Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2011 FBO #3668
SOLICITATION NOTICE

J -- Tecan Evolyzer Analyzer Maintenance

Notice Date
12/8/2011
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W91YTV12T0004
 
Response Due
1/10/2012
 
Archive Date
3/10/2012
 
Point of Contact
Valerie DeVeaux, (706) 787-8438
 
E-Mail Address
Southeast Regional Contracting Office
(valerie.deveaux@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The solicitation number W91YTV-12-T-0004 for purchase request GFEBS 0010064335 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, and DFAR Chang Notice: 20110304. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219. Size standard is $19.0M. This RFQ is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency. Responses due date: ___JANUARY 10, 2012____. The requirements of this solicitation is for Maintenance Service of Tecan Evolyzer Analyzer Unit for Eisenhower Army Medical Center, Fort Gordon, GA. Initial Performance Period: 6 April 2012 through 5 April 2013. Item No. 0001 Annual Maintenance on Tecan Evolyzer Analyzers for Eisenhower Army Community Hospital, Fort Gordon, GA. Service to include: Parts, Labor and One preventive maintenance visit, on-site repairs, update installations to include hardware, firmware and software. Services to be performed IAW Performance Work Statement (PWS). QTY: 12 Months; Unit Price: $___________ Total Amount: $____________ Item No. 0002 Contract Manpower Reporting (CMR). Provide annual CMR report to include the man-hours that will be required to complete this report by 31 October of the Government fiscal year. Reporting period will be for the period of performance not to exceed 12 months ending 30 September of each Government fiscal year. This report must be completed by 31 October of each calendar year. It is the contractor's responsibility to read the CMR Reporting Clause attached to this solicitation. QTY: 1 EACH Unit Price: $_______________Total Amount: $___________ Item No. 1001 Annual Maintenance on Tecan Evolyzer Analyzers for Eisenhower Army Community Hospital, Fort Gordon, GA. Service to include: Parts, Labor and One preventive maintenance visit, on-site repairs, update installations to include hardware, firmware and software. Services to be performed IAW Performance Work Statement (PWS). QTY: 12 Months; Unit Price: $___________ Total Amount: $____________ Item No. 1002 Contract Manpower Reporting (CMR). Provide annual CMR report to include the man-hours that will be required to complete this report by 31 October of the Government fiscal year. Reporting period will be for the period of performance not to exceed 12 months ending 30 September of each Government fiscal year. This report must be completed by 31 October of each calendar year. It is the contractor's responsibility to read the CMR Reporting Clause attached to this solicitation. QTY: 1 EACH Unit Price: $_______________Total Amount: $___________ Item No. 2001 Annual Maintenance on Tecan Evolyzer Analyzers for Eisenhower Army Community Hospital, Fort Gordon, GA. Service to include: Parts, Labor and One preventive maintenance visit, on-site repairs, update installations to include hardware, firmware and software. Services to be performed IAW Performance Work Statement (PWS). QTY: 12 Months; Unit Price: $___________ Total Amount: $____________ Item No. 2002 Contract Manpower Reporting (CMR). Provide annual CMR report to include the man-hours that will be required to complete this report by 31 October of the Government fiscal year. Reporting period will be for the period of performance not to exceed 12 months ending 30 September of each Government fiscal year. This report must be completed by 31 October of each calendar year. It is the contractor's responsibility to read the CMR Reporting Clause attached to this solicitation. QTY: 1 EACH Unit Price: $_______________Total Amount: $___________ Item No. 3001 Annual Maintenance on Tecan Evolyzer Analyzers for Eisenhower Army Community Hospital, Fort Gordon, GA. Service to include: Parts, Labor and One preventive maintenance visit, on-site repairs, update installations to include hardware, firmware and software. Services to be performed IAW Performance Work Statement (PWS). QTY: 12 Months; Unit Price: $___________ Total Amount: $____________ Item No. 3002 Contract Manpower Reporting (CMR). Provide annual CMR report to include the man-hours that will be required to complete this report by 31 October of the Government fiscal year. Reporting period will be for the period of performance not to exceed 12 months ending 30 September of each Government fiscal year. This report must be completed by 31 October of each calendar year. It is the contractor's responsibility to read the CMR Reporting Clause attached to this solicitation. QTY: 1 EACH Unit Price: $_______________Total Amount: $___________ Item No. 4001 Annual Maintenance on Government owned Tecan Evolyzer Analyzers for Eisenhower Army Community Hospital, Fort Gordon, GA. Service to include: Parts, Labor and One preventive maintenance visit, on-site repairs, update installations to include hardware, firmware and software. Services to be performed IAW Performance Work Statement (PWS). QTY: 12 Months; Unit Price: $___________ Total Amount: $____________ Item No. 4002 Contract Manpower Reporting (CMR). Provide annual CMR report to include the man-hours that will be required to complete this report by 31 October of the Government fiscal year. Reporting period will be for the period of performance not to exceed 12 months ending 30 September of each Government fiscal year. This report must be completed by 31 October of each calendar year. It is the contractor's responsibility to read the CMR Reporting Clause attached to this solicitation. QTY: 1 EACH Unit Price: $_______________Total Amount: $___________ Place of Performance: Eisenhower Army Community Hospital 300 E. Hospital Road, Room 3J-14 Fort Gordon, GA 30905 UNITED STATES FAR and DFARS provisions and clauses. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. The following provision at 52.212-1, Instructions to Offeror - Commercial Items (JUNE 2008). Addendum to 52.212-1: (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation. The provision at 52.212-2, Evaluation - Commercial Items (JAN 1999). ADDENDUM TO 52.212-2 (a) is hereby replaced with the following: 1. Evaluation Process. a. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the 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: Technical acceptability and price. 1. Technical acceptability: Explain how your company will meet the terms of the solicitation for maintenance services of the items as specified in the solicitation. Prospective contractors shall demonstrate that the services offered complies with the technical requirements described by submission of a written capability statement with their offer. This written capability statement must be submitted with offer and not exceed 10 pages. 2. Price. The offeror shall submit pricing for all CLINs identified in the combined synopsis/ solicitation, unless otherwise noted. Pricing will be evaluated to the extent to which it is fair and reasonable in term of the Government's equipment. 3. Evaluation Process: All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable quote as determined by the end user. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate proposals and award a contract without discussions. Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. IAW 52.212-3 Offeror Representations and Certifications- Commercial Items. Offeror must complete annual representations and certifications on-line at http://orca.bpn.gov. Offers are due by 1 February 2012, 4:00 PM, Eastern Standard Time. Submit offers via email to Valerie.DeVeaux@us.army.mil Contracting Office Address: Southern Region Contracting Office - East (SRCO-E) 39706 40th Street Fort Gordon, GA 30905 Point of Contact: Valerie DeVeaux, Contract Specialist, (706) 787-8438 The following stand alone discretionary FAR and DFARS provisions are necessary: 52.225-25 - Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (SEP 2010). 52.222-48 -Exemption From Application of the Service Contract Act to Contracts for Maintenance, Calibration, or repair of Certain Equipment Certification (FEB 2009). 52.252-1 - Solicitation Provisions Incorporated by Reference (FEB 1998). 52.252-5 - Authorized Deviations in Provisions (APR 1984), (b) DoD Far Supplement (48 CFR Chapter 2). 52.203-3 - Gratuities (APR 1984). 52.203-6 - Restrictions On Subcontractor Sales To The Government (SEP 2006). 52.203-12 - Limitation On Payments To Influence Certain Federal Transactions (OCT 2010). 52.204-4 - Printed Or Copied Double-Sided On Postconsumer Fiber Content Paper (MAY 2011). 52.204-9 -- Personal Identity Verification of Contractor Personnel (JAN 2011). 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010). 52.209-6 -- Protecting the Government's Interest When Subcontracting with Contractors Debarred, suspended, or proposed for Debarment (DEC 2010). 52.222-3 -- Convict Labor (JUN 2003). 52.222-21-- Prohibition of Segregated Facilities (FEB 1999) (EEO). 52-222-26 -- Equal Opportunity (MAR 2007) (EEO). 52.222-35 - Equal Opportunity for Veterans (SEP 2010). 52.222-36 -- Affirmative Action for Workers with Disabilities (OCT 2010). 52.222-50 -- Combat Trafficking in Persons (FEB 2009). 52.222-51 - Exemption From Application of The Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment - Requirements (NOV 2007). 52.223-5 - Pollution Prevention and Right-To-Know Information (MAY 2011) 52.223-18 - Contractor Policy to Ban Text Messaging While Driving (SEP 2010). 52.225-13 - Restrictions on Certain Foreign Purchases (JUN 2008). 52.228-5 - Insurance - Work On a Government Installation (JAN 1997). 52.232-18 - Availability of Funds (APR 1984) (Next FY). 52.232-33 -- Payment by Electronic Funds Transfer -- Central Contractor Registration (OCT 2003). 52.233-2 - Service of Protest (SEP 2006). 52.233-3 - Protest After Award (AUG 1996). 52.233-4 - Applicable Law for Breach of Contract Claim (OCT 2004). 52.237-2 - Protection of Government Buildings, Equipment, And Vegetation (APR 1984). 52.237-3 - Continuity of Services (JAN 1991). 52.242-13 - Bankruptcy (JUL 1995). 252.201-7000 - Contracting Officer's Representative (DEC 1991). 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials (JAN 2009). 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights (JAN 2009). 252.204-7000 - Disclosure of Information (DEC 1991). 252.204-7003 - Control of Government Personnel Work Product (APR 1992). 252.227-7015 - Technical Data-Commercial Items (MAR 2011). 252.227-7037 - Validation of Restrictive Markings on Technical Data (SEP 1999). 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (MAR 2008). 252.232-7010 - Levies on Contract Payments (DEC 2006). 252.243-7001 - Pricing of Contract Modifications (DEC 1991). 252.243-7002 - Requests for Equitable Adjustment (MAR 1998). 52.217-8 - Option to Extend Services (NOV 1999). 52.217-9 - Option to Extend the Term of the Contract (MAR 2000). 52.252-2 - Clauses Incorporated by Reference (FEB 1998). 52.252-6 - Authorized Deviations in Clauses (APR 1984). 252.204-7008 - Export-Controlled Items (APR 2010). 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2011) (DEVIATION). INVOICING INFORMATION: All prospective offeror must be registered in the Wide Area Work Flow (WAWF) System. For registration go to https://wawf.eb.mil/ and follow the registration instructions. The payment on invoices will be made quarterly invoices as a 2-in-1 invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil (reference clause 252.232-7003). Web Base Training is available at www.wawftraining.com and for more information go to www.dod.mil/dfas and click the e-commerce link. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (AUG 2011) (DEVIATION). PERFORMANCE OF WORK STATEMENT POP: 6 April 2012 to 5 Apr 2013 w/option years 1. DESCRIPTION OF SERVICES : The contractor shall provide non-personal service, repair parts, calibration, upgrading and performing preventive maintenance on a per call basis for the types of equipment listed in the Technical Exhibits (TE). Service shall include all labor, parts, and materials, excluding disposable and consumable supply items. The contractor shall provide remote service/applications diagnostic support for the EQUIPMENT COVERED WITH CORRESPONDING SERIAL NUMBERS AND SITE NUMBERS. The contractor shall have the means of obtaining manufacturer's authorized field modification instructions (FMIs), individuals 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), included TE's and perform such modification when requested by the government. The contractor shall provide equipment modifications, normally furnished by the manufacturer. This includes field modifications safety corrections, all software updates, and revisions designed to correct software deficiencies when requested by the government. 1.1 This contract may only be used by the MTFs listed in the TE/PWS. 1.2. DEFINITIONS 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 six general categories. The assignment of equipment to each equipment category is not limited to the equipment listed in the CLINs or equipment list provided. The government reserves the right to add or delete items from each category of equipment on an as needed basis to continue to provide high quality healthcare. The contracting officer shall resolve all disputes pertaining to the classification not specifically listed in the included list. 1.2.2 Preventive Maintenance Inspections (PMI): PMIs are the care and servicing of the equipment (in accordance with manufacturer's 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. 1.2.3 Remedial Maintenance: On call remedial maintenance is the service required to restore equipment to a condition within the manufacturer's 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 equipment's published specifications, unless such damage is caused by the contractor. The remedial maintenance includes the inspection, testing, trouble shooting, servicing, re calibration (if incidental to repair), and all other actions necessary to return item to full service state. 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. 1.2.5 Technical Data: A complete files of service manuals and service diagnostic software foe each OEM's equipment (i.e. operational and service manuals, schematics, and parts list. 1.2.6 Medical Treatment Facility: The medical treatment facility (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. 1.2.7. Contract Administrator (CA): A person appointed to administer contracts on behalf of the U.S. Government. 1.2.7.1. Contracting Officer (CO or KO): A person duly appointed with the authority to enter into and administer contracts on behalf of the U.S. Government. 1.2.7.2. Contracting Officer's Representative (COR): An individual designated by the contracting officer to act as his representative to assist in the administering a contract. The source and authority for a COR are contained in the written letter of designation. 1.3. ABBREVIATIONS: ARArmy Regulation CLINContract Line Item Number CORContracting Officer's Representative DoDDepartment of Defense DoDIDepartment of Defense Instruction ECNEquipment Control Number FARFederal Acquisition Regulation FDAFood and Drug Administration IAWIn Accordance With NFPA National Fire Protection Association OEMOriginal Equipment Manufacturer OSHA Occupational Safety and Health Association POCPoint of Contact PWSPerformance Work Statement QAEQuality Assurance Evaluator 1.4 HOURS OF PERFORMANCE: 1.4.1 Normal Hours/ Duty Hours: Monday through Friday from 8:00 am to 5:00 PM. 1.5 RESPONSE/PERFORMANCE TIME STANDARDS 1.5.1 On site response time constraint calculations are initiated by the initial phone contact between the contractors POC and the COR and are concluded upon the technicians arrival on site. 1.5.2 If there is a scheduling problem and the Government is at fault, the contractor must notify the COR immediately. The contractor must provide documentation of this notification, including names, dates, and times. 1.5.4 Preventive maintenance inspections 1.5.4.1 The COR will contact the contractor to request a PMI be scheduled for the current month. The contractor will contact the COR within 5 duty days of the original request for the PMI service to be scheduled the PMI date. The contractor technician will respond on site within two (2) hours of scheduled PMI appointment time. 1.5.4.2 PMIs will be completed no later than 25 days after initial contact for services. 1.5.4.3 The PMIs will be completed within eight (8) duty hours of arrival on site. 1.5.4.4 Contractor shall provide the COR (when requested) with 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) 1.5.5. Remedial Maintenance 1.5.5.1 The contractor's technician must 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 equipment's published specifications. 1.5.5.2 Failure to meet the above repair time standards shall result in a credit being granted to the Government (see paragraph 3.5 for payment computation formula). 1.5.5.3 Contractor must complete all maintenance required to bring equipment back to a fully operational condition within eight (8) clock hours of arrival on site for work done during overtime, weekend, and holiday hours and within eight (8) duty hours for work done in normal work hours. 1.5.5.4 Except for Advanced Imaging Equipment: Contractor's technician on site response times for all equipment categories is with 8 duty hours of initial contact. 1.5.5.4.1 Failure to meet the above response time standards shall result in credit being granted to the Government. (see paragraph 3.5. for payment computation formula). 1.6 TECHNICAL DATA AVAILABILITY: The contractor shall obtain, have on file, and make available to all operational and technical documentation necessary to meet the performance requirements of this contract. Government literature of non propriety 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 it's inventory). 1.7 REPLACEMENT AND REPAIR PARTS: 1.7.1 The Contractor shall use only new or refurbished repair parts. The parts must meet OEM specifications. All refurbished shall be quality tested by the OEM's "Quality Assurance" Department and be certified as meeting the OEM's minimum requirements. Non-OEM parts must be approved by the COR prior to installation. 1.7.1.1 The Contractor must provide written evidence from OEMs or parts suppliers, of their ability to obtain parts that meet OEM specifications and in the quantities and times sufficient to meet the terms of the contract, if requested by the Government. 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 will ensure the equipment is in compliance with the latest published editions of NFPA-99, manufacturer's specifications, and Federal and DOD guidelines, regulation, performance standards, and specifications. 1.7.2. The Contractor shall be reimbursed for all parts at the manufacturer's 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 shall be utilized. If no published price list exist, the contractor shall 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 contractor's most favorable price. 1.7.2.1 The contractor's invoices must identify parts as being OEM or non-OEN. If the part is OEM, the invoice will also show the list price, indicate the discount cost (where applicable) and document exchange parts. 1.7.2.2 Upon request by the COR, parts replacement shall require written approval by the COR prior to installation. 1.7.2.3 When cumulative parts for a call are priced at $250.00 or less, the contractor shall not be required to provide verification of most favorable price, unless requested by COR. 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. Clock time shall resume upon contractor notification that parts are available. On request, the contractor will provide the Government parts replaced by non- exchange parts. 1.7.3.1 The contractor shall perform a system a system calibration each time an x ray tube is replaced. 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 by the contractor (i.e. x-ray or CT tubes, collimators, etc). 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 item line on the invoice. Approval or non approval does not relieve the contractor from meeting timeframes establish in the contract. 2. CONTRACTOR RESPONSIBILITY 2.1 Contractor shall provide a POC who can be reached 24 hours a day. If the contractor changes the POC, the government shall be notified in writing 5 days prior to said change. 2.2 The contractor's technician shall be onsite within the time frames established in paragraph 1.5. 2.3 The contractor shall report to the medical facility Biomedical Engineering Department upon arrival to and before departure date from MTF. 2.4 The Contractor shall complete appropriate Government Verification/ Certification forms (including but not limited to DD form 2164, or DD form 2163, or government approved equivalent e.g. Vendor's Verification/ Certification Work Sheet (VVCWS), in accordance with instructions provided by maintenance personnel for every PMI performed. 2.5 Contractor personnel shall maintain a clean and neat appearance and wear an identification badge at all times when performing services at Government site. Identification badges shall be in a clearly visibly area of the outer garment. 2.6 Contractor shall comply with the MTF security requirements. 2.7 This is a non personal 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 it's administration, to the supervision and control usually prevailing in a relationship, between the Government and it's employees. The Government may evaluate the quality of professional and administrative service provided, but it retains no control over the professional aspects of services rendered. 2.7.1 All contractor's service personnel shall read, understand, fluently speak, and legibly write English. 2.8 The Contractor shall provide written evidence, certificate, or diploma for service personnel to be utilized on this contract, to include future replacements, comply with one of the following standards. 2.9 Contractor's personnel shall be 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 2.9.1 Have an Associate Degree in Biomedical Technology or Electronics from an accredited school of learning and have a minimum o f 24 months experience servicing the specific equipment. 2.9.2 The Contractor shall not employ current DoD employees, military or civilian, to provide services under this contract. 2.10 Contractor personnel operating motor vehicle on Federal property shall possess an operator's license of the category of vehicle being operated and automobile insurance as required by regulations/laws governing said Federal property. 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. 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 Government Installation and clause entitled "Other Insurance Requirements." 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. 2.14 The Contractor shall comply with AR 385-10 as appropriate. When the Contactor's personnel are within the MTF, they shall comply with cell phone use, safety, and fire evacuation plan/instructions for the MTF. 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. 2.16 The Contractor shall report accidents to the COR and the host Safety Office at the MTF. 2.17 The Contractor shall safeguard an 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. 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. 2.19 The Contractor shall provide and be responsible for ensuring that contract personnel wear a dosimeter film badge when working in proximity to ionizing radiation. 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. 2.21 Contractor shall not remove any equipment from the MTF without approval of the COR who will properly account for equipment according to established procedures. 2.22 Transportation for equipment authorized to be removed for repair shall be at no additional cost to the Government. 2.23 Neither the Contractor nor the contractor's personnel shall divulge or release data or information developed or obtained under performance of the PWS, except to authorize Government personnel or upon written approval of the Contracting Officer. The Contractor shall not use, disclose, ore reproduce proprietary data that bears a restrictive legend, other than as specified in the PWS. 2.24 The contractor shall furnish all labor materials and equipment necessary to prevent environmental pollution that could result from the service performed or failure to properly perform the services under this contract. 2.25 The Contractor shall comply with all applicableFederal, State, County, and Municipal laws and regulations concerning pollution of rivers, lakes, streams, and other waters. 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. 2.27 In the event of a spill, the Contractor shall immediately contain the spill, and then contact the MTF COR, and the host Safety Office. 2.28 The Contractor shall contain, cleanup, and restore the area to the standards as directed by the Environmental Management Office throughout the COR. 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. 2.30 The Contactor shall provide all service literature, reference publications and diagnostic software to be used by Contractor personnel for the provision of the services according to the PWS. 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. 3. ADMINSTRATIVE CONTROL: Contractor shall receive service calls from the Contracting Officer or COR's only 3.1.1 COR designation and the names of personnel authorized to place calls shall be provided upon award of the contract. 3.2 The Contractor shall report to the Clinical Engineering Department upon arrival to and before departure from the MTF. 3.3 Field Service report (FSR): 3.3.1 Contractor's service technician/representative shall prepare for each service call and obtain the signature of the user within the using activity, or the COR's signature certifying the requested service was rendered and accepted. 3.3.2 The FSR shall include the following minimum information: -Government contract number -Call number -ECN (Equipment Control Number) -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 2163, or equipment form, when accomplishing PMI and/ or calibration 3.3.3 Contractor's service technician shall deliver one copy of the FSR accomplished to the Clinical Engineering Department. At Government discretion 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. 3.3.3.1 If service is completed after 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 form date of service. 3.4 TOTAL LABOR AND TRAVEL COSTS: 3.4.1 Total Billable Labor Costs (TBLC) for each call shall not exceed a total of 8 hours. 3.4.1.1 The Contractor may receive an increase in TBLC for specific equipment PMI's 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 the paragraph will be used. 3.4.1.2 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. 3.4.1. 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 Contactor shall grant a credit to the Government per the Following Formula: (The Labor Charge, (TLC) Normal Time TLC*x10%@+ [(TLC*x 5%#) Y] = Credit to the Government * = Total Contract0r's labor charge for a repair / PMI visit. @ = First 1-8 duty hours beyond the established time frames in Para. 1.5. # = For each 8 hours duty time (y) beyond @ Overtime, Weekend and Holiday TLC* x 10%@ + [(TLC* x 5%#) Y] = credit to the Government * = Total contractor's labor charge for a repair/PMI visit @ = First 1-8 hours beyond the established then frames in Para. 1.5. # = For each 8 hours time (y) beyond @ 3.5 LEGAL HOLIDAYS: The following legal holidays are observed: New year's Day1 January Martin Luther King's BirthdayThird Monday in January President's DayThird Monday in February Memorial DayLast Monday in May Independence Day4 July Labor Dayfirst Monday in September Columbus Day Second Monday in October Veteran's Day11 November Thanksgiving Day fourth Thursday in November Christmas Day 25 December Note: Any of the above holidays falling on a Saturday will be observed on the proceeding Friday; holidays falling on a Sunday will be observed on the following Monday. 4. SECURITY CONTROL: 4.1 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. 4.2 Privately owned vehicles of contractor's personnel are subject to being searched pursuant to applicable regulations. 4.3 The award of this contract does not create a right to have access to any military installation's 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 installation. 4.4 Telephone and information system access and/or connections required to support the equipment must meet DOD and MTF security requirements. 4.5 Safe guarding the privacy of Patent information must meet Health Insurance Portability and Accountability Act (HIPAA) and local policies. 5. APPLICABLE DOCUMENT: A partial list of publications applicable to this PWs is listed below. In performance of this contract the Contractor must adhere these publications. MTFs will have branch of service unique publication available for viewing during normal duty hours. AR385-10Army Safety Program 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 6. CONTRACTOR'S MANAGEMENT AND USE OF ELECTROMAGNETIC EMMISION DEVICES ON A FEDERAL FACILLITY OR BASE: Electra magnetic emission devices include Radio/RADAR transmitters; navigational aids, signaling instrumentation; intrusion detection and identification devices; mobile and fixed business radio communication equipment; and MARS, CBs and amateur radio stations. The Contractor shall comply with Federal instruction pertaining to "Radio Frequency Spectrum Management." 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. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) The following minimum Quality Assurance Surveillance Plan applies. The Government may modify inspection methods in accordance with site specific requirements. PERFORMANCE OBJECTIVEPERFORMANCE STANDARDREF PWSMETHOD OF ASSESSMENT Contractor shall deliver two complete PMs and provide on-site technical support for maintenance including calibration, correlation, and quality control studies to bring system to a fully operational status at no additional cost to the Government.Comply initially and as required 100% of the time.2.0 - 3.3COR Review Contractor shall adhere to all performance requirements in paragraphs of the PWS.Comply initially and as required 100% of the time.1.4 - 7.0COR Review Contractor shall submit invoices in WAWF within 7-10 days of shipping date and no later than 30 days of shipping date.Comply initially and as required 100% of the time.3.4COR Review Contractor shall respond to routine service calls within 24 hours with deficiencies correcred within 48 hours after arrival on-site.Maintain in an operational state 95%, no less than 5% downtime2.0 - 2.31COR Review STANDARD MEASUREMENT PAST PERFORMANCE ASSESSMENT 99% to 100% Excellent Document Past Performance 96% to 98% Very Good Assessment Report, paying 95% Satisfactory particular attention to 91% to 94% Marginal performance that exceeds 90% or Less Unsatisfactory the standard TECHNICAL EXHIBIT MTF: Dwight D. Eisenhower Army Medical Center, Fort Gordon, GA 30905 ECNSERIALMANUFACURERMODELLOCATION 24206807004915TECAN US INCFREEDOM EVOSpecial Chemistry RM 1H-04 52.204-5 - Women-Owned Business Other Than Small Business (MAY 1999). 52.225-25 - Prohibition onEngaging in Sanctioned Activities Relating to Iran-Certification (SEP 2010). 52.222-48 - Exdmption From Application of The Service Contract Act To Contracts For Maintenance, Calibration, or Repair of Certain Equipment Certification (FEB 2009). 52.252-1 -- Solicitation Provisions Incorporated by Reference (FEB 1998). 52.252-5 -- Authorized Deviations in Provisions (APR 1984). 252.204-7011 - Alternative Line-Item Structure (SEP 2011). 252.212-7000 -- Offeror Representations and Certifications--Commercial Items (JUN 2005).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV12T0004/listing.html)
 
Place of Performance
Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
Zip Code: 30905-5650
 
Record
SN02635802-W 20111210/111208234159-9d4d071cca87df25f5ef582d7b6d084c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.