Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2005 FBO #1385
SOLICITATION NOTICE

J -- Maintenance contract for ( IMPAC Software) Multi- Access systems for the period 01 Oct 2005 to 30 Sep 2006.

Notice Date
9/9/2005
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, Bldg 1 38400 Bob Wilson Drive, San Diego, CA, 92134-5000
 
ZIP Code
92134-5000
 
Solicitation Number
N00259-05-T-0310
 
Response Due
9/16/2005
 
Archive Date
10/1/2005
 
Description
This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR subpart 12.6, using Simplified Acquisition Procedures for Commercial items found at FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be available. The solicitation number, N00259-05 -T-0310 is issued as a request for quotations (RFQ). The NAICS code is 541511. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses and provisions maybe accessed in full text at these addresses: www.arnet.gov/far and http:// farsite.hill.af.mil. NMCSD requests responses from qualified sources capable of providing the following: CLIN 0001: IMPAC Software(Multi- Access systems) : Maintenance & Support Contract, Standard Plan is a record and verify software system used in the treatment of Radiation Therapy patients. This software tracks each therapy patients' treatment schedule, dose prescription and verifies the patients' set up. This (IMPAC) is an integral part of the patients' treatment and since it is integrated with the Varian linear accelaerators (the equipment that actually delivers the radiation) IAW the statement of work for the period 01 Oct 2005 to 30 Sep 2006. To be billed quaterly in arrears. MULTI-ACCESS SYSTEM INCLUDES: INFORM PHOTOS & DIAGRAMS, METRIX, EXTENDED BARCODING, ECHART FOR RO,ECHART USERS SEQUENCER FOR 2100C,SIM-SET,ESI:ADT,DICOM RT PLAN FOR ADAC DICAOM COMMUNICATION MODULE DCM,INFORM INCR USERS FROM 5-10 Q,ECHART USERS INCR 5-10,SEQUENCER FOR CLINAC 600C,SEQ MLC,SEQ MLC,SEQ IMRT,RTP CONNECT INTERFACE,RTP CONECT FROM BRAINLAB RTP CONECT FOR LIFELINE,TNM,TOPOGRAPHY,ICD-O,ESI: CHX,PORTABLE MULTI-ACCESS,Q INCREASE FROM 10-13 USERS,SEQUENCER 4D, SEQUENCER PPV FOR QBI,DICOM PORT IMPORT FROM VARIAN DICOM PRINT, VIEWSTATION ENABLE INCLUDING: INTERFACE TO A VIDAR SCANNER,VIEWSTATION USERS. STATEMENT OF WORK AS FOLLOWS: STATEMENT OF WORK: NO LOANER OPTION - MEDICAL EQUIPMENT SERVICE MAINTENANCE STATEMENT OF WORK. GENERAL REQUIREMENTS: The effort required hereunder shall be performed in accordance with this Statement of Work and in accordance with all other terms and conditions set forth herein. The contractor shall provide all services, materials and equipment necessary for the service maintenance of Impac software system located at Radiation Therapy Division, Radiology Dept., Naval Medical Center, San Diego (NMCSD) to ensure dependable and reliable equipment operation. The scope of work performed under these specifications includes the furnishing of all labor and parts to perform all repairs on equipment listed, to assure continued operation at their designed efficiency and capacity. The contractor shall perform the following functions: Perform service maintenance to: Insure that only FULLY QUALIFIED FIELD ENGINEERS and TECHNICIANS who have gone through original equipment manufacturer (OEM) or comparable third party service schools for the above mentioned equipment, shall be employed in the performance of any and all work performed under this contract. Upon request, the contractor shall provide training certificates (or notarized copies) to the Medical Repair Branch for verification. The highest standard of professional capability and electrical/mechanica1 workmanship is to be maintained throughout the life of this contract. Correct inoperable condition in a timely manner via phone, remote, and web support with a response no later than 24 hours after telephone notification, to a monitored contractor emergency telephone number to be provided by the contractor to Medical repair Branch and Acquisitions Division immeddiately upon contract award. Provide only the work necessary to restore the software. Improvements/modifications shall be made only upon Medical Repair Branch written approval and direction. Insure that original design and functional capabilities will not be changed, modified, or altered. Extend to the Government all commercial warranties on replacement parts, consistent with standard industry practices. Maintain an adequate spare parts inventory. TITLE TO EQUIPMENT: The contractor shall not assume possession or control of any part of the equipment. The Government retains ownership to title thereof. LIABILITY: The contractor shall not be liable for any loss, damage, or delay due to any cause beyond his reasonable control including but not limited to, acts of government, strikes, lockouts, fire, explosion, theft, floods, riot, civil commotion, war, malicious mischief or acts of God. UTILITIES: The contractor may use Government utilities, (e.g., electrical power, compressed air, and water) that is available and required for any service performed under this contract. The building engineer, to ensure compatibility with the Naval Medical Center's electrical wiring and equipment, must approve contractor electrical equipment. ACCESS TO EQUIPMENT: The contractor shall be provided reasonable access to all equipment that is to be serviced and utility outlets required to do the service. The contractor shall be free to start and stop all primary equipment incidental to the operation of the maintained equipment after permission is received from on duty personnel responsible for such software. COMPENSATION: Labor: All compensation for labor is included in the contract price. Materials: All compensation for parts and materials is included in contract price. PREVENTIVE MAINTENANCE AND CORRECTIVE MAINTENANCE SCHEDULES: Services will be required based upon the following schedules: PREVENTIVE MAINTENANCE: No scheduled preventive maintenance inspection ( PM?s) required. Servicing and or software upgrades will either be completed via mail, e-mail or by phone consultation. CORRECTIVE MAINTENANCE: Monday - Friday, 0800-1700 hrs. CONTRACTOR POINT OF CONTACT (POC): ______________ (Contractor/Dispatcher/Customer Service), Telephone Number: _______________FAX : _____________________, E-Mail: ________________ Contractor?s name will be inserted upon award. End of Statement of Work. This acquisition incorporates the following FAR clauses: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-5. Applicable clauses are FAR 52.212-1, Instructions to Offerors , Commercial Items, 52.252-1 Solicitation Provisions Incorporated by Reference, 52.252-2 Clauses Incoporated by Reference ( Feb 1998) 52.204-7 Central Contractor Registration, 252-225-7002 Qualifying Country Sources As Subcontractors, 52.212-4, Contract Terms and Conditions , Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items applies with the following applicable clauses: 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-13 Restrictions on Certain Foreign Purchases. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses: DFARS 252.225-7001, Buy American Act and Balance of Payment Program and 252.232-7003 Electronic Submission of Payment Requests, 52.212-3, Offeror Representation and Certifications, Commercial Items. 52.232-18, Availability of funds. 52.204-7 Central Contractor Registration. 52.233-3, Protest after award. 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration. 52.212-2, EVALUATION ?COMMERCIAL ITEMS (1/99). 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: Technical Capability. Defined as ?an assesment of the prospective contractor?s key management personnel to determine if they have the basic knowledge, experience, and understanding of the requirements necessary to produce the required product or provide the required service. Past performance. Provide three (3) references, addressing that you have provided service contract for the same equipment in the last 3 years. Price. Technical and past performance, when combined, are significant evaluation factors that will be used to arrive at a best value award decision. Contractors who do not meet the first 2 factors will not undergo a price evaluation. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the uccessful 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 Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered. A price evaluation will only be conducted on offerors found to be technically acceptable and possess or have demonstrated qualified experience relevant to the scope of this solicitation. In submitted your quote, include your company?s complete mailing and remittance addresses, discounts for prompt payment, if any, Commercial and Government Enity ( CAGE) code, Dun and Bradstreet number, and federal tax ID number. All required FAR 52.212-3 Certications and representations must be completed and submitted along with your quote. Quotes are accepted in any form by mail or e-mail to: lmpruett@nmcsd.med.navy.mil
 
Place of Performance
Address: NAval Medical Center San Diego, RAdiation Therapy, Radiology Dept, 34800 Bob Wilson Drive, San Diego, Ca
Zip Code: 92134
Country: USA
 
Record
SN00891702-W 20050911/050909212750 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.