Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2002 FBO #0290
SOLICITATION NOTICE

J -- Preventive Maintenance of Medical Equipment

Notice Date
9/16/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
MedCom Contracting Center, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
DADA10-02-R-0038
 
Point of Contact
maria ortiz, 210-221-4630
 
E-Mail Address
Email your questions to MedCom Contracting Center
(maria.ortiz@cen.amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J MAINTENANCE, Scheduled and Unscheduled Repair of Medical Equipment. OFFADD: MEDCOM CONTRACTING CENTER, ATTN: MCAA BLDG 4197, 2107 17TH Street, Fort Sam Houston, TX 78234-5015. SUBJECT: J Preventive Maintenance of Equipment - Maintenance Support and Repairs. Solicitation DADA10-02-R-0038. Offers are due 23 Sep 02. Point Of Contact (POC) Contract Specialist Maria Alicia Ortiz (210)221-4630, Contracting Officer Cynthia Jelen (210)221-380 2 and facsimile number (210)221-4430 or 221-5402. (Site Code DADA10). This is a combined synopsis/solicitation for commercial items in accordance with FAR Subpart 12.6, Commercial Items Procedures as supplemented with additional information to be provid ed upon request. Period of Performance is 01 Oct 02 thru 30 Sep 03, together with four (4) one-year option periods for a total performance period not to exceed 66 months. This notice constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. This is a Request for Proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-08. This procurement is unrestricted. The applica ble North American Industry Classification System (NAICS) code is 811219; and the size standard is six million dollars ($6,000,000). Please include in bid package a completed Standard Form 1449, which can be found at www.gsa.gov/forms/farnum, required pro visions, and a schedule of prices for the Base and four (4) option years. A schedule of items for bidding purposes will be issued upon request as Attachment 1 to maria.ortiz@cen.amedd.army.mil Schedule of Items: 1- General Electric Advantx X-Ray Apparatu s System R/F Serial #395503WK6, MMCN F7200; 2- General Electric Advantx X-Ray Apparatus System R/F Serial #404062WK1, MMCN F8639; 3 -General Electric Advantx X-Ray Apparatus System R.F Serial #34865VP6, MMCN H5177; 4- General Electric Advantx Legacy X-Ray Apparatus System R/F Serial #78177VP3, MMCN 17340; 5 - General Electric DMR X-Ray Apparatus Mammography System Serial #50387BU0, MMCN F1944; 6 - General Electric DMR X-Ray Apparatus Mammography System Serial #51889BV4, MMCN F1945; 7 - General Electric Magn etic Resonance Imaging System Serial #12371, MMCN 17351 and Filtrine Water Chiller Unit; and 8 - General Electric CT Scanner Light speed Plus with Pressure Injector, Serial #268915CN6. Note: This system shall also have weekend maintenance service, Saturda y and Sunday, from 8:00 AM to 5:00 PM coverage. DESCRIPTION OF REQUIREMENT: SCOPE OF WORK. The contractor shall furnish all personnel, labor, tools, equipment, material, replacement parts, lodging and associated transportation required to accomplish the on site maintenance service necessary to perform preventive maintenance, calibration, safety testing, telephonic trouble shooting repair and remedial repair support 7:30 AM to 4:30 PM, 5 days a week, excluding federal holidays, on the equipment listed her ein, located at William Beaumont Army Medical Center, WBAMC, Fort Bliss, Texas. The contractor shall provide the necessary hardware (e.g. repair parts) and software required to maintain all equipment in a fully functional state. In addition, contractor sh all provide only technically qualified technicians who are formally trained on the equipment listed above. Contractor shall provide a plan for service coverage if less than two (2) personnel are trained on the equipment. The plan must describe and ensure that the Government will not be without service for more than a pre-agreed time, i.e. coverage during technician illnesses, vacations, terminations or strikes. Contractor shall possess or able to obtain the most current legal editions of the original eq uipment manufacturer, OEM, literature or approved copies. Contractor shall furnish and install only OEM repair parts or OEM recommended substitution modificati on, to ensure proper and safe operation of the equipment. Contractor shall have knowledge of, and furnish and install all OEM sponsored modifications at no additional charge. This includes all the OEM published Equipment Changed Orders, ECO, and Field Ch ange Orders, FCO. Mandatory modifications include equipment upgrades or enhancements to equipment design, and changes necessary for operator and patient safety. Manufacturer sponsored modifications will be made as hardware/software updates/corrections be come available from the manufacturer. In addition, the government may request the contractor to install said OEM sponsored modifications in the event that the Government obtains knowledge of ECO or FCO before the Contractor. Contractor will make all ECO and FCO modifications in a timely manner, but in no case shall it exceed 60 calendar days after the ECO or FCO is announced by the OEM. All such modifications shall be made so as not to interfere with the Government?s operation. If such modifications can not be made during normal duty hours the contractor will do the modifications outside of normal duty hours at no additional cost to the government. If the contractor is unable to repair the unit and subcontracts out to a third party, the contractor will a llow the third party to complete the repair job. The contractor will not stop the third party in the middle of the repair job. The contractor shall be able to troubleshoot and repair interface problems between the Digital Image Networking ? Picture Archi ving and Communication System on the imaging systems listed above. Contractor shall certify that their proposal meets all the above requirements by completing Attachment 2 which will be issued upon request. Maintenance Time Frames: The Contractor shall have available or have reasonable access to all repair parts to maintain the equipment. At no time during any month shall the equipment remain inoperative more than three (3) consecutive working days following initial onsite visit. Delays caused by Government will not be counted as contractor down time for the purpose of this requirement. Deduction for failure to meet time frames for completion of scheduled and unscheduled service will be in accordance with the Liquidated Damages Clause. Scheduled Services: For base year, the contractor shall perform the scheduled preventive maintenance and CVC inspection within 3 weeks after date of award of contract. For all option years, two Preventive Maintenance and CVC services shall be scheduled. These se rvices will be completed between the 1st and 25th of the month of October and the month of April. The contractor shall complete all required scheduled services prior to the 25th of the month scheduled and within 4 working days after starting each schedule d service. The contractor shall coordinate with the Contracting Officer Representative, COR, to ensure access to the equipment to be serviced, no later than the 4th working days of the month scheduled for service. Unscheduled Service: The Contractor sha ll provide unlimited unscheduled maintenance services for the equipment covered under the contract. All repairs must be accomplished and the unit fully operational within 3 working days of telephonic notification of a malfunction excluding all Government holidays. All equipment will be repaired to meet manufacturer?s specifications at all times. Delays caused by the Government will be immediately communicated to the COR and will not be counted against the repair completion time frame. The contractor sha ll provide all replacements of worn or defective parts to include glassware, radioactive source, shielding, revamping of the magnetic, etc. necessary to restore the equipment to 100% operational condition as specified by the OEM. Repair service shall cont inue uninterrupted until the equipment is fully operational. The Government Service Technician shall be allowed to perform first look trouble shooting for reme dial repairs on listed equipment items 1, 2 and 3 listed above under Schedule of Items. This will include physical inspection of system, running maintenance diagnostic software, referring with Contractor?s FSE to determine severity of problem prior to req uesting contractor service support. Samples of two option or methods of how the contractor can reimburse the government are: Option A: The contractor can reimburse WBAMC personnel for labor performed at the following rates: $45.00 per hour for regular ti me, and $65.00 per hour for overtime, holidays, and weekends. This reimbursement is for each service event opened under the contractor?s notification, and is assigned to WBAMC personnel. The reimbursement hours will be credited from the contractor?s bill ing. Option B: The contractor can lower the overall cost of the contract by asking that the contract be declared a first call contract. Under this option the cost of reimbursement is included in the cost of the contract. Note: The contractor must provi de full coverage when the government-trained technician is on sick or regular leave. Upon request during on-site services by the contractor, the Government Service Technician shall be allowed to provide assistance to the Contractor?s FSE for equipment to be serviced under this contract. During this period, any services provided by the Government?s Service Technician at the direction of the Contractor?s FSE or other representative will be the responsibility of the contractor. Hours of Operation: Medical Maintenance Branch, WBAMC, office hours are 7:30 A.M. through 4:30 P.M. local time Monday through Friday. Service Reports: Upon completion of services, a service report shall be provided to the Contracting Officer?s Representative (COR). Definitions: Terms used throughout this contract are available upon request under Attachment 3. Government Furnished Property and Materials: The Government shall furnish all materials required in the performance of this contract. Availability of manufacturer?s servi ce literature needed in the performance of the contractor will be the Contractor?s responsibility and will remain Contractor owned at the termination of the contract. Availability of calibrated TMDE, used in the performance of the contract, will be the Co ntractor?s responsibility. Contractor shall notify the COR immediately when parts required to accomplish a maintenance service are not available from the original manufacturer, authorized sales representative, or other repair parts supply outlets. The Go vernment?s COR as well as those authorized to give instructions, place service calls, or request updates status, are listed under Attachment 4 and are available upon request. Qualified Technician shall report to the Medical Maintenance Branch, Bradley Bui lding Room 3K4, and sign in the Contractor?s Log by indicating company name, individuals name, time of arrival, and destination. When departing WBAMC, the technician must exit through Medical Maintenance and provide the service report with applicable info rmation. The performance of all services shall meet or exceed the specifications of the original equipment manufacturer. The Contractor shall ensure that all maintenance services meet or exceed accreditation requirements/standards of the Joint Commission on Accreditation of Healthcare Organizations. The Contractor shall complete DD Form 2163 in accordance with the instructions provided in TB 387502. A continuation sheet shall be attached to the DD Form 2163 indicating the manufacturer, mo del, serial number, and date of calibration. Required forms and extracts from pertinent directives will be furnished to the contractor by the government. When CVC services are complete, the Contractor shall affix a DD Form 2163 to the equipment, or update the current form, when appropriate, as specified in MEDCOM Regulation 7501. REPLACEMENT REPAIR PARTS: Repair parts used in the performance of this con tract shall be new or reconditioned. Only Government approved reconditioned repair parts shall be used. The contractor is responsible for disposing of old parts. Repair service shall continue uninterrupted until the equipment is fully operational. The Co ntractor shall replace all worn, failed, or doubtful components and parts at no additional cost to the Government. Replacement parts shall be of like or current design to minimize system depreciation and obsolescence. Where statistical data of the manufact urer indicated the failure point is approaching for any component, such component may be repaired or replaced in advance to prevent a system failure. CONTRACTOR PERSONNEL: The Contractor's POC shall be authorized to discuss with the COR any and all mainte nance services required by the contract and ensure response to requests far performance of the contract. The POC shall have the authority to make decision for the Contractor. The Contracting Officer or the COR shall be notified immediately whenever the POC changes. The Contractor?s POC shall be submitted no later than 10 days after award of the contract, and shall included at a minimum name, title, and telephone number. The Contractor shall not hire offduty Government employees. The Contractor sha ll provide each employee an identification badge that shall be displayed on his or her outer garment at all times when on duty. The badge shall include, as a minimum, the employee?s name, current picture, the Contractor's name, and title identification. SAFETY: When the Contractor leaves an onsite location where maintenance services are being performed, the site shall be left in a clean, neat, and orderly condition ensuring that hospital staff and patients are not subjected to any safety hazards, including but not limited to exposed wiring, open circuit panels, or tripping hazards. Equipment which is left unserviceable at the end of normal duty hours or until performance can be resumed, will be identified by the Contractor attaching a DD Form 157 7 (TAG) to the equipment in plain view of hospital staff. The COB will be informed personally or in writing of the equipment status prior to the Contractor leaving the work site. GOVERNMENT QUALITY ASSURANCE. If the Contractor determines that additional parts are required, service will resume as soon as parts become available. Contractor performance will be compared to the contract standards and the Liquidated Damages Clause. LIQUIDATED DAMAGES. If, after three (3) working days, the system is still non operational, the Contractor will be assessed cost attributable to nonfunctionality of the equipment in accordance with the Liquidated Damages Clause. DD Form 2164, Verification/Certification Worksheet, will be completed and returned to the COR. When it is questionable as to whether a malfunction exists within the Contractor maintained equipment or the Government's utilities (air, water or electricity) the COR shall have the utilities tested to determine what failed (the utility or the equi pment). If it is determined that the utilities did not cause the equipment to malfunction the Government shall be reimbursed by the Contractor for the added costs for chargeable maintenance time spent testing utilities. When liquidated damage costs are du e the Government, the monthly computed deduction will be subtracted from the next invoiced contract payment due the Contractor. Specified below are the percentage deductions to be taken from the invoice dollar totals for excessive equipment downtime. The se percentage deductions rage from a 0% deduction for an allowable downtime of 7% of the hours of coverage per month up to 100% deduction for downtime in excess of 95% of the defined hours of coverage per month. Downtime will be express in hours per month . The minimum allowable downtime will be no more than 7% of the time each medical device listed in this contract. An explanation of the computation used by the Government is at Attachment 5 and will be issued upon request. CONTRACT PAYMENT: Payment will be made in arrears quarterly. The provision at 52.212-1,Instructions to Offerors ? Commercial, applies to this acquisition. Provision at 52.212-2, Evaluation- Commercial Items, will be applicable. EVALUATION AND AWARD OF OFFERS: The Government will award a contract resulting from this solicitation that will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Price, (2) Past Performance, and (3) Self Certification (Attachment 2) . The offeror shall demonstrate satisfactory past performance on current or completed contracts, similar in size and complexity to the requirement of t his RFP. Include name and address of company or government agency, name and telephone number of customer point of contact, contract number and description of work performed. Evaluation factors are in their relative order of importance for the Evaluation factors, such as in descending order of importance. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The government intends to evaluate offers and award a contract without discussion with offerors. Therefore, the offeror?s initial offer should contain the offeror?s best terms from a price and technical standpoint. However, the government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. The clause at 52.212-4, C ontract Terms and Conditions applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following FAR clauses are applicable: 5 2.217-5 Evaluation of Options (JUL 1990); 52.217-8 Option to Extend Services (NOV 1999); 52.217-9 Option to Extend The Term of the Contract (MAR 2000); 52.222-48 Exemption from Application of Service Contract Act Provisions for Contracts for Maintenance, C alibration, and or Repair of Certain Information Technology, Scientific and Medical and or Office and Business Equipment Contractor Certification (AUG 1996); 52.232-18 Availability of Funds (Apr 1985); 52.232-33 Mandatory Information for Electronic Funds T ransfer Payment; FAR 52.252-2 Clauses Incorporated by Reference (JUN 1988); and 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2002). The full text of a clause may be accessed electronically at this/these address(es): http:farsite.hill.af.mil/ or http://www.arnet.gov and the DFARS can be accessed at www.dtic.mil/dfars. NOTICE TO ALL POTENTIAL OFFERERS: Reference DFARS Clause 252.204-7004, Required C entral Contractor Registration. The Government intends to make a single award to the responsible contractor whose offer is most advantageous to the Government considering price and past performance. Proposals responding to RFP DADA10-02-R-0038 are due NL T 1600 CST on 26 Sep 2002, to MEDCOM Contracting Center, 2107 17th Street, Bldg 4197, Fort Sam Houston, TX 78234. All offers shall be clearly marked with the offerors? name, address and RFP number.
 
Place of Performance
Address: MedCom Contracting Center ATTN: MCAA C BLDG 4197, 2107 17TH Street Fort Sam Houston TX
Zip Code: 78234-5015
Country: US
 
Record
SN00167993-W 20020918/020916213717 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.