Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2009 FBO #2776
SOLICITATION NOTICE

Q -- Telepharmacy Robotics RX Dispensing System and Maintenance for General Leonard Wood Army Hospital at Fort Leonard Wood, MO.

Notice Date
7/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
454390 — Other Direct Selling Establishments
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Great Plains Regional Contracting Ofc, 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
W81K00-09-T-0239
 
Response Due
7/16/2009
 
Archive Date
9/14/2009
 
Point of Contact
Tracey Roberson, 210-221-4811<br />
 
E-Mail Address
Great Plains Regional Contracting Ofc
(tracey.roberson@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation W81K00-09-T-0239 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. This acquisition is unrestricted under NAICS code 454390 and the business size standard is $7.0 Million. Federal Acquisition Regulation (FAR) Clause 52.211-6 Brand Name or Equal applies to this acquisition. The requirements in this solicitation are: CLIN 0001 Quantity Unit Unit Price Total 2 mo ________ ________ TELEPHARMACY ROBOTICS RX DISPENSING-ScriptPro (SP 200/CCC)System includes SP200/CCC; SP Central Expanded Server; SPC Image Server; SP Station; SP Checkpoint; Inspection Camera; Terminal Emul rental and maintenance support POP: Base Award-1 August 2009 to 30 September 2009 CLIN 1001 Quantity Unit Unit Price Total 12 mo ________ _______ TELEPHARMACY ROBOTICS RX DISPENSING-ScriptPro (SP 200/CCC)System includes SP200/CCC; SP Central Expanded Server; SPC Image Server; SP Station; SP Checkpoint; Inspection Camera; Terminal Emul rental and maintenance support POP: 1st Option YR-1 October 2009 to 30 September 2010 CLIN 2001 Quantity Unit Unit Price Total 12 mo ________ _______ TELEPHARMACY ROBOTICS RX DISPENSING-ScriptPro (SP 200/CCC)System includes SP200/CCC; SP Central Expanded Server; SPC Image Server; SP Station; SP Checkpoint; Inspection Camera; Terminal Emul rental and maintenance support POP: 2nd Option YR -1 October 2010 to 30 September 2011 CLIN 3001 Quantity Unit Unit Price Total 12 mo ________ _______ TELEPHARMACY ROBOTICS RX DISPENSING-ScriptPro (SP 200/CCC)System includes SP200/CCC; SP Central Expanded Server; SPC Image Server; SP Station; SP Checkpoint; Inspection Camera; Terminal Emul rental and maintenance support POP: 3rd Option YR -1 October 2011 to 30 September 2012 CLIN 4001 Quantity Unit Unit Price Total 12 mo ________ _______ TELEPHARMACY ROBOTICS RX DISPENSING-ScriptPro (SP 200/CCC)System includes SP200/CCC; SP Central Expanded Server; SPC Image Server; SP Station; SP Checkpoint; Inspection Camera; Terminal Emul rental and maintenance support POP: 4th Option YR -1 October 2012 to 30 September 2013 Vendors shall comply with FAR 52.211-6 if submitting other than the brand name products. FAR clause 52.211-6 (and other provisions and clauses throughout this solicitation) can be viewed at Internet address: http://farsite.hill.af.mil/vffar1.htm. Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses can be viewed at Internet address: http://www.acq.osd.mil/dpap/dars/dfars/. 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 at Internet address: www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract. Evaluation of Quotes: The Government will award a contract resulting from this solicitation to the responsible vendor whose quote, conforming to this solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes: 1. Technical Acceptability: In order to be considered technically acceptable, vendors must address in detail paragraphs 1.3, 1.3.1, 4.4, 4.5.1, 4.5.2 listed in the statement of work. 2. Price. All quotes will be evaluated on Technical Acceptability. The award decision will be based on the Lowest Priced, Technically Acceptable quote. Vendors shall include a completed copy of FAR provision 52.212-3 [Offeror Representations and Certifications-Commercial Items] with their quote. FAR clause 52.212-4 [Contract Terms and Conditions Commercial Items] applies to this acquisition. 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: 52.203-6 [Restrictions on Subcontractor Sales to the Government, Alternate I]; 52.219-8 [Utilization of Small Business Concerns]; 52.219-23 [Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns]; 52.222-3 [Convict Labor]; 52.222-19 [Child Labor Cooperation 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 [Affirmative 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]; 52.222-48 [Exemption from Application of Service Contract Act to Contracts for Mainenance, Calibration, or Repair of Certain Equipment Certification]; 52.225-13 [Restrictions on Certain Foreign Purchases]; 52.232-33 [Payment by Electronic Funds Transfer-Central Contractor Registration]. Defense Federal Acquisition Regulation Supplement (DFARS) clause 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] with the following sub FAR and DFARS clauses apply to this acquisition: 52.203-3 [Gratuities]; 252.225-7001 [Buy American Act and Balance of Payments Program]; 252.225-7012 [Preference for Certain Domestic Commodities]; 252.225-7021 [Trade Agreements]; 252.232-7003 [Electronic Submission of Payment Requests]; 252.243-7002 [Requests for Equitable Adjustment]; 252.247-7023 [Transportation of Supplies by Sea]. PERFORMANCE WORK STATEMENT 1. SCOPE OF WORK: Contractor shall provide all labor, supplies, tools, material, transportation, parts, and equipment to perform Preventive Maintenance (PM), Calibration/Verification/ Certification (CVC), to maintain the Telepharmacy Robotics. This includes unlimited telephonic assistance and unlimited on-site maintenance repairs. The equipment is located in the Pharmacy, General Leonard Wood Army Community Hospital (GLWACH), 126 Missouri Avenue, Fort Leonard Wood, Missouri, 65473. 1.1. POINT OF CONTACT: At the start of the contract, the Contractor shall have a contract representative and alternate responsible for scheduling and coordination of service calls. The name and phone number of the designated individual and alternate shall be provided to the Chief, Medical Maintenance Branch at (573) 596-0482. Failure to provide the point of contact to Medical Maintenance Branch will result in a 1% penalty outlined herein. 1.1.2. All scheduled services shall go through the Medical Maintenance Branch. 1.1.3. Only a representative of the Medical Maintenance Branch will make all requests for repairs. 1.2. QUALITY CONTROL: The Contractor shall establish and maintain a Quality Control Plan to ensure that the quality of service and material provided is in accordance with the terms and conditions of the contract. 1.3. PERSONNEL: Individuals who have demonstrated knowledge and competence in the repair of equipment identified shall perform on this Contract. 1.3.1. The Contractor shall ensure repair technicians have attended training on the specific model of contract equipment or have 3 years of maintenance experience. 1.3.2. While on duty, contractor employees shall maintain a neat, well-groomed appearance. 2. DEFINITIONS: 2.1. CALIBRATION/VERIFICATION/CERTIFICATION (CVC): Systematic procedure as defined by the OEMs specifications for defined operation. Insures equipment operates within all OEMs parameters for maximum performance and patient quality of care. 2.2. GLWACH: General Leonard Wood Army Community Hospital. 2.3. LEGAL PUBLIC HOLIDAYS: New Years Day, January 1 Martin Luther King's Birthday, 3rd Monday in January Washington's 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 Veteran's Day, November 11 Thanksgiving Day, 4th Thursday in November Christmas Day, December 25 2.4. OEM: Original Equipment Manufacturer. 2.5. PREVENTIVE MAINTENANCE (PM): Maintaining equipment in accordance with the EOMs standards and providing systematic inspection, detection, and correction of incipient failures either before they occur or before they develop into major defects. 2.6. QUALITY CONTROL: Contractors actions to control and ensure contract compliance. 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES: 3.1.The Government will provide expendables such as reagents, sample cups, pipette tips, wooden sticks, printer paper, and any other consumables routinely used during the course of normal machine operation and use. 3.2.On a Government authorized, case-by-case basis, the Contractor may use the Government medical equipment maintenance shop in order to expedite repairs. 4. SPECIFIC TASKS TO BE PERFORMED: 4.1. Services, labor, parts and materials. The Contractor shall provide services, labor, parts, and materiel necessary to cause subject equipment to be in proper working condition in accordance with the OEM's specifications at the completion of each service call. 4.2. Preventive Maintenance and Calibration. Preventive Maintenance (PM) and Calibration shall be in accordance with the OEMs checklist. The Contractor shall schedule the PM and Calibration at 6 month intervals (February and August) and coordinate the scheduled date with Pathology Department at (573) 596-1509 and notify the NCOIC or Shop Foreman of Medical Maintenance Branch at (573) 596-0482. Failure to provide the point of contact to Medical Maintenance Branch will result in a 1% penalty outlined herein. 4.2.1. The Contractor shall perform PM in accordance with the OEMs checklist. 4.2.2. Upon completion of calibration, the Contractor shall affix a DD Form 2163 (Medical Equipment Calibration/Verification/ Certification) to the control panel of the equipment in plain view. If the form is already present, it will be annotated with the new date and initialed. (Forms to be provided by Medical Maintenance as needed). 4.3. Work shall be performed at GLWACH. Equipment shall not be removed from site unless approved by the Government. 4.3.1. The Contractor shall complete repairs within the time frames indicated. 4.3.2. Only equipment requiring a major disassembly or major overhaul shall be removed from the customers site. 4.3.3. The Contractor shall not remove equipment without proper documentation. Proper documentation will be a Temporary Hand Receipt (DA Form 3161) prepared in accordance with DA Pamphlet 710-2-1. The DA Form 3161 will include the following statement: The Contractor, (NAME OF COMPANY), has been authorized to remove the item as described on this form for repair and return. The DA Form 3161 will be the Contractor's authorization to remove the item from GLWACH to his facility for repair and return. 4.4. Modifications and upgrades. The Contractor shall perform OEM specified modifications and software upgrades with the consent of and without charge to the Government. Resultant Contractor must have direct contact with the OEM to accomplish field modifications to equipment in accordance with the time schedule set forth by the OEM. All modifications and upgrades will be documented in the government owned operator and service literature. 4.5. Service calls. The GLWACH Medical Maintenance Branch will first evaluate any equipment malfunction and facilitate repairs (screening process). If a service call is necessary, the Contractor shall provide unlimited service calls. Only the Medical Maintenance Branch will determine if the required repair service is emergency or routine. 4.5.1. The Contractor shall perform routine repair service between 8:00 AM and 4:15 PM Monday through Friday, excluding Legal Public Holidays. Contractor response time shall be within 48 clock hours after telephonic notification excluding weekends and Legal Public Holidays. 4.5.2. Repair completion time for a routine repair service shall not be more than 96 clock hours after telephonic notification excluding weekends and Legal Public Holidays. 4.5.3 If repair completion time exceeds the aforementioned time limit, the Government will deduct an amount equivalent to 1% of the periodic payment (for services under this contract) for each 24-hour period (day) the equipment is not fully functional. 4.6. Badges. Contractor's representative shall report to Medical Maintenance, 126 Missouri Avenue, room no. 034, General Leonard Wood Army Community Hospital, telephone no. (573)596-0482, prior to commencing services during normal operating hours (7:30 AM to 4:30 PM). Also contractor will get a security badge from Logistics Division room 050 and sign the badge out at arrival and sign the badge in upon departure. During other than normal operating hours, contractor's representative shall report to the Administrative Officer of the Day (AOD), 126 Missouri Avenue, General Leonard Wood Army Community Hospital, across from the Emergency Room. The service representative will obtain a badge before reporting to service area. 4.7. Service reports. Upon completion of services, a written service report shall be provided to the medical equipment maintenance manager, or the government medical equipment repairer assigned to the service call. 4.7.1. The service report shall indicate the Contract Number, service performed (e.g., PM and/or repair), provide detailed information regarding the cause of equipment malfunction, corrective action taken, to include the time required to complete the work. The service report shall also include the estimated price of labor (hourly labor rate); a list of parts replaced with price for each part, the unit Site ID and ECN number, and the name of the technician performing the service. 4.7.2. On weekends and after normal duty hours, service tickets shall be given to the Government AOD/SDNCO, at the Emergency Room reception desk. Faxed reports are acceptable with the concurrence of the Government. 4.7.3. In the event that all information is not available to contractor's representative when services are performed, the initial service report shall include all information available. Contractor shall provide the balance of the required information in writing to the Chief, Medical Equipment Branch, not later than 10 days after services are completed. The remaining information should be mailed to: Commander, USA Medical Department Activity, ATTN: MCXP-LO-MM, Service Reports, 126 Missouri Avenue, Ft. Leonard Wood, MO 65473-8952 or Faxed to 573-596-1786, ATTN: Medical Maintenance Branch. This address is not to be used for any purpose other than as stated in the paragraph and C.5.8.2. 4.7.4. Contractor shall provide a copy of the invoice to the Chief, Medical Maintenance Branch, for verification of services performed. This is in addition to the requirements of block 13 of the DD Form 1155, Order for Supplies or Services. The copy of the invoice can be mailed to Commander, USA Medical Department Activity, ATTN: MCXP-LO-MM, 126 Missouri Avenue, Ft. Leonard Wood, MO 65473-8952 or Faxed to 573-596-1786, ATTN: Service Report. 4.8. The Contractor shall be responsible for all items of Government equipment throughout the period they are under his control. The Contractor shall be responsible for any contractor-caused damage to Government-owned property and shall replace or repair at the contractors expense. The Contracting Officer will approve replacements or repairs. 4.9. The Contractor shall ensure all areas where equipment is serviced on-site are left in a clean, neat, safe, and orderly condition. To prevent safety hazards, no equipment shall be left pulled out or apart at the end of the workday. All equipment under repair shall be secured at all times. 4.10. If the Contractor determines that the item being serviced is uneconomically repairable, the Chief, Medical Maintenance Branch shall be notified. The Chief, Medical Maintenance Branch, GLWACH will determine economic reparability in accordance with US Army Directives. 5. APPLICABLE DIRECTIVES/DOCUMENTS: 5.1. Documents applicable to this PWS are listed below. Army publications will be available at the start of the contract. Supplements or amendments will be incorporated by a Contract modification issued by the Contracting Officer. 5.2. ARMY REGULATIONS: AR 40-61 Medical Logistics Policies and Procedures AR 190-13 The Army Physical Security Program AR 190-51 Security of Army Property at Unit and Installation Level 5.3. ARMY PAMPHLET: DA Pam 710-2-1 Using Unit Supply System Manual Procedures 5.4. FORMS: DD Form 1150 Request for Issue or Turn-In DD From 2163 Medical Equipment Calibration/Verification DD Form 2164 X-Ray Verification/Certification Worksheet DD Form 2579 Report of Assembly of a Diagnostic X-Ray System 5.5. OTHER REGULATORY DOCUMENTS: 21 CFR Code of Federal Regulations, Title 21, Food and Drugs, Part 0800 to 1299 (Includes Regulations for the Administration and Enforcement of the Radiation Control for Health and Safety Act of 1968) (M) [Unnumbered] Standards for the Joint Commission on Accreditation of Healthcare Organizations The closing date and time of this solicitation is 16 July 2009, 01:00 P.M. Central Standard Time. Quotes shall be submitted on company letterhead and signed by a company representative by the closing date and time. Quotes may be submitted via mail, fax, or e-mail. (mail: Great Plains Regional Contracting Office, Attn: Tracey Roberson, 2539 Garden Road, Fort Sam Houston TX 78234-6200; fax: (210) 221-3446/5359, Attn: Tracey Roberson; e-mail: tracey.roberson@us.army.mil). Paper copies of this solicitation will not be issued and telephone, fax, or email requests for the solicitation will not be accepted. Point of contact: Tracey Roberson, telephone: (210) 221-4811; email: tracey.roberson@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-09-T-0239/listing.html)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX<br />
Zip Code: 78234-6200<br />
 
Record
SN01863045-W 20090703/090702002025-c77c012c48303f9873759ed66a94c058 (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.