Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 30, 2008 FBO #2530
DOCUMENT

49 -- Maintenance Agreement L3 X-Ray Machines - Maintenance Agreement

Notice Date
10/28/2008
 
Notice Type
Maintenance Agreement
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA1051042
 
Response Due
11/3/2008
 
Point of Contact
Jacqueline Richardson,, Phone: 301-827-7180, Patricia M Pemberton,, Phone: 301-827-1022
 
E-Mail Address
jacqueline.richardson@fda.hhs.gov, patricia.pemberton@fda.hhs.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-27. This announcement constitutes the only solicitation and a written solicitation will not be issued. This synopsis, NAICS code 333319, is to notify contractors that the government intends to issue a Purchase Order in accordance with FAR Part 13.106 for the following specifications, under the simplified acquisition procedures. This solicitation is full and open to all qualified businesses and will be awarded as a Firm Fixed Price contract. Prospective offerors are responsible for downloading the solicitation and any amendments. It is the offeror's responsibility to monitor the FedBizOpps website for the release of any amendments to this solicitation. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. This solicitation is issued as a Request for Quote (RFQ) The Food and Drug Administration (FDA) intends to award a Firm Fixed Price contract for a maintenance agreement to service x-ray equipment at various FDA locations. This purchase order will cover the period of performance from November 3, 2008 to December 31, 2009. The offer for service must meet the following specifications and evaluation criteria: Specifications: • Vendor must provide 24 hour response time for repair of equipment on Line Scans Manufactured by L3 Communications. The existing equipment Model and Serial Numbers are listed in the chart below. • The existing equipment to be serviced was manufactured by L3 Communications. Therefore any vendors who offer on this RFQ must have direct access to L3 Communications design engineering documentation to enable field retrofits and upgrades to existing equipment. Vendors will have to obtain the rights to this information from L3 Commutations located in Woburn, MA. • Service actions performed by the vendor will include all parts, materials and labor required to adjust, maintain, repair or restore the equipment to proper operating conditions in accordance with the manufacturer’s (L3 Communications) specifications. All parts must be authentic Line Scan parts. • Services will be provided by the vendor Monday through Friday between 8 a.m. and 5 p.m. for remedial maintenance. • All regular travel between 8 a.m. and 5 p.m., Monday through Friday, and subsistence related expenses including freight will be covered by the vendor. • One annual preventive maintenance inspection of each x-ray machine will be conducted per calendar year. Annual preventive maintenance should cover the following: 1) Vacuum entire system and clean all operating parts to include optical sense modules 2) Inspect conveyor belts, lacing, rollers, relays, dust shields, AC power cord, lead curtains, foot mat and all other operating components. 3) Test safety interlocks and emergency stop switches 4) Test all electronics to include control panels, monitors, x-ray image quality, voltages and adjust as necessary. • Vendor will conduct one annual radiation safety survey and preparation of FAA Form 1650-17. This form is the “X-Ray Systems Radiation Leakage Report” which indicates the radiation levels of exposure for the machine and will be issued by the Project Officer after the award is made. • Vendor must have direct access to L3 Communications design engineering documentation to enable field retrofits and upgrades to existing Line Scan equipment. • Vendor must maintain a complete inventory of maintenance and repair parts and provide repair or replacement of parts within 48 hours. • Vendor must provide factory trained and certified Line Scan service engineers. Proof or training provided by the manufacture to service and repair Line Scan x-ray equipment must be provided prior to award. FOB: Destination FDA Various locations throughout Rockville, Beltsville and Kensington, Maryland BUILDING MODEL NO. SERIAL NO. COMMENTS MPN2 110/TNT 53060 7500 STANDISH PL. ROCKVILLE, MD MPN2 SYS222560130MPN2 MAILROOM MPN1 110 539837520 STANDISH PL. ROCKVILLE, MD WOC1 210 546841401 Rockville Pike 9200 CORP. 110 54603LOWER MAIL SCREENING 9200 CORP. 58255TOP FLOOR/ MAIN ENTRANCE 5630 FISH 1ST FL 110 53940 5630 FISH 2ND FL 210 57800 MOD1 210 554608301 MURKIRK RD BELTSVILLE, MD MOD2 210 54618 NLRC- B1 210 582635510 NICHOLSON LN MAIN LOBBY NIH-B29A 210 58253 EVALUATION AND AWARD: The Government intends to evaluate proposals however; the Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. The award will be made to the offeror whose proposal conforms to the terms and conditions of the solicitation under a Firm Fixed Price contract. Criteria for technical qualifications are based on a weighted average and are outlined below: TECHNICAL EVALUATION FACTORS POST AWARD: CRITERIA WEIGHT Technical Approach and Expertise 50% 1) The offeror’s proposal shall include a detailed, technically and methodically sound maintenance plan for all Line Scan x-ray machines listed for FDA locations in the Washington, DC metropolitan area and a plan addressing procedures for scheduling maintenance and performing repair and service of equipment within a 24 hour response time. The plans shall include how maintenance and service calls will be administered. The plan shall include the personnel and material resources to be committed to accomplishing the plan and indicate the assignments of key personnel. The plan must also demonstrate the offeror’s understanding of all relevant industry related technical and mechanical methods and the managerial skills required for timely completion of all tasks set forth in the Statement of Work which shall include, but are not limited to, the following: 1) Training and experience of the offeror’s technicians in maintenance and repair of Line Scan X-Ray machines and other related equipment list in the Statement of Work 2) The adequacy and suitability of the offeror’s support personnel, and subcontractor(s) support personnel. Identify personnel who will be assigned to this requirement and demonstrate their qualifications, background, recent experience and specific accomplishments. 3) Demonstrated evidence that the Contractor has a sufficient number of personnel or subcontractors and to be able to respond within a 24 hour timeframe. 4) Demonstrated evidence that the Contractor has accessibility to official Line Scan equipment parts. Emergencies 10% Demonstrate the ability to support adequate staff and services in the event of an emergency. Organizational Experience 30% Demonstrate organizational experience in managing a maintenance and service contract for x-ray machine equipment. 1) Evidence of the availability of Line Scan x-ray machine spare parts and materials for warranty and service calls. 2) Evidence of the ability to perform a maintenance and service contract for x-ray equipment for federal facilities. Provide a list of current federal facilities under contract. Quality Control Plan 10% Offerors shall submit a quality control plan, which addresses the adequacy and approach of the maintenance and service contract for the Line Scan x-ray machines owned and operated by the FDA. PAST PERFORMANCE EVALUATION Past Performance findings will be highly influential in determining the relative merits and risks associated with the Offeror’s proposal in a comparative assessment with all competitors. The Government will evaluate the reputation and quality of the Offeror’s past performance. The assessment of the Offeror’s past performance will be used as a means of evaluating the relative capability of the Offeror to other Offerors. Evaluation of past performance will be a subjective assessment based upon consideration of all relevant facts and circumstances. The Government is seeking to determine whether an Offeror has consistently demonstrated a commitment to customer satisfaction and timely delivery of services at fair and reasonable prices. Offerors will be given an opportunity to address unfavorable reports of past performance, and the Offeror’s response, or lack thereof, will be taken into consideration. In investigating the Offeror’s past performance, the Government will consider references submitted by the Offeror and may consider information from other sources. Some of the questions in the referenced evaluation questionnaires are associated with point values and some are included in the questionnaire without point values to allow the Government a subjective assessment of the Offeror’s performance. The Government will make a subjective evaluation of past performance in consideration of both average scores and responses to subjective questions. A minimum of three corporate references from contracts with a similar scope and nature completed within the last three years will be evaluated. Information may also be obtained from sources other than those identified by the offeror. CCR: Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. You will need your Dun & Bradstreet number and banking information. QUESTIONS DEADLINE: All questions are to be submitted via email to jacqueline.richardson@fda.hhs.gov no later than November 5, 2008, 9:00a.m. EST. QUOTATIONS DUE: All quotations are due, via email to: jacqueline.richardson@fda.hhs.gov, no later than 9:00pm, EST on October 5, 2008. PROVISIONS and CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The following agenda has been attached to the clause: None. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, and FAR 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Responses to this notice must be sent via email to jacqueline.richardson@fda.hhs.gov. No phone calls will be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c9964f6df2d2ea1cf0b222c8ff04a81b&tab=core&_cview=1)
 
Document(s)
Maintenance Agreement
 
File Name: Word document of attached solocitaion (Maintenance of Xray Machines.doc)
Link: https://www.fbo.gov//utils/view?id=22fd93e914a17e801aa3a4dff4c6ef91
Bytes: 59.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Various locations throughtout Rockville, Beltsville and Kensington, Marylad., Rockville, Maryland, 20857, United States
Zip Code: 20857
 
Record
SN01697217-W 20081030/081028215143-c9964f6df2d2ea1cf0b222c8ff04a81b (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.