Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2009 FBO #2818
SOLICITATION NOTICE

65 -- Argon laser maintenance

Notice Date
8/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
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-0400
 
Response Due
8/14/2009
 
Archive Date
10/13/2009
 
Point of Contact
Raul J Garcia, 210-221-5187<br />
 
E-Mail Address
Great Plains Regional Contracting Ofc
(raul.garcia@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 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. Purchase Request Number: W81K00-09-T-0400 is issued as a request for quotation (RFQ). This purchase request document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. This acquisition is being conducted as a commercial item acquisition in accordance with FAR Part 12. This requirement is Full and Open and all responsible sources may submit a quotation, which will be considered under NAICS code 334510 and the small business size standard is 500 employees. The requirements in this solicitation are: -CLINS 0001 non-personal services for Argon Laser Maintenance package IAW SOW model number 0642-262-01 Serial number T1425 THIS IS A BASE PLUSE 4 OPTION YEAR CONTRACT period of performance 1-OCT-2009 to 30-Sept-2010 plus 4 opt yrs Attachment 1 STATEMENT OF WORK/SPECIFICATIONS A.1.0. SCOPE OF WORK: A.1.1 The contractor shall provide all resources, labor, travel, material, equipment and management necessary to perform two inspection, preventive maintenance, and calibration. Also to include unlimited routine and emergency on-site service calls for the period of 1 October 2009 to 30 September 2010 for each piece of equipment listed on Attachment II. The contractor shall furnish a detailed listing of any parts/services not provided under the terms of this contract. This listing shall contain the part number, nomenclature, normal life expectancy and price, and shall indicate whether the item is an exchange part. It shall become part of the contract. A.1.2. Information herein concerning the equipment to be serviced is furnished from the best available source. The contractor is required to have all necessary access to all equipment diagnostic tools and or software (i.e. passwords). However, this shall not relieve the contractor of the responsibility to arrange for a site visit, and to become thoroughly familiar with the conditions under which the work is to be performed. Point of contact to set up a site visit is: Chief or NCOIC of: Equipment Management Branch BLDG 600 RM BSS3 Irwin Army Community Hospital Ft. Riley, KS 66442 785-239-7205/7206 A.1.3. All work shall be performed in a professional manner by an authorized service representative. The service representative shall be manufacturer trained and have no less than 24 months work experience on the equipment listed in Attachment III or on units of similar make and model. The contractor shall furnish training certificates to the Chief, Equipment Management Branch, for all on-site service representatives prior to the onset of any repair or service. If any deficiencies are found due to negligence of the service representative, the contractor shall be required to correct the deficiency to a fully operational status in accordance with manufacturer specifications at no additional cost to the U.S. Government. A.2.0 A.2.1. This contract has one contract price. This price is all inclusive, i.e. all required parts, (unless excluded on detailed listing as required under section A.1.1.), any necessary software-updates, all resources, labor, travel, material, test equipment, and management required to maintain the equipment listed in the schedule in proper operational condition, as described in the manufacturers literature, are included. Specifically, this coverage shall include: A.2.1.1. All unscheduled routine and all emergency service as required. A.3.0. ROUTINE/EMERGENCY SERVICE: A.3.1. The contractor shall provide unlimited routine/emergency on-site service within 24hrs. Service to be conducted 24 hours daily, 7 days a week. A.3.3. The Contractors qualified service technician shall be on site to provided unlimited emergency Service (service requiring immediate repair) within 24 hours. The equipment shall be repaired and operational within 48 hours after initial response by the contractor. A.3.4. If the equipment is out of service for longer than 48 hours (from the time of service technicians arrival on site), the contractor shall notify the Chief, Equipment Management Branch, in writing as to the reason(s) (i.e. nonavailability of parts, etc.) for non-compliance with para A.3.2. or A3.3. A.3.5. The U.S. government will make the equipment available to the contractor for servicing at such time and duration necessary to perform needed repairs. A.3.6. The contractor shall only accept calls for service/repairs from the Chief, Equipment Management Branch, or his/her authorized designated representative. A.3.7. Prior to, and upon completion of any scheduled or unscheduled service, the contractor service representative must report to the Chief, Equipment Management Branch, or his/her designated representative, during normal duty hours, 0730-1630, Equipment Management Branch BLDG 600 RM BSS3 Irwin Army Community Hospital Ft. Riley, KS 66442 785-239-7205/7206 After normal duty hours and on weekends and Holidays; Administrative Officer of the Day (AOD) BLDG 600 Irwin Army Community Hospital Ft. Riley, KS 66442 785-239-7667/7000 The contractors' representative shall sign in/sign out on visitors log, and will be issued/shall turn in a temporary visitors badge. On the day services (scheduled and/or unscheduled) are completed, the contractors service technician shall prepare and initial, legible service report and present it to the Chief, Equipment Management Branch or his/her designated representative for signature. This report will include the following information: (1) Services performed (2) What systems or components failed (reason for call) (3) Start date/time (4) Completion date/time (5) Name of service technician (6) Part numbers, quantities, and prices of replaced parts (7) Travel time (8) Repair time (9) Travel, repair and parts cost In the event that all the necessary information is not available to the service technician at the time of completion of service, the initial service report shall include all information available. The contractor shall provide/fax the remainder of the required information to, Chief or NCOIC of: Equipment Management Branch BLDG 600 RM BSS3 Irwin Army Community Hospital Ft. Riley, KS 66442 785-239-7205/7206 FAX: 785-239-7211 within 10 days after completion of service. A.3.8. The contractor must obtain authorization from the Chief, Equipment Management Branch, of his/her authorized representative, prior to starting any repair that is attribute to instrument abuse, and/or instrument misuse, theft, neglect, fire, and anything else not covered in this contract. If these types of repairs are performed without the prior approval of the Chief, Equipment Management Branch or his/her designated representative, the U.S. government shall not pay the contractor. If approved, a separate purchase order shall be issued prior to performance. A.3.9 The Government and the contractor will exchange hazard communication information before the commencement of any repair. The contractor will comply with the OSHA lockout/tagout standard while performing maintenance on electrical equipment. A.4.0. THE USE OF CELLULAR PHONES AND 2-WAY RADIOS: The use of cellular phones and 2-way radios is expressly forbidden in all Medical Treatment Facilities and Health Clinics. A.5.0. PAYMENT: Payment shall be made at the end of each quarter for the duration of the contract, after receipt of all complete service reports for any scheduled calibration, preventive maintenance and unscheduled routine and emergency services performed during the respective quarter. Payment will not be made until all such completed service reports containing all required information are in the possession of the Chief, Equipment Management Branch or his/her designated representative. A.6.0 OPERATING SYSTEM VIABILITY: When a total system is contracted for, the contractor is responsible for ensuring that, in the event of published operating system obsolescence, the contractor shall upgrade to a viable operating system if available. The service shall be covered under this contract. In keeping with this service contract, labor for this service shall be at no additional cost. Required purchase information will be furnished for all necessary parts and/or software required to complete the upgrade. The contractor shall ensure all calculations are accurate and successful in the event of an operating system upgrade. The prime contractor is responsible for their subcontractors products and services provided under this contract. ATTACHMENT II MANF: Lumenis INC MDL: Selecta Duet/ LT5106 SN: T1425 For Irwin Army Community Hospital, Fort Riley, KS 66442. Vendors shall comply with FAR Clauses (and other clauses throughout this solicitation) can be viewed by accessing website http://farsite.hill.af.mil/ 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. Clause 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 acquisition to include the following addenda: Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 Electronic Submission of Payment Requests. 252.212-7000 Offeror Representations and Certifications--Commercial Items. FAR Clause 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items]; 52.212-28 Post Award Small Business Program Rerepresentation (june 2007) (15 U.S.C. 632 (a)(2); 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]; 52.232-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001) (38 U.S.C. 4212).; 52.232-33 [Payment by Electronic Funds Transfer Central Contractor Registration] 52.212-3 ALT I -- Offeror Representations and Certifications -- Commercial Items Wide Area Work Flow (WAWF)-RA is the preferred method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractor selecting to use shall register to use WAWF-RA at https://wawf.eb.mil The closing date and time of this solicitation is 14 AUG, 11:00 A.M/CST. Price quotes shall be submitted on company letterhead and signed by a company representative. Email quotes to Raul.Garcia@amedd.army.mil. Paper copies of this solicitation will not be issued and telephone requests or FAX requests for the solicitation will not be accepted. Point of contact for this solicitation: Raul Garcia, phone (210) 221-5187; e-mail raul.garcia@amedd.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-09-T-0400/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
SN01906265-W 20090812/090811002343-8e8c2acae13c5a397d95a2ff05a76c96 (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.