Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2010 FBO #3084
SOURCES SOUGHT

J -- Request for Information for Medical Maintenance Services for the U.S. Army and U.S. Air Force

Notice Date
5/3/2010
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W81K04-10-RFI-MED-MAINT
 
Response Due
5/21/2010
 
Archive Date
7/20/2010
 
Point of Contact
Anush Collins, 210-295-4456
 
E-Mail Address
Center for Health Care Contracting
(anush.collins@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI- Medical Maintenance Reprocurement The U.S. Army Medical Command (MEDCOM), Center for Health Care Contracting (CHCC), on behalf of the Department of the Army, and the Department of the Air Force has developed this Request for Information (RFI) to solicit market research information from industry to assist the Government with analysis of a Government requirement and provide commercial insight on performance-based solutions, best practices, possible contractual arrangements, and potential issues. THIS IS A REQUEST FOR INFORMATION ONLY. It is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, a Solicitation, or an indication the CHCC will contract for the items contained in the RFI. This RFI is part of a Government market research effort to determine the scope of industry capabilities and interest and will be treated as information only. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses to this RFI are strictly voluntary and the Government will not pay respondents for information provided in response to this RFI. Responses to this RFI will not be returned and respondents will not be notified of the result of the review. If a Solicitation is issued, it will be announced on the Federal Business Opportunities website http://www.fbo.gov at a later date, and all interested parties must respond to that Solicitation announcement separately from any response to this announcement. This RFI does not restrict the Governments acquisition approach on a future Solicitation. The Governments requirement is to obtain non-personal services in which the contractor shall provide service, repair, calibration, upgrading and performance of preventive maintenance on a per call basis for the representative types of equipment specified in the Technical Exhibits attached in the following pages. A draft performance work statement (PWS) is attached to this announcement. The Government desires that respondents offer their experience and recommendations on the following questions and issues related to the medical maintenance requirements of the Army and Air Force. When addressing these items, respondents should consider the size and scope of the requirement, which includes providing services to the Military Treatment Facilities (MTFs), listed in Technical Exhibit A along with the inherent possibility of future CONUS Air Force base locations being possibly added over the period of performance. 1. What are the commercial practices for the repair and maintenance of medical equipment? 2. What is the industry practice for a quality control plan? 3. What is the extent of the availability of original parts from manufacturers (GE, Phillips, Siemens and etc.)? 4. Does your company perform under any Federal Supply Schedule or GSA schedule? 5. Are there any available subcontracting opportunities? 6. Does your company have any current history or past performance with the listed locations or specified medical equipment? 7. Does the equipment need to be original manufactured equipment or will/can replacements be used? 8. What are the commercial warranty implications or issues, if any, that the Government should be aware of? 9. Can this requirement be firm fixed price? If not what are the recommended contract types (cost, time and materials)? 10. From a contract standpoint, what are the recommended types of contract line items (CLINS) recommended for this requirement i.e.; preventive maintenance, travel, overtime, labor rate? 11. Are there any issues in the commercial marketplace that the Government should be aware of i.e.; parts availability, market conditions? 12. Do you believe that multiple work sites require separate pricing? 13. Is your company Central Contractor Registered (CCR) and current in the database? 14. What is your company size, and category? i.e.; small business, hubzone, 8a 15. What is the preferred method that your company bills for this type of service in regards to repairs and preventive maintenance? i.e.; flat rates; as needed basis Respondents to this RFI should describe their interest and ability to perform the requirements summarized within this notice. Responses should contain Company Name, Address, Point of Contact, Phone Number, Fax Number, CAGE Code, Size of Business pursuant to NAICS code 811219 (size standard $7,000,000) and GSA contract number if any. Responses should address the companys experience in providing similar services to medical facilities including commercial, military, or other federal Government hospitals and treatment facilities. When describing this past experience, a brief description of the size, scope, and complexity of the requirement and the contracting vehicle should be provided. To be of greatest value, responses should address the aforementioned questions and issues. Reponses should be e-mailed to the point of contact identified in the below section. Responses should be formatted as either MS Word (.doc) or Adobe Portable Document Format (.pdf) and should be limited to a maximum of ten (10) pages. Proprietary/Competition Sensitive information (appropriately marked) will be protected from disclosure to the greatest extent practical, however it is preferred that respondents do not provide proprietary or otherwise restricted responses. Responses should be submitted no later than 3:00 PM CDST, May 21, 2010. No faxes, courier delivered, or telephone inquiries/submissions will be accepted. It is anticipated that any resultant contract(s) that might result from this survey would have a period of performance from date of award through 30 September 2016. The North American Industrial Classification System (NAICS) code is 811219; and the small business size standard is $7M. Point of Contact: Anush M. Collins, 210-221-4695 Email your questions to Center for Health Care Contracting at: anush.collins@us.army.mil Contracting Office Address: Center for Health Care Contracting ATTN: MCAA-C-PA, Bldg 4197 2107 17th Street, Suite 68 Fort Sam Houston, TX 78234-5068 PERFORMANCE WORK STATEMENT MEDICAL MAINTENANCE C.1. DESCRIPTION OF SERVICES: The Contractor shall provide non-personal services consisting of service, repair parts, calibration, upgrading and performing preventive maintenance on a per call basis for the representative types of equipment listed in Technical Exhibits (TEs) B thru M. Service shall include all labor, parts, and materials, excluding disposable and consumable supply items. The Contractor shall obtain manufacturer's authorized field modification instructions (FMIs), individual tools, test equipment, service literature, and diagnostic software required to service and maintain the categories/types of equipment represented by the Contract Line Item Numbers (CLINs) and included TE and perform such modification when requested by the Government. The Contractor shall provide equipment modifications, normally furnished by the manufacturer at no additional cost to the Government. This includes field modifications safety corrections, all software updates, and revisions designed to correct software deficiencies when directed by the Contracting Officer. If the Contractor is unable to acquire required software updates or original equipment manufacturer (OEM) field modifications due to proprietary information causes, the Government will procure the software or modification. If Contractor installation is required, the Contractor shall install at the agreed upon rate. C.1.1. This contract may be used by the Military Treatment Facilities (MTFs) listed at TE-A. Additional CONUS Air Force Bases may be added to the contract by modification, upon written approval by the Commodity Council or equivalent authority and according to negotiated terms of the contractor and contract officer. C.1.1.1. This is a non-personal services contract whereby Contractor personnel are considered employees and/or subcontractors of the Contractor and not subject, either by the contract terms or by the manner of its administration, to the supervision and control usually prevailing in a relationship, between the Government and its employees. The Government may evaluate the quality of professional and administrative service provided, but retains no control over the professional aspects of services rendered. C.1.1.1.2. All Contractors service personnel shall read, understand, fluently speak, and legibly write English. C.1.2. DEFINITIONS: C.1.2.1. Equipment Categories: Equipment items are organized into general categories or classifications. Calls may be placed against equipment falling into one of these 3 general categories. The assignment of equipment to each equipment category is not limited to the equipment listed in the CLINs or representative equipment list provided. The Contracting Officer will resolve all disputes pertaining to the classification of equipment not specifically listed in the TEs. C.1.2.2. Preventive Maintenance Inspections (PMI): PMIs are the care and servicing of the equipment (in accordance with manufacturers maintenance specifications) for the purpose of retaining the equipment in a serviceable condition. This inspection includes checking for proper operation, detection and correction of incipient failures either before they occur or before they develop into major defects; and includes, but is not limited to actions pertaining to periodic technical inspections, lubrications, adjustments, calibration, interior cleaning, and replacement of worn or deteriorated parts. C.1.2.3. Remedial Maintenance: On-call remedial maintenance is the service required to restore equipment to a condition within the manufacturers specifications. It includes all services required due to minor or major malfunctions, or as a result of damage to the equipment by accident, neglect, abuse, power surge, power failure, or operation in an environment not compatible with the equipments published specifications, unless such damage is caused by the Contractor. The remedial maintenance includes the inspection, testing, troubleshooting, servicing, re-calibration (if incidental to repair), and all other actions necessary to return the item to a fully serviceable state. C.1.2.4. Replacement Part: A component or module of the existing equipment system or approved upgrade or modification requiring replacement. Includes parts and components installed solely for cosmetic appearance. C.1.2.5. Technical Data: A complete file of service manuals and service diagnostic software for each OEMs equipment (i.e. operational and service manuals, schematics, and parts lists). C.1.2.6. Military Treatment Facility: The MTF includes the medical facility and outlying buildings that belong to the medical facility. The medical facility can be a hospital with a trauma center, hospital, or clinic. C.1.2.7. Contracting Officer: This individual is the only warranted authority to enter into, administer, and/or terminate the contract. The contracting officer is the exclusive government official authorized to enter into, administer, execute changes and authorize deviations or variations from the contract and/or terminate contracts. C.1.2.8. Contracting Officers Representative (COR): The designated representative(s) of the contracting officer. C.1.2.9. Administering Office: The contracting office delegated responsibility to issue task orders and administer those orders. C.1.2.9.1. The basic contract will be administered by the U. S. Army Medical Command (MEDCOM) Center for Health Care Contracting (CHCC) Office, Fort Sam Houston, Texas. The Task Orders, for Army MTFs will be issued and administered by the applicable HCAA Regional Contracting Office (RCO) or local contracting office as identified in writing by the CHCC contracting officer. C.1.2.9.2. The Department of the Air Force Contracting Offices, upon written delegation by CHCC, will be authorized to perform contract administration functions Task Orders issued for Air Force MTFs. C.1.2.9.3. CORs at the major regional MTF will represent their branch service MTF and serve as the hub for service for bases in their region. All contact with the Contractor will be though these hubs. C.1.3. ABBREVIATIONS: AAMIAssociation for the Advancement of Medical Instrumentation AFOSH Air Force Occupational Safety and Health ARArmy Regulation CBETCertified Biomedical Equipment Technician CLINContract Line Item Number CORContracting Officers Representative DoDDepartment of Defense DoDIDepartment of Defense Instruction ECNEquipment Control Number FARFederal Acquisition Regulation FDAFood and Drug Administration FSRField Service Report IAWIn Accordance With MMCNMaterial Management Control Number MTF Military Treatment Facility NFPANational Fire Protection Association OEMOriginal Equipment Manufacturer OHSA Occupational Health and Safety Act OSHAOccupational Safety and Health Administration POCPoint of Contact PWSPerformance Work Statement QAEQuality Assurance Evaluator TBTechnical Bulletin C.1.4. HOURS OF PERFORMANCE: C.1.4.1. Normal Hours/Duty Hours: Monday through Friday from 8:00 AM to 5:00 PM, except Federal Holidays. C.1.4.2. Overtime Hours: Monday through Friday from 5:01 PM to 7:59 AM, except Federal Holidays (must be requested and/or authorized by the designated COR). C.1.4.2. Weekend and Federal Holiday Hours: Weekend hours are Saturday from 8:00 AM through Monday 7:59 AM. Federal Holiday hours begin at 8:00 AM on the day of the holiday through 7:59 AM of the next day. (Must be requested and authorized by the designated COR). C.1.5. RESPONSE/PERFORMANCE TIME STANDARDS: C.1.5.1. Unless specifically authorized by the contract, and authorized by the COR, all overtime or weekend and holiday hours shall be performed during normal duty hours. C.1.5.2. On-site response time calculations are initiated by the initial phone contact between the Contractors POC and the COR and are concluded upon technicians arrival on-site. C.1.5.3. If there is a scheduling problem and the Government is at fault, the Contractor must notify the COR immediately. The Contractor shall provide documentation of this notification, including names, dates, and times. C.1.5.4. Preventive Maintenance Inspections: C.1.5.4.1. The COR will contact the Contractor and request a PMI for the current month. The Contractor shall contact the COR within 5 duty days of original request for PMI service to schedule the PMI date. The Contractors technician shall respond on site within two hours of scheduled PMI appointment time. C.1.5.4.2. PMIs will be completed no later than 25 days after contract award. C.1.5.4.3. The PMIs will be completed within eight duty hours of arrival on-site. C.1.5.4.4. Upon request by the COR, the contractor shall provide OEM PMI manpower performance standards (hourly allowance) for requested work. If the OEM standard is not provided, American Hospital Association (AHA) American Society for Healthcare Engineering (ASHE) estimates or other nationally recognized standards shall be used. Billed hours shall not exceed this standard. (See Para 3.4) C.1.5.5. Remedial Maintenance: C.1.5.5.1. The contractor shall notify the COR of any malfunctions resulting from damage to the equipment by accident, neglect, abuse, power surge, power failure, or operation in an environment not compatible with the equipments published specifications. C.1.5.5.2. Contractors failure to meet the above repair time standards shall result in a credit to the Government (see paragraph 3.5. for payment computation formula). C.1.5.5.3. Contractor shall complete all maintenance required to bring the equipment back to a fully operational condition within eight hours of arrival on site for work done during Overtime, Weekend and Holiday Hours and within eight duty hours for work done in normal duty hours. C.1.5.5.4. Except for Advanced Imaging Equipment, the contractor on-site response times for all equipment categories are: C.1.5.5.4.1. Normal duty hours: San Antonio Military Medical Center SAMMC campus, any MTF with trauma centers, and any MTF within 100 miles of the Contractors hub or service center, 8 normal duty hours. All other MTFs, 16 normal duty hours. C.1.5.5.4.2. Overtime, Weekend and Holiday Hours: The contractor on-site response times- SAMMC campus, any MTF with trauma centers, and any MTF within 100 miles of the Contractors hub or service center, 8 hours. All other MTFs: 36 hours. C.1.5.5.5. Advanced Imaging Equipment: requires the Contractor on-site response times to be as follow: C.1.5.5.5.1. Normal duty hours: SAMMC campus, any MTF with trauma centers, and any MTF within 100 miles of the Contractors hub or service center within 4 duty hours. All other MTFs, 16 duty hours. C.1.5.5.5.2. Overtime, Weekend and Holiday Hours: SAMMC campus, any MTF with trauma centers, and any MTF within 100 miles of the Contractors hub or service center within 4 hours. All other MTFs: 36 hours. C.1.5.5.6. In the event a distant MTF requires service earlier than the prescribed response time, a premium of 10% may be added to the contracted hourly rate as follows: Normal hours: each 8 duty hours the response time is reduced. Overtime, weekend, and holiday hours: each 24 hours the response time is reduced. C.1.5.6. Contractors failure to meet the above response time standards shall result in a credit to the Government (see paragraph 3.5. for payment computation formula). C.1.6. TECHNICAL DATA AVAILABILITY: The Contractor shall obtain, keep on file, and make available to its technicians all operational and technical documentation necessary to meet the performance requirements of this contract. Government literature of a non-proprietary nature, if deemed appropriate by the COR, may be made available to the Contractor. (The Government may not possess all literature for the equipment in its inventory.) C.1.7. REPLACEMENT AND REPAIR PARTS: C.1.7.1. The Contractor shall use only new or refurbished repair parts. The parts must meet OEM specifications. All refurbished parts shall be quality tested by the OEMs Quality Assurance Department and be certified as meeting the OEMs minimum requirements. Non-OEM parts must be approved by the COR prior to installation. C.1.7.1.1. The Contractor shall provide written evidence from OEMs or part supplier, of their ability to obtain parts that meet OEM specifications and in the quantities and times sufficient to meet the terms of the contract. C.1.7.1.2. Warranties of parts used in the repair shall meet or exceed that of the OEM. After completion of each service, the Contractor shall ensure the equipment is in compliance with the latest published edition of the National Fire Protection Association-99 (NFPA), manufacturers specifications, and Federal and DoD guidelines, regulations, performance standards, and specifications. C.1.7.2. The Contractor will be reimbursed for all parts at the manufacturers published price listing. If the Contractor is the OEM, the reimbursement will be for the published price less the discount indicated in the Schedule of Supplies/Services. The most current price list will be utilized. If no published price list exists, the Contractor will be reimbursed at the most favorable prices offered other customers. Upon request, the Contractor shall provide copies of invoices of sales of the same parts to other customers that verify that the Government is getting the Contractors most favorable price. C.1.7.2.1. The Contractors invoices shall identify parts as being OEM or Non-OEM. If the part is OEM, the invoice shall also show the list price, indicate the discount cost (where applicable) and document exchange parts. C.1.7.2.2. Upon COR request, part replacements shall require written approval by the COR prior to installation. C.1.7.2.3. When cumulative parts for a call are priced at $2,500.00 or less, the Contractor shall not provide verification of most favorable price, unless directed by the Contracting Officer or COR. C.1.7.3. The Government reserves the right to furnish replacement parts, to include x-ray tubes, for the equipment covered by this contract. The repair time stated in paragraph 1.5. will be halted upon non-availability of Government provided parts. Repair time shall resume upon Government notification to the Contractor that parts are available. On request by the Contracting Officer or COR, the Contractor shall provide the Government parts replaced by non-exchange parts. C.1.7.3.1. The Contractor shall perform a system calibration each time an x-ray tube is replaced. C.1.7.3.2. The Contractor shall complete form FDA 2579, Report of Assembly of a Diagnostic X-Ray System, and submit a copy with the field service report (FSR) for the installation of certified components (i.e. x-ray or CT tubes, collimators, etc.). C.1.7.3.3. Freight, postage, and storage charges associated with shipment and receipt of replacement parts and the return of worn or defective parts shall be the responsibility of the Contractor. Cost of priority shipping, when authorized in writing by the COR to meet emergency situations, may be added to the cost of the part and billed as one single line item on the invoice. Approval or non-approval does not relieve the Contractor from meeting timeframes established in the contract. C.2. CONTRACTOR RESPONSIBILITY: C.2.1. Contractor shall provide a POC who can be reached 24 hours a day. If the Contractor changes the POC, the Contracting Officer shall be notified in writing 5 days prior to said change. C.2.2. The Contractor's technician shall be on-site within the timeframes established in section 1.5. C.2.3. The Contractor shall report to the medical facility Biomedical Engineering Department upon arrival to and before departure from the MTF. During other than normal duty hours, the contractors representative will report to the Administrative Officer of the Day upon arrival and departure from the MTF. C.2.4. The Contractor shall complete appropriate Government Verification/Certification forms (including but not limited to DD Form 2164, or DD Form 2163, or a Government approved equivalent e.g., Vendor's Verification/ Certification Work Sheet (VVCWS)), in accordance with instructions provided by maintenance personnel for every PMI performed. For all contract repairs/services that require calibration of X-ray systems, include the contractor shall complete DD Form 2164 (X-ray Verification/Certification Worksheet) in accordance with the instructions provided in TB 38-750-2. A continuation sheet shall be attached to the DD Form 2164 indicating the manufacturer, model, serial number, and date of calibration expiration of all items of test, measurement and diagnostic equipment used to perform the calibration. Required forms and extracts from pertinent directives will be furnished to the contractor's service representative by the government. If the contractor's calibration equipment produces a printed summary of the calibration procedure used, attach the printed summary to the DD Form 2164. Ensure that the heading of the DD Form 2164 is filled out and that the form is properly signed. C.2.5. Within 7 days after award, the Contractor shall provide to the contracting officer a list of maintenance hubs/service centers and identify which hub will be used to support each MTF listed in the TEs. In the event additional MTFs are added to the contract, the Contractor shall provide the list 7 days after a copy of the approved modification has been provided to the contractor. C.2.6. Contractor personnel shall maintain a clean and neat appearance and wear a visible identification badge at all times when performing services at the Government site. C.2.7. Contractor shall comply with the MTF security requirements. C.2.8. The Contractor shall ensure its employees: C.2.8.1. Have been trained on the specific piece of equipment they service by the OEM or an accredited school of learning and have 12 months experience servicing the specific equipment; or have been certified as a Certified Biomedical Equipment Technician (CBET) by the Association for the Advancement of Medical Instrumentation (AAMI) of Arlington, VA, and have a minimum of 12 months experience servicing the specific equipment; or C.2.8.2. Have an Associate Degree in Biomedical Technology or Electronics from an accredited school of learning and have a minimum of 24 months experience servicing the specific equipment. C.2.9. The Contractor shall not employ current DoD employees, military or civilian, to provide services under this contract. C.2.10. Contractor personnel operating motor vehicles on Federal property shall possess an operator's license for the category of vehicle being operated and automobile insurance as required by regulations/laws governing said Federal property. C.2.11. Contractor personnel shall park in the appropriately designated parking areas as determined by the COR. The Government will not invalidate or reimburse for Contractor parking violations under any condition. C.2.12. The Government will not be responsible in any way for damage to the Contractor's supplies, materials, equipment, or property or to personal belongings of the Contractor's personnel that are damaged or destroyed by fire, theft, accident, or other disaster. Reference FAR clause 52.228-5, Insurance Work on a Government Installation and clause entitled Other Insurance Requirements. C.2.13. Performance of work by the Contractor's personnel under the terms of this contract shall not interfere with regularly scheduled Government operational activities. C.2.14. The Contractor shall comply with AR 385-10 or AFOSH 91-8 as appropriate. When the Contractor's personnel are within the MTF, they shall comply with cell phone use, safety, and fire evacuation plan/instructions for the MTF. C.2.15. The Contractor shall maintain an accurate record of accidents resulting in traumatic injury or death and accidents resulting in damage to Government property, supplies, and equipment. C.2.16. The Contractor shall report accidents to the COR and the host Safety Office at the MTF. C.2.17. The Contractor shall safeguard and maintain all Government property as well as provide for the safety and well being of personnel employed in the administration of this contract. All Contractor service technicians shall be trained on current safety procedures for equipment serviced under this contract. C.2.18. The Contractor shall comply with the Occupational Health and Safety Act (OHSA). Contractor personnel shall wear safety items required by OHSA during the performance of tasks requiring protective equipment/clothing. C.2.18.1 The government and the contractor's service representative will exchange hazard communication information before the commencement of any repair. C.2.18.2 When required, the contractor's service representative will comply with the Office of Safety and Health Administration lockout/tag out standards while performing maintenance on equipment. C.2.19. The Contractor shall provide and be responsible for ensuring that contract personnel wear a dosimetry film badge when working in proximity to ionizing radiation. C.2.20. The Contractor shall ensure that all areas where equipment is serviced on-site at the MTF are left in a clean, neat, safe, and orderly condition. To prevent safety hazards, no equipment shall be left open, extended, or disassembled upon Contractor departure from the work site. Equipment being repaired shall be safely secured at all times. C.2.21. Contractor shall not remove any equipment from the MTF without the approval of the COR who will properly account for equipment according to established procedures. C.2.22. Transportation for equipment authorized for removal for repair shall be at no additional cost to the Government. C.2.23. Neither the Contractor nor the Contractor's personnel shall divulge or release data or information developed or obtained under performance of this PWS, except to authorized Government personnel or upon written approval of the Contracting Officer. The Contractor shall not use, disclose, or reproduce proprietary data that bears a restrictive legend, other than as specified in this PWS. C.2.24. The Contractor shall furnish all labor materials and equipment necessary to prevent environmental pollution that could result from the services performed or failure to properly perform the services under this contract. C.2.25. The Contractor shall comply with all applicable Federal, State, County, and Municipal laws and regulations concerning pollution of rivers, lakes, streams, and other waters. C.2.26. The Contractor shall store, handle, use and dispose of chemicals, waste washing and other materials in a manner that prevents them from entering surface or ground waters. C.2.27. In the event of a spill, the Contractor shall immediately contain the spill, then contact the MTF COR, and the host Safety Office. C.2.28. The Contractor shall contain, cleanup, and restore the area to the standards as directed by the Environmental Management Office through the COR. C.2.29. The Contractor shall dispose of all materials, wastes, effluent, and chemicals in compliance with Federal, State, and local laws and regulations. In no case will disposal of hazardous waste on Government property be permitted. C.2.30. The Contractor shall provide all service literature, reference publications, and diagnostic software to be used by Contractor personnel for the provision of the services according to this PWS. C.2.30.1. The Contractor must furnish all software upgrades issued by the equipment manufacturer. Contractor shall have access to all necessary diagnostic software (if applicable). C.2.31. The Contractor shall provide equipment users with 24 hour per day toll free remote, telephonic, applications and diagnostic software support to include system service diagnostic support for advanced imaging equipment. C.2.32. ACCOUNTING FOR CONTRACT SERVICES-The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractor); (6) Estimated direct labor dollars paid this reporting period (including sub-contractor); (7) Total payments (including sub-contractor); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (10) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest City, Country, when in an overseas location, using standardized nomenclature provided on website); (11) Presence of deployment or contingency contract language, and, (12) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). (13) As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. The contractor shall notify the Contracting Officers Representative (COR) by the 5th working day of November whether or not they have completed this report. If the COR is unavailable, the contractor will notify the Contracting Officer C.2.33. Contractor Verification System (CVS). C.2.33.1. The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201. C.2.33.2. The Contractor shall comply with agency personal identity verification procedures in all subcontracts when the subcontractor is required to have physical access to a federally-controlled facility or access to a Federal information system. C.2.33.3. The contractor shall ensure compliance with the provisions set forth below. For purposes of FAR Clause 52.204-9, the Government will designate a Trusted Agent (TA), and the contractor shall designate a Facility Security Officer (FSO), for this contract. The Government reserves the right to amend or supplement these provisions pursuant to the changes clause in the contract. C.2.33.4. In-processing Requirements. Contractor personnel are prohibited from performing services under this contract absent compliance with the in-processing requirements set forth below. C.2.33.4.1. For every contract service provider, the FSO shall provide the following information to the TA for input into the DEERS/RAPIDS System: (a) Last Name (b) First Name (c) Middle Name (d) Social Security Number (e) Date of Birth (f) E-mail Address (may be either the e-mail address of the incoming individual or the FSO). C.2.33.4.2. The contract service provider shall have an Army Knowledge Online (AKO) account in order to submit the application. AKO registration may be accessed via https://www.us.army.mil. C.2.33.4.3. The DEERS/RAPIDS Systems will send a notice to the e-mail address provided IAW the above requirement, in which the contract service providers user ID and password are provided. In the event the e-mail message is sent to the FSO, the FSO shall notify the contractor of the contract service providers user ID and password. C.2.33.4.4. The contract service provider shall log into the DEERS/RAPIDS System, and submit an application for acceptance into the System, using the user ID and password provided. C.2.33.4.5. The application will be accepted, returned, or rejected by the TA. Notice as to whether the application has been accepted, returned or rejected will be provided to the individuals e-mail address provided within 48 hours after submission. If the application is returned or rejected, the contract service provider shall contact the TA and comply with the TAs guidance to attempt to correct and resolve the issues. C.2.33.4.6. Upon approval of the application, the contract service provider shall receive an e-mail sent to the address provided stating the Common Access Card (CAC) application was approved and to proceed to the Verifying Office (VO) with two photo IDs to obtain a CAC. For CAC issuance, a DD2842 must be completed and taken by the individual with two forms of picture ID. The e-mail will contain a URL to download the form. Acceptable forms of ID are: Drivers License, Social Security Card, Military ID, Contractor Company ID with picture and expiration date, VISA charge card with picture imprinted, and passport. C.2.33.4.7. Revalidation Requirements. The TA is required to revalidate all contract service providers, in the DEERS/RAPIDS System, every 6 months. In the event revalidation is denied, the CAC credentials shall be revoked and the Card will not be useable to login. C.2.33.4.8. Out-processing Requirements. When a contract service providers performance under this contract ceases, the contractor or FSO shall provide written notice to the TA. The TA will remove the contract service provider from the DEERS/RAPIDS System. The contractor shall ensure the contract service providers CAC is turned in to the Government IAW the out-processing procedures and further guidance from the Center for Health Care Contracting. C.2.34. During contract transition period, the contractor shall organize, plan, recruit personnel, train, mobilize, develop policies and procedures, and accomplish all administrative actions necessary to commence performance of the services at the start of the basic contract period. C.3. ADMINISTRATIVE CONTROL: C.3.1. Contractor shall respond to service calls from only the Contracting Officer or CORs. C.3.1.1. COR designation and the names of personnel authorized to place calls (each MTFs points of contact) shall be provided upon award of the contract. In the event additional MTFs are added to the contract, the government shall provide a list of points of contact to the contractor in a timely manner. C.3.2. The Contractor shall report to the Biomedical Engineering Department upon arrival to and before departure from the MTF. C.3.3. Field Service Report (FSR): C.3.3.1. Contractor's service technician/representative shall prepare for each service call and obtain the signature of the COR, certifying the requested service was rendered and accepted. C.3.3.2. The FSR shall include the following minimum information: -Government contract number. -Call number. -ECN/MMCN (Equipment Control Number/identification data). -System nomenclature, room number, location, model, and serial number. -Purpose of service. -Start date/time and completion date/time. -Description of defect and corrective action taken. -List parts, parts cost, and total cost of service (including labor and parts). -Name of service technician. -Signature and typed or legible printed name of individual acknowledging services. -Completed DD Form 2164, or equivalent form, when accomplishing PMI and/or calibration. C.3.3.3. Contractor's service technician shall deliver one copy of the FSR accomplished to the Biomedical Engineering Department. Payment may be made via Wide Area Work Flow (WAWF) or Government Purchase Card (GPC). Payment will not be accomplished until all documents are received. C.3.3.3.1. If service is completed after normal duty hours, or parts cost is not immediately available, the service report may be faxed to the MTF COR. The service report, whether faxed or hand delivered, shall be received by the Government within five working days from date of service. C.3.4. TOTAL LABOR AND TRAVEL COSTS: C.3.4.1. Total Billable Labor Costs (TBLC) for each call will not exceed a total of 8 hours. C.3.4.1.1. The Contractor may receive an increase in TBLC for specific equipment PMIs accomplished by providing the COR with written OEM manpower performance standards (hourly allowance) for requested work. If the OEM standard is not provided, American Hospital Association (AHA), American Society for Healthcare Engineering (ASHE) estimates or other nationally recognized standards may be submitted to the COR by the Contractor. Billed hours shall not exceed the submitted standard. If no standard is provided to the COR, the TBLC established in this paragraph will be used. C.3.4.1.2. One hour of travel time is authorized per call at the normal hourly rate for the equipment category line item pricing. Multiple calls, where the technician is on site and is or will be the responder, will be treated as one call for travel pay purposes. C.3.4.1.3. Remediation for Billing over TBLC or for parts not pre-approved by the COR - If invoicing for a remedial maintenance call is billed over the 8-hour TBLC, or parts are not approved by COR, the Contractor must contact the Contracting Officer to request payment relief for those additional hours/parts. Upon written authorization from the Contracting Officer, the COR will certify the additional payment to the Contractor. C.3.5. GOVERNMENT CREDIT: In the event the Contractor fails to respond on call within the time specified and/or fails to complete repairs/PMI within the time specified, the Contractor shall grant a credit to the Government per the following formula: Normal Time Total Labor Charge (TLC) not to exceed parameters of Para 1.5.4/1.5.5 for a repair / PMI visit. 10% of TLC deducted for First 1 8 duty hours beyond the established time frames. Plus 5% of TLC for each additional 8 duty hours. Overtime, Weekend and Holiday. TLC not to exceed parameters of Para 1.5.5.4.2./1.5.5.5.1 for a repair / PMI visit. 10% of TLC deducted for First 1 8 hours beyond the established time frames. Plus 5% of TLC for each additional 8 hour period. C.4. SECURITY CONTROL: C.4.1. Some travel service locations will have limited access to installations/bases with controlled gate openings and closures. Unscheduled gate closures by Law Enforcement personnel may occur at any time and personnel entering or exiting the installation may experience a delay. Contractor shall contact COR if delayed. C.4.2. Privately owned vehicles of Contractor's personnel are subject to being searched pursuant to applicable regulations. C.4.3. The award of this contract does not create a right to have access to any military installation. Any violation of an installation regulation or state or federal statute may result in the termination of the privilege to enter one or more military or federal installations. C.4.4. Telephone and information system access and/or connections required to support the equipment must meet DOD and MTF security requirements. C.4.5. Safe guarding the privacy of patient information must meet Health Insurance Portability and Accountability Act (HIPAA) and local policies. C.5. APPLICABLE DOCUMENTS: C.5.1. A partial list of publications applicable to this PWS is listed below. In performance of this contract the Contractor must adhere to these publications. MTFs will have branch of service unique publications available for viewing during normal duty hours. AR 385-10 Army Safety Program AFI 41-201 Medical Logistics Support AFOSH STI 91-8Medical Facilities AR 40-61Medical Logistics Policies and Procedures Title 21, CFR, Subchapter JBureau of Radiation & Health Regulations Title 29, CFR, Chap, XVIIOccupation Safety Health Act of 1970 Title 40, CFR, 262.12Protection of Environment Standards Applicable to Generators of Hazardous Waste. Title 40, CFR, 263Protection of Environment Standards Applicable to Transportation of Hazardous Waste. Title 40, CFR, 302Protection of Environment Designation, Reportable Quantities and Notification. C.6. CONTRACTOR'S MANAGEMENT AND USE OF ELECTROMAGNETIC EMISSION DEVICES ON A FEDERAL FACITITY OR BASE: Electromagnetic emission devices include Radio/RADAR transmitters; navigational aids; signaling instrumentation; intrusion detection and identification devices; mobile and fixed business radio communications equipment; and MARS, CBs and amateur radio stations. The Contractor shall comply with Federal instructions pertaining to Radio Frequency Spectrum Management. C.7. PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY: These services have been determined to be essential for performance during crisis according to DoDI 3020-37. The specific hours of operation required and the procedures to notify the Contractor are the same as those in paragraph 1. 5. (End of Performance Work Statement) SECTION J - Technical Exhibits Technical ExhibitsDescription A MTF Locations B Imaging Equipment C Advanced Imaging Equipment D Archiving Equipment E Lab Equipment F Advanced Lab Equipment G Other Equipment HKeesler JEglin KNellis LTravis MWPAFB *Due to format incompatibilities with this system, Technical Exhibits K, L, and M will not be attached with this RFI. To view these attachments, contact the Contract Specialist Mr. Anush Collins at anush.collins@amedd.army.mil and the spreadsheets of these attachments will be forwarded at the request of the vendor.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA10/W81K04-10-RFI-MED-MAINT/listing.html)
 
Place of Performance
Address: Center for Health Care Contracting ATTN: MCAA C BLDG 4197, 2107 17TH Street Fort Sam Houston TX
Zip Code: 78234-5015
 
Record
SN02138300-W 20100505/100503234405-b2ebf8cb687984a6e868d54e81862b93 (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.