Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2006 FBO #1560
SOLICITATION NOTICE

Q -- Request for Factory Trained Technicans to Repair Various Types of Sterilizers

Notice Date
3/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81K00-06-T-0101
 
Response Due
3/9/2006
 
Archive Date
5/8/2006
 
Small Business Set-Aside
N/A
 
Description
Solicitation W81K00-06-T-0101 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. This acquisition is solicited on an unres tricted (full and open) basis under NAICS code 811219 and the size standard is six million dollars. The requirements of this solicitation are: CLIN 0001: Non-Personal Service. Request a factory trained service technician 16 hours per week (Tuesday and Thursday) for 8 hours a day to repair sterilizers on site (Brooke Army Medical Center) for base year from date of award to 30 Sep 2006 and four options years. The contractor shall provide prices for base year and each option year. Performance work state ment. The contractor shall provide service to all sterilizers located at Brooke Army Medical Center, and surrounding Clinics to include the Laboratories located at Fort Sam Houston, TX Contractor shall provide a Factory Trained Technician on site 8 hours per day, Tuesday and Thursdays totaling 16 hours per week each week for 52 weeks, to repair and work on various types of sterilizers (Steam), Cart Washers, Rinser Dryers, Sonic Washers, Vac Steam Sterilizers, Lab Sterilizers, Glassware Dryer, repairing surgical lights, surgical tables, etc. Contractor shall report to directly to Medical Maintenance Branch after he/she has signed in. Schedule services. Preventative Maintenance scheduled shall be done Annually or Semi Annually, depending on equipment. Att ach, update the Maintenance DD Form 2163, Medical Equipment Verification and Certification sticker on the system. The labels are available in the Medical Maintenance Branch upon request. If applicable. General specifications. 1. Contractor shall prov ide documentation substantiating they have currently been servicing and maintaining like equipment for a period of 24 months prior to award of contract. 2. Services performed will be scheduled and unscheduled unless an urgent service is requested on all said equipment as listed above. 3. Contractor shall replace technician in case of leave or emergency to on site contractor. Government will: 1. Make available to the contractor the units for servicing; 2. If applicable, provide a person from the usin g activity to be on hand after normal duty hours if services are not completed by 1640. 3. If applicable, the using activity will perform a quality assurance test, prior to the departure of the contractors service technician. 4. Having using personne l available to sign all service report verifying completion and satisfaction of service. 5. The Government reserves the right to obtain special services from other sources when required. Technical data. The Contractors Representative will maintain a c omplete file of technical documentation on each type of instrument (if applicable), listed in the contract to include schematics, service manuals, and service update memos. Transportation. No additional cost shall be charged the Government for transporta tion and shipment of all parts removed for service. Items shall not be shipped without prior authorization of the Contracting Officer or designated representative. Contractors service technician will prepare an itemized service report for equipment tha t were recycled or demand unserviceable and obtain the signature of a supervisor within the using activity or the COR to certify that requested service was rendered and accepted. The service report shall include the minimum information. Government Contrac t Number; Call number (service calls only), usually the work order number, Index Number (Equipment Control Number), Nomenclature, location, model and serial numbers (if applicable); Purpose of service (scheduled or unscheduled); Start date/time and completion date/time; Description of defect and corrective action taken; List of parts and cost. Total cost of service, including labor and parts; Name of Service Technician; and Signature of individual acknowledge service as identified above. Provide a service report (completed as above) to the Medical Maintenance Branch, Payment will not be made until a complete service report and coy of invoice is received in Medical Maintenance Branch. Service report facilitate prompt certification for payment less than ten(10) days after services are completed. The service report is not to be confused with the billing or invoice document. The contractor shall p rovide a separate invoice for calls attributed to instrument failure and/or damage through misuse, theft, fire, Acts of God, or deterioration Caused by chemicals that are not for normal equipment operation. The cause of or combination of causes mentioned will be inspected and validated by the Chief or NCOIC of Medical Maintenance Branch prior to a separate purchase order being issued. The Medical Maintenance Branch will initiate payment, quarterly, with receipts relating to scheduled preventative maint enance or unscheduled service repairs during the payment period.. Award will be on an all or none basis. Federal Acquisition Regulation (FAR) provision 52.212-1 [Instructions to Offerors  Commercial] applies to this acquisition to include the following addenda: All Offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed via the Internet at www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract. Evaluation Factors: Technical, past performance, and price. Technical and past performance, when combined, are substantially more important than price. Provide the following information with your offer: Technical. Provi de past experience in repairing and servicing like equipment, including certification, and training on various types of sterilizers and/or equipment for past 24 months. NOTE: Statements that the offeror understands, can or will comply with all specificati ons, or statements paraphrasing the specifications or parts thereof, or phrases such as standard procedures will be used or well known techniques will be used will be considered insufficient. Insufficient explanations of how your company will comply w ith the above of this solicitation may cause your offer to receive a MARGINAL or UNSATISFACTORY RATING. Past Performance. Offerors are requested to provide Past Performance Questionnaires from 2 firms where you have provided similar type of service. Ha ve the questionnaire sent directly back to this office by the point of contact who completed the form. The firm may fax the completed questionnaire to 210 916-3040/4698 (ATTN: Willie Copeland). If the offeror submit more than two past performance refere nces, the Contracting Officer will consider only the first two listed references in the award decision. The Contracting Officer may also consider any additional past performance information that is available to the Government. The POC shall include con tact information with the returned questionnaire to include company name, address, and phone number. It is the offerors responsibility to ensure the reference submits the completed Past Performance Questionnaire directly to the Great Plains Regional Cont racting Office by the closing date. Past performance questionnaire may be obtained by e-mailing willie.copeland@amedd.army.mil. Price. Evaluation Process: All proposals will be evaluated in accordance with the following criteria. Each offeror will be e valuated on its overall Past Performance under prior or existing contracts for the same or similar supplies and/or service as well as its Technical written proposal. Pricing will be evaluated to determine value offered for the price, and the extent to whi ch it is fair and reasonable in terms of the governments requirement. The Government reserves the right to evaluate offerors prices on the basis of price rea lism and will consider the offerors price as an indication that they understand the scope and complexity of the Governments requirement. The award decision will be based on best value offered to the Government and not solely on price and price related f actors. In making the award decision, the Contracting Officer will consider the evaluated rating of all factors. Technical and Past Performance are equal in importance. Technical and past performance, when combined, are substantially more important than price. However, Price could become the determinative selection factor if the quality of the proposals is determined essentially equal, or if a proposal deemed superior in technical quality is determined not to be worth the high price premium. The Trade- off between technical merit and price could result in awarding to other than the low offeror. Vendors shall include a completed copy of FAR provision 52.212-3 with their offer. The provision can be downloaded by accessing the website listed in this solic itation. FAR clause 52.212-4 [Contract Terms and Conditions  Commercial Items] applies to this acquisition, addendum to FAR 52.212-4, Contract Services, Accounting for Contract Service. A full text of the clause may be obtained by e-mail from the buyer. FAR Clause 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items] and the following sub FAR Clauses apply to this acquisition: 52,217-5 Evaluation of Options (Jul 1990), 52-217-9, Option to Extend t he Term of the Contract (Mar 2000). The government may extend the term of this contract by written notice to the Contractor within 15 calendar days provided that the Government gives the contractor a preliminary written notice of its intent to extend at l east 60 calendar days before the contract expires. The prelininary notice does not commit the Government to an extension., FAR 52.221-41, Service Contract Acts of 1965, as amended (Jul 2005), FAR 52.222-48, Exemption from application of service contracts acts provisions for contracts for maintenance, calibration, and for repair of certain adp, scientific and medical, and/or business eqjuipment  contractor certification, FAR Clause 52.222-49, FAR 52.222-3 [Convict Labor]; 52.222-19 [Child Labor  Cooper ation with Authorities and Remedies]; 52.222-21 [Prohibition of Segregated Facilities] 52.222-26 [Equal Opportunity]; 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-36 [Affi rmative Action for Workers with Disabilities]; 52.222-37, [Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans], 52.222-39 [Notification of Employee Rights Concerning Payment of Union Dues or Fees], 52 .225-13 [Restrictions on Certain Foreign Purchases], 52.232-36 [Payment by Third Party]. Defense Federal Acquisition Regulation Supplement (DFARS) Clause 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applic able to Defense Acquisitions of Commercial Items] and the following sub FAR and DFARS Clauses apply to this acquisition: 52.203-3 [Gratuities], 252.205-7000 [Provision of Information to Cooperative Agreement Holders], 252.225-7001 [Buy American Act and B alance of Payments Program], 252.225-7012 ]; The closing date and time of this solicitation is, 9 Mar 06, 11:00 A.M. CST. Quotes shall be submitted on company letterhead and signed by a company representative.
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
Country: US
 
Record
SN00999156-W 20060305/060303212841 (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  © 1994-2020, Loren Data Corp.