Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2006 FBO #1562
SOLICITATION NOTICE

Q -- Request Full Service Maintenance for Fuji Pacs Equipment Digital Imaging System

Notice Date
3/5/2006
 
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-0102
 
Response Due
3/9/2006
 
Archive Date
5/8/2006
 
Small Business Set-Aside
N/A
 
Description
Solicitation W81K00-06-T-0102 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 full service contract on Fuji Pacs Equipment Digital Imaging System, model FCR 500R, for Brooke Army Medical Center, Fort Sam Houston, TX for base year (from date of award) to 30 Sep 06 and two options years. The contractor shall provide prices for base year and each option year. PERFORMANCE STATEMENT OF WORK.The purpo se is to provide the best maintenance for medical equipment in accordance with the manufacturers maintenance manuals, specification, and quality control policies and procedures governed by the Medical Maintenance Branch and the respective using activity. Information concerning the systems to be serviced is furnished from the best available sources. HOWEVER, this shall not relieve the Contractor or the requirement for visiting the location of the systems listed and to be thoroughly familiarize with all c omponents associated with the item(s) and conditions under which the work is to be performed. SCOPE OF WORK. The contractor shall provide service on Fuji PACS System located at Brooke Army Medical Center, Fort Sam Houston, TX. The service coverage shall include all travel, labor, parts and materials (excluding user consumables supplies), manufacturers authorized field modifications (FMIs) and individual tools and test equipment, required to service and maintain the system and listed components (if appl icable). SCHEDULED SERVICES: Scheduled services are those actions relating the preventive maintenance, operation verification and certification of the system and its components. The contractor shall perform one complete scheduled service inspection consis ting of clean, calibrate, lubricate and align all mechanical and optical components. Includes all supplies and inexpensive components, however, does not include replacement of worn/defective parts or travel and expense. The contractor will adhere to the following when performing scheduled services: PREVENTATIVE MAINTENANCE SHALL BE DONE DURING THE MONTH OR MARCH, CALIBRATION SHALL BE MONTH OF MARCH. One (1) hour telephonic response and 4 hour on-site response for hard down systems within 150 miles of FM SI personnel, Coordinate expected arrival time with Medical Maintenance Branch fifteen days prior to inspection month. Attach update and maintenance DD Form 2163, Medical Equipment Verification and Certification sticker on the system. The labels are av ailable in the Medical Maintenance Branch upon request. All software updates based upon original OS and Application purchased configuration. Excludes software/hardware performance upgrades. UNSCHEDULED SERVICES: Unscheduled services are those services re lating to the repair, replacement or parts in the system or its components. The Contractor shall provide unlimited on site repairs for unscheduled service request as follows: Monday thru Friday, 07:30  1630 (4:30). Only accept unscheduled service requ est from an appointed Medical Maintenance Representative (MMR) or Contractor Officer Representative (COR). THE MMR or COR will provide the Contractor with a reference number at the time of request. NOTE: This Section or User of the system is not author ized to request unscheduled services: Prepare and provide a service report for all services rendered (scheduled and unscheduled). UPTIME GUARANTEE:. The Government will enjoy the benefit of the ninety-nine (99%) go with the Green uptime guarantee from the contractor. Uptime is calculated on a 24hr 7 days a week of availability. Any system is considered to have uptime as long as the system is able to proc ess an image. . The penalty for failure to meet this guarantee is an extension of the warranty/contract or discount from contract for every percent below uptime guarantee at same percent in time or dollars to a maximum of 15%. Reduced Overtime rates for service calls outside covered hours as follows: Customers receive 50% discount off current Standard Overtime Rates. Standard Replacement CT Cassettes & Imaging Plates: Customers whose Service Agreement covers CR Readers will receive a 50% discount off l ist price for replacement plates and cassettes. SERVICES REPORTS. The contractor shall provide all services reports and invoices to Medical Maintenance Branch at the end of every month on all services provided during the specific month. All services technicians are required to sign in at Medical Maintenance Branch upon arrival and departure. Services reports shall be given to Medicla Maintenance Banch or faxed to , (210) 916-4489 or (210) 916-2125. The service report shall include the following: ECN number of the system and its components. This is the bar coded number on the equipment; System Nomenclature, model, serial number; Government contract number; Purpose of visit (schedule or unscheduled service visit); . Start and completion dat es; Description of problem; List of parts, part number, quantity and cost; Travel hours; Labor hours and hourly rate; Name of the service technician; and Printed names and signatures of the service technician and the customer with the date sign ed. In the event that all information is not available tot he service technician, the service report shall include all the above listed information except for prices. The Contact shall provide the balance of the required information in writing to: Brook e Army Medical Center, 3851 Roger Brooke Drive, Bldg 3600, Medical Maintenance Branch, ATTN: Ms J Wooten, Fort Sam Houston, TX.. Payment will not be made until a complete service report and copy of invoice is received in the Medical Maintenance Branch. Service reports facilitate prompt certification for payment less than ten (10) days after services are completed. The service report is not be confused with the billing or invoice document. The contractor shall provide a separate invoice for calls attrib uted 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 or combination of causes mentioned will be inspected and validated by the Chief of Assistant Chief, Medical Maintenance Branch prior to a separate purchase order being issued. The Maintenance Branch will initiate payment MONTHLY, with receipts relating to scheduled preventive maintenance, calibration and unscheduled service repairs during the payment period. The Government will make available to the Contractor the system and components relating to said system and the facilities to conduct preventive maintenance, calibration, or corrective action such time and duration as coordinate d with the Contractor and using activity.. Provide a person from the using activity to be on hand after normal duty hours if scheduled services inspections or service calls are not completed by 1630. Perform a quality insurance and/or operational test (t o be performed by the using activity), prior to departure of the Contractors service technician.. Provide a person to sign the service report verifying completion and satisfaction of services performed. 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. Technical experience in repairing and servicing like equipment. NO TE: Statements that the offeror understands, can or will comply with all specifications, 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 with the above of this solicitation may cause your offer to receive a MARGINAL or UNSATISFACTORY RATING. Past Performance. Offerors are requested to provide Past Performa nce Questionnaires from 2 firms where you have provided similar type of service. Have 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 (A TTN: Willie Copeland). If the offeror submit more than two past performance references, the Contracting Officer will consider only the first two listed references in the award decision. The Contracting Officer may also consider any additional past perfo rmance information that is available to the Government. The POC shall include contact information with the returned questionnaire to include company name, address, and phone number. It is the offerors responsibility to ensure the reference submits th e completed Past Performance Questionnaire directly to the Great Plains Regional Contracting Office by the closing date. Price. Evaluation Process: All proposals will be evaluated in accordance with the following criteria. Each offeror will be evalua ted 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 which 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 realism and will consider the offerors price as an indication that they understand the scope and comple xity 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 factors. 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 propos als 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. Vendo rs 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 solicitation. FAR clause 52.212-4 [Contract Terms and Conditions  Commercial Items] applies to this acq uisition, 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 the Term of the Contract (Mar 2000). The government may extend the term of this contract by writt en 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 le ast 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  Coopera tion 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 [Affir mative 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 Applica ble 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 Ba lance of Payments Program], 252.225-7012 ]; . The closing date and time of this solicitation is, 9 Mar 06, 04:00 P.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
SN01000452-W 20060307/060305211559 (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.