Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
SOLICITATION NOTICE

J -- MAINTENANCE PHILLIPS MRI TRAILER

Notice Date
6/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Southeast Regional Contracting Office, Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W91YTV09T6402
 
Response Due
7/6/2009
 
Archive Date
9/4/2009
 
Point of Contact
Carolyn Lovett, 706-787-7960<br />
 
E-Mail Address
Southeast Regional Contracting Office
(carolyn.lovett@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The Winn Army Community Hospital, Fort Stewart, Georgia, has a requirement for a maintenance service agreement for a PHILIPS MRI TRAILER, CHILLER, GENERATOR, AC SYSTEM & HUMIDIFER. Specialized training is necessary to be qualified to repair and maintain the Philips MRI Trailer, Chiller, Generator, AC System & Humidifer and shall be a requirement for persons working on the equipment. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is W91YTV-09-T-6401. This requirement is 100 percent set-aside for Small Business Concerns. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. The North American Industry Classification System Code (NAICS) for this procurement is: 811219; and the small business size standard is 500. The offeror shall provide all repair parts, labor, test equipment, travel, and materials not government furnished, necessary to keep the unit operational to manufacturers specifications, five (5) days per week (Monday Friday) during normal duty hours 0730 thru 1630. Contractor shall provide unlimited service calls with 24 hour response time. Contractor shall provide and install all software updates. New, unused parts must be certified and documented to meet OEM (Original Equipment Manufacturers)specifications on all repairs. Provide three (3) preventive maintenance service visits at 4 month intervals, per year to include Complete Calibration and Comprehensive Preventive Maintenance of the MRI Trailer and all peripherals. 2.2. PERSONNEL. 2.2.1. HOURS OF OPERATION. The equipment shall be fully operational and provided for use eight hours a day five days a week, 0730 1700 service. 2.2.2. MINIMUM PERSONNEL QUALIFICATIONS. Services under this Contract shall be performed by individuals who have been Factory Trained and show documentation of the training on the described system and competence in the servicing and maintaining the system under this Contract. 2.2.3. SECURITY REQUIREMENTS. Contractor personnel or any representative of the contractor entering Ft.Stewart shall abide by all security regulations and shall be subject to security checks. 2.2.4. PERSONAL APPEARANCE. Contractor personnel working under this contract shall practice high standards of personal hygiene and maintain a clean, neat appearance while on duty. 2.3. QUALITY ASSURANCE. Upon completion of work, an acceptance inspection will be conducted by the Government (personnel from Equipment Management Branch, Logistics Division, Winn Army Community Hospital and the equipment user) to ensure all services are satisfactory and completed. 2.4. QUALITY CONTROL. The contractor shall be responsible for ensuring that the quality of service and materials provided under this contract meet or exceed the Performance Work Statement. 3. PERFORMANCE MEASURES. 3.1. The contractor shall maintain the equipment and all related equipment in optimal operating condition throughout the term of the service agreement. The service shall include all adjustments, calibration, repairs, parts replacement and all other methods deemed necessary to maintain the equipment in its normal operating condition. Upon completion of calibration (if applicable), the contractor shall affix a DD form 2163 to the equipment and supply a copy of the work performed to C, Equipment Mgmt. Branch in accordance with instructions provided in TB MED 750-1. Calibration shall be performed on preventive maintenance visits. 3.2. The contractor shall maintain the equipment in an operational state 98% of the time with no more than 2% downtime within any thirty-day period. If downtime exceeds 2% during any thirty-day period due to negligent maintenance performed by the contractor, an amount of 10% of the unit price may be withheld from the next invoiced period. 3.3. Computation of the equipment downtime shall begin immediately upon equipment failure until the time the equipment is fully operational. The time allocated for performance of scheduled maintenance services will not be included in the computation of equipment downtime. Equipment availability is calculated by subtracting the monthly sum of equipment downtime from the total hours per month. Divide the result by the total hours per month. %Availability =(Total hours per month downtime)*100 Total hours per month 4. DEFINITIONS 4.1. ADVISORY DOCUMENT. A document containing information and guidance for use by the contractor. The directive is not binding for compliance. 4.2.CALENDAR DAY. The time from midnight to midnight. 4.3.CALIBRATION/VERIFICATION/CERTIFICATION (CVC). Comparison of the equipment included in this contract of unverified accuracy to test, measurement, and diagnostic equipment (Test Equipment) of known or greater accuracy to detect and correct any discrepancy in the accuracy of the unverified instrument. All calibrations performed on this unit will be documented and the DD Label 2163 sticker on the equipment updated. This DD Label 2163 is available upon request in the Equipment Management Branch. 4.4. CONTROL. Having authority or influence over the operation and use of equipment. The period of Contractor control is defined as the time when the operator turns the equipment over to the repair technician and ending at the time the operator accepts the equipment back. 4.5. DEFECT. Any nonconformance of a part or assembly of the system under contract to specified requirements. 4.6. GOVERNMENT FURNISHED PROPERTY (GFP). All equipment, goods, and land possessed by the government and subsequently delivered or otherwise made available to the contractor. 4.7. LEGAL PUBLIC HOLIDAYS. Holidays in each calendar year identified as follows: New Years Day, January 1 Martin Luther Kings Birthday, 3rd Monday in January Washingtons Birthday, 3rd Monday in February Memorial Day, last Monday in May Independence Day, July 4 Labor Day, 1st Monday in September Columbus Day, 2nd Monday in October Veterans Day, November 11 Thanksgiving Day, 4th Thursday in November Christmas Day, December 25 Those holidays falling on a Saturday will be observed on the preceding Friday. Those falling on Sunday will be observed on the following Monday. 4.8. WACH. An acronym, Winn Army Community Hospital. 4.9. MANDATORY DOCUMENT. A directive obligating the contractor to perform the effort strictly in accordance with the method specified in the directive to meet the stated results of the directive. The mandatory documents are all service records, documenting parts cost, labor cost, and calibrations performed. 4.10. NORMAL DUTY HOURS. 0730 a.m. to 1700 p.m., Monday through Friday, excluding public holidays. 4.11. PREVENTIVE MAINTENANCE CHECKS AND SERVICES (PMCS). Maintaining equipment in a like new operating condition in accordance with the manufacturers specifications. Accomplished by providing systematic inspection, CVC (Calibration/Certification/Verification), detection, and correction of remedial maintenance problems, before they occur or before they develop into a major defect, replacement of cracked or work buttons, covers, etc. Cleaning and lubrication will be included, as needed, on all internal parts as well as external cleaning after services are performed. 4.12. QUALITY ASSURANCE. Those actions taken by the Government to assure that the quality of purchased goods and services received are acceptable in accordance with established standards and requirements of the contract. 4.13. QUALITY ASSURANCE EVALUATOR (QAE). A Government Contracting Officer Representative (COR) is responsible for performing surveillance and inspection of contractor performance. 4.14. REPAIR COMPLETION TIME: The time frame requirement within which the Contractor must have the equipment in fully serviceable condition. This may involve correction of a specific failure or unserviceable condition from time of verbal or written notifications that a service is required on the equipment. 4.15. RESPONSE TIME. The allotted time for the Contractor to arrive onsite. Measured from the time of verbal notification that service is required. Response time for this contract is 24 hours after service call is confirmed with the contractor. The deficiency must be corrected within 24 hours after the call is confirmed. Some leeway will be taken into consideration for repair time when major component change out occur, 4.16. ROUTINE SERVICE CALL. Request for onsite unscheduled service call (excluding emergency calls). 4.17. UNLIMITED REPAIR SERVICE: Repairing equipment to correct deficiencies in the operation of the equipment to insure it will perform all required functions according to manufacturers specifications (includes emergency calls and routine service calls). 4.18. WEEKEND. The period beginning on Friday at 1700 p.m., and ending Monday at 0730 a.m. There will be no service calls during the weekend. 5. GOVERNMENT FURNISHED PROPERTY AND SERVICES 5.1. The Government will provide the equipment listed in section 7.5, 7.6 of this (PBWS) and, as required, in connection with this contract. 6. CONTRACTOR FURNISHED ITEMS 6.1. The Contractor shall furnish all materials, Original Equipment Manufacturer Parts, labor, test equipment and supplies necessary to perform the services described herein, other than those listed specifically at 4.1 as Government furnished. Travel is included in the overall contract cost. 7. SPECIFIC TASKS 7.1. The Contractor shall provide 3 each scheduled onsite PMCS Services for equipment. Preventive Maintenance/Calibration calls will be scheduled with the activity in advance. 7.2. Contractor's representative shall report to the Equipment Management Branch, Building P302, Room LC29, Winn Army Community Hospital, telephone 912-435-6920, prior to commencing all onsite services and repairs during normal operating hours, 0730 A.M. to 1700P.M., Monday through Friday. If in the event repairs are required after normal duty hours the staff onsite will make sure service receipts are provided to Equipment Management Branch. 7.3. Upon Completion, a written service report will be provided to the Chief, Equipment Management Branch. The service report shall be completely filled out and provide detailed information regarding the cause of equipment malfunction as well as corrective action taken. Included should be the time required to complete the work, price of labor (hourly rate), and a list of parts and price for each part replaced. In the event all information is not available to contractor's representative when services are performed, the initial service report shall include all information stated above except for price. Contractor shall provide the balance of the required information in writing to the Chief, Equipment Management Branch, not later than two days after services are completed. 7.4 Upon completion of PMCS, the contractor shall sign off on or affix a DD Form 2163 Calibration verification sticker in accordance with instruction provided in TB Med 750-1. 7.5. The contractor shall be responsible for damages to Equipment covered by this contract while the equipment is under the contractors control. 7.6. The Contractor shall perform unlimited service calls during normal duty hours, 5 days per week. Response time for routine repair will be within 24hrs. after verbal notification is received. Completion time shall be within 4 hours or in the most expeditious repair time depending in the severity of the required repair after the Contractors representative arriving onsite. 7.7. The Contractor shall accept requests for service only from the Chief, Equipment Management Branch or his designated representative. 7.8. The Contractor shall use new parts, material, and assemblies when performing the terms of this contract. Exterior parts, circuit boards and assemblies (other than industry standard electronic components) will be original manufacturer products to ensure exact manufacturer specifications and operational characteristics are obtained. 8. APPLICABLE DIRECTIVES/DOCUMENTS. 8.1. Documents applicable to this PBWS are listed below. The documents have been coded (M) mandatory. The contractor shall follow those coded as mandatory, but only to the extent specified in this PWS when the document is referenced herein. Applicable publications will be available during the contract period at Equipment Management Branch, Winn Army Community Hospital. Supplements or amendments may be issued from time to time, but are not to be a part of the contract unless incorporated by modification by the Contracting Officer. 8.2. Payments. Payment will be made thru Wide Area Work Flow WAWF) after the contractor submits an Invoice. 8.3. ARMY PAMPHLET. TB 38-750-2, Maintenance Management Procedures for Medical Equipment, dated 1 Nov 89 (M). 8.4. FORMS. DD Form 2163, Medical Equipment Calibration/Verification/Certification Sticker (M). Mr. Jeffrey Cooper, or his authorized representative is designated as the representative of the contracting officer for the purpose of surveillance or performance and inspection of materials for work being performed under this contract. No inspector is authorized to change any provision of the specifications without written authorization of the contracting officer, nor shall the presence or absence of an inspector relieve the contractor from any requirements of the contract. The period of performance for this requirement is base year with 3 one-year options period. Quotes shall be all or none as it is the Governments intent to award one contract from this solicitation. Offeror shall provided pricing information as follows: Contract Line Item 0001: Maintenance Services Base period from 01 August 2009 through 31 July 2010 $__________ CLIN 1001 Maintenance Service Option Year 1: 01 August 2010 31 July 2011 $_______________; CLIN 1002 Maintenance Service Option Year 2: 01 August 2011 - 30 July 2012 $_______________; CLIN 1003 Maintenance Service Option Year 3: 01 August 2012 - 30 July 2013 $_______________; Offerors shall provide at least 3 past performance point of contact of companies which you have provided maintenance service to within the last 5 years. Past Performance Contact information shall include name, address, email address, telephone numbers and period of the services rendered. The government anticipates awarding a single award for this requirement. The following FAR Clauses and provisions in their latest editions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial - Evaluation criteria included below are, in descending order of importance, (1) Past Performance, (2) Competencies, and (3) Price. Pricing proposals will be ranked in relationship to all other proposals received. Past Performance and Competencies are significantly more important than Price. Offerors are required to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items ALT III (Feb 2009), or complete online representations and certifications at http://orca.bpn.gov with its offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition with the following clauses added as addenda to the clause: 52.204-4 Printing/Copying Double Sided on Recycled Paper (Aug 2000), 52.217-8 Option to Extend Services (Nov 1999), 52.217-9 Option to Extend the Term of the Contract (Mar 2000). 52.232-18 Availability of Funds (APR 1984) 52.232-19 Availability of Funds for the Next Fiscal Year. (APR 1984) 52.224-1 Privacy Act Notification (APR 1984), 52.224-2 Privacy Act (APR 1984), 852.237-70 Contractors Responsibilities (APR 1984), 852.270-1 Representatives of Contracting Officers (Jan 2008), The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items (April, 2009), applies to this acquisition and the additional FAR clauses cited in the clause are: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3) (Evaluation adjustment factor is Ten Percent 10%). 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129), 52.232-33, Payment by Electronic Funds Transfer. Quotes are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be issued and telephone requests or FAX requests for the solicitation will not be accepted. All responsible sources should submit quotes to M. Jones-Millwood via fax at (706) 787-6573 or e-mail: Marian.Jones-Millwood @us.army.mil by Monday, July 6 2009, 3:00 p.m. Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV09T6402/listing.html)
 
Place of Performance
Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA<br />
Zip Code: 30905-5650<br />
 
Record
SN01856470-W 20090627/090625235527-ec924bf7763b9d54f682ee4bf65026ec (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.