Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 10, 2016 FBO #5496
SPECIAL NOTICE

J -- Medical Device/Medical Device Systems Maintenance and Repair Services - Draft PWS with Exhibits

Notice Date
12/8/2016
 
Notice Type
Special Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, Texas, 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W81K04-17-R-0003
 
Archive Date
1/8/2017
 
Point of Contact
Michael S. Brown, Phone: 2102954600, Kathleen D. Henderson,
 
E-Mail Address
michael.s.brown132.civ@mail.mil, kathleen.d.henderson2.civ@mail.mil
(michael.s.brown132.civ@mail.mil, kathleen.d.henderson2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Exhibit E Exhibit D Exhibit C Exhibit B Draft PWS THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Army Medical Command Health Readiness Contracting Office is not at this time seeking proposals and will not accept unsolicited proposals. Interested parties are advised the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. Potential responders are responsible for monitoring this site for additional information pertaining to this requirement. Background/Purpose: U.S. Army Medical Command (MEDCOM) and the Air Force Medical Service (AFMS) is considering an enterprise solution to streamline and integrate the processes for efficient, expedient, and cost-effective MD/MDS maintenance and repair services. The contractor shall provide all labor, material, supplies, tools, diagnostic software, and test equipment, except for those identified in the PWS, Section 3, Government-Furnished Items and Services, necessary to perform MD/MDS maintenance and repair services at multiple MTFs as identified in Exhibit B (MEDCOM) and Exhibit C (AFMS). The services will be performed on select equipment identified in Exhibit D (MEDCOM) and Exhibit E (AFMS). It may be necessary to add MTFs to the contract based upon the needs of the MEDCOM and the AFMS. Any changes to Exhibit B and/or Exhibit C will be incorporated into the contract via a bilateral modification. MD/MDS includes but are not limited to: - Diagnostic equipment (i.e. CT systems, MRI systems) - Treatment equipment (i.e. infusion pumps, medical lasers) - Life support equipment (i.e. ventilators, dialysis machines) - Monitoring equipment (i.e. SPO2 monitors, vital signs monitors) - Medical laboratory equipment (i.e. blood gas analyzers, centrifuges) - Therapeutic equipment (i.e. physical therapy equipment) The Draft Performance Work Statement (PWS) along with attachments B-E are attached to announcement for reference. RFI (PWS Comments) Response: Interested parties should provide feedback/input to this RFI by submitting the following information via email to Mr. Michael S. Brown, michael.s.brown132.civ@mail.mil, not later than 8 January 2017, 12:00 pm, Central Standard Time: 1. Company name 2. Company address 3. DUNS 4. POC information (name, title, phone number, email address, etc.) 5. Brief Company response statement addressing the following items: a. The MEDCOM seeks feedback on your optimal process/business perspective regarding creation of an enterprise-wide, services contract consisting of service, repair parts, calibration, upgrading and performing preventive maintenance on a per call basis. Feedback should include how you would provide and manage the preventative maintenance scheduling and performance, call notice and response procedures, calibration scheduling and performance, and streamlining repair cost and timelines at 4 Army locations. The optimal process/business perspective should also include how you could meet logistical on call coverage for these geographical sites, while maintaining the required calibration, and preventative maintenance and inspection schedules. b. What risks do you identify in your business approach and how would they need to be mitigated in order to successfully perform the enterprise-wide repair and maintenance services? d. What prior experience can you offer for similar services for a medical organization? e. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 811219 - Other Electronic and Precision Equipment Repair and Maintenance. Please limit your documentation to the following Page Size, Font Type and Size, Spacing and Page Numbering. Responses shall be submitted using a Microsoft Word document with page size 8.5 by 11 inches. Font type shall be Times New Roman, size 10-12 using standard tabs and indent software features with no less than single spacing between lines. Responses are limited to no more than five (5) pages for the entire RFI response statement. All transmitted information marked proprietary shall be treated as such. Therefore, businesses should identify any proprietary information in their responses. Proprietary materials will neither be distributed, nor discussed with, any other organization. Information submitted in response to this will be used at the discretion of the Government. Further, the information submitted will remain confidential insofar as permitted by law, including the Freedom of Information and Privacy Acts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA10/W81K04-17-R-0003/listing.html)
 
Place of Performance
Address: See Exhibits, San Antonio, Texas, 78234, United States
Zip Code: 78234
 
Record
SN04346408-W 20161210/161208233856-804f061c4a9e1120f9ac2ec680e21338 (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.