacy provides return-to-factory hardware and software maintenance services for a period of 12 months includes labor and materials for repair of Parata equipment at this facility and software updates, customer support hotline (telephone, fax and email), On-call service available Monday-Friday and Weekends 7a.m. - 6p.m. ET. Freight costs to Parata service center are not covered. Parata freight costs by the same method. Period of performance: 01 October 2017 to 30 September 2018; with 1 option year 01 October 2017 to 30 September 2019. Quality Assurance Surveillance Plan (QASP) For Parata Systems, LLC 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 ASSESMENT Contractor will provide labor and materials for repair and servicing of all Parata systems and perform software up-dates Comply initially and as required 100% of the time. 2.1 COR Review Contractor will provide customer support hotline, and on-call service 7 days a week 7a.m. - 6p.m. excluding Federal holidays Comply initially and as required 100% of the time. 3.1 COR Review All invoicing for payment will be entered in IRAPT formally WAWF, for payment Comply initially and as required 100% of the time. 8.1 COR Review Standard Measurement Excelle 99% to 100% Excellent 96% to 98% Very Good 95% Satisfactory 91% to 94% Marginal 90% or Less Unsatisfactory 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (JUL 2014) (DEVIATION 2013-O0019)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-17-R-0115/listing.html)
 
Place of Performance
Address: Eisenhower Army Medical Center, Bldg 300 East Hospital Road, Fort Gordon, Georgia, 30905, United States
Zip Code: 30905
 
Record
SN04659589-W 20170903/170901232218-73dc52b9af52d77a3e5883fb8814f22d (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.