SOLICITATION NOTICE
65 -- Software and support program agreement for Landmarx ENT Image Guidance System
- Notice Date
- 4/29/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Army, U.S. Army Medical Command, Southeast Regional Contracting Office, Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
- ZIP Code
- 30905-5650
- Solicitation Number
- W91YTV-09-T-0075
- Response Due
- 5/4/2009
- Archive Date
- 7/3/2009
- Point of Contact
- Charles Williams, 706-787-7944<br />
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W91YTV-09-T-0075. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. The North American Industry Classification System Code (NAICS) for this procurement is 811219. This requirement is an unrestricted requirement for contractors however all responsive offers submitted by responsible small business concerns will be considered. The period of performance will be for a base period plus three option periods starting 09 May 09 through 30 September 2012. The Southeast Regional Contracting Office, Fort Gordon, GA, has a requirement for the following service to be performed at Martin Army Community Hospital, Fort Benning, GA: CLIN 0001 LANDMARX ENT IMAGE GUIDANCE SYSTEM 3 YEAR SOFTWARE AND SUPPORT PROGRAM AGREEMENT TO INCLUDE 2 PREVENTIVE MAINTENANCE SERVICES PER YEAR, 24 HOURS/7 DAYS A WEEK TECHNICAL SUPPORT AND SOFTWARE UPDATES (See Performance Work Statement). BASE PERIOD 09 MAY 09 TO 30 SEP 09. UNIT PRICE _____________ TOTAL PRICE ______________. CLIN 1001 OPTION PERIOD 1 - LANDMARX ENT IMAGE GUIDANCE SYSTEM 3 YEAR SOFTWARE AND SUPPORT PROGRAM AGREEMENT TO INCLUDE 2 PREVENTIVE MAINTENANCE SERVICES PER YEAR, 24 HOURS/7 DAYS A WEEK TECHNICAL SUPPORT AND SOFTWARE UPDATES (See Performance Work Statement). PERFORMANCE PERIOD 01 OCT 09 TO 30 SEP 10. UNIT PRICE _____________ TOTAL PRICE ______________. CLIN 2001 - OPTION PERIOD 2 LANDMARX ENT IMAGE GUIDANCE SYSTEM 3YEAR SOFTWARE AND SUPPORT PROGRAM AGREEMENT TO INCLUDE 2 PREVENTIVE MAINTENANCE SERVICES PER YEAR, 24 HOURS/7 DAYS A WEEK TECHNICAL SUPPORT AND SOFTWARE UPDATES (See Performance Work Statement). PERFORMANCE PERIOD 01 OCT 10 TO 30 SEP 11 UNIT PRICE _____________ TOTAL PRICE ______________. CLIN 3001 - OPTION PERIOD 3 LANDMARX ENT IMAGE GUIDANCE SYSTEM 3 YEAR SOFTWARE AND SUPPORT PROGRAM AGREEMENT TO INCLUDE 2 PREVENTIVE MAINTENANCE SERVICES PER YEAR, 24 HOURS/7 DAYS A WEEK TECHNICAL SUPPORT AND SOFTWARE UPDATES (See Performance Work Statement). PERFORMANCE PERIOD 01 OCT 11 TO 30 SEP 12 UNIT PRICE _____________ TOTAL PRICE ______________. PERFORMANCE WORK STATEMENT (PWS) MARTIN ARMY COMMUNITY HOSPITAL FORT BENNING, GEORGIA 1. Software and Support Program Coverage for the below listed item: LandmarX ENT Image Guidance System Contract Period: 9 May 2009 -8 May 2012 2. GENERAL SCOPE OF WORK 2.1. The contractor shall provide all software upgrades, 24 hour/7 day Telephone Technical Support, and physical swap of any defective components as well as 2 ea preventive maintenance inspections per year. 2.2. PERSONNEL. 2.2.1. HOURS OF OPERATION. The instrument services shall be provided eight hours a day five days a week, 8:00 a.m. 5:00 p.m. excluding legal public holidays listed in Section 3.12. of this work statement. 2.2.2. MINIMUM PERSONNEL QUALIFICATIONS. Services under this Contract shall be performed by individuals who have demonstrated knowledge and competence in the servicing and maintaining of the specific instrumentation under this Contract. The Contractor shall insure repair technicians have been trained on the specific equipment under contract and have two (2) years of experience in maintaining equipment specified in number 1 above. Contractor must be certified on all equipment serviced and provide written certification to Martin Army Community Hospital. 2.2.3. SECURITY REQUIREMENTS. Contractor personnel or any representative of the contractor entering Fort Benning shall abide by all security regulations and shall be subject to security checks. 2.2.4. PERSONAL APPEARANCE. Contractor personnel working under this contract shall practice high standards of personal hygiene and maintain a clean, neat appearance while on duty. 2.3. QUALITY ASSURANCE. Upon completion of work, an acceptance inspection will be conducted by the Government (personnel from Equipment Management Branch, Logistics Division, Martin Army Community Hospital and the equipment user) to ensure all services are completed. 2.4. QUALITY CONTROL. The contractor shall be responsible for ensuring that the quality of service and materials provided under this contract meet or exceed the performance work statement. 3. DEFINITIONS 3.1. ADVISORY DOCUMENT. A document containing information and guidance for use by the contractor. The directive is not binding for compliance. 3.2. CALENDAR DAY. The time from midnight to midnight. 3.3. RESERVED 3.4. CONTRACTING OFFICER (CO). A person duly appointed with the authority to enter into and administer contracts on behalf of the government. The Contracting Officer is designated from the Southeastern Regional Contracting Office. 3.5. CONTRACTING OFFICERS REPRESENTATIVE (COR). An individual designated in writing by the contracting officer to act as an authorized representative of the contracting officer to perform specific contract administrative functions within the scope and limitations as defined by the contracting officer. The Contracting Officer Representative is CW3 Charles M. Martin, Chief, Equipment Management Branch, and ACOR is Mrs. Linda Norris, Supply Technician Equipment Management Branch. 3.6. CONTRACTOR. The contractor, its subsidiaries and affiliates, joint ventures involving the contractor, or any entity which the contractor may have merged or an individual or entity that assisted or advised the contractor in the preparation of a proposal under this solicitation. 3.7. CONTROL. Having authority or influence over the operation and use of equipment. The period of Contractor control is defined as the time when the operator turns the equipment over to the repair technician and ending at the time the operator accepts the equipment back. 3.8. DEFECT. Any nonconformance of a part or assembly of the system under contract to specified requirements. 3.9. GOVERNMENT FURNISHED PROPERTY (GFP). All equipment, goods, and land possessed by the government and subsequently delivered or otherwise made available to the contractor. 3.10. LEGAL PUBLIC HOLIDAYS. Holidays in each calendar year identified as follows: New Years Day, January 1 Martin Luther Kings Birthday, 3rd Monday in January Washingtons Birthday, 3rd Monday in February Memorial Day, last Monday in May Independence Day, July 4 Labor Day, 1st Monday in September Columbus Day, 2nd Monday in October Veterans Day, November 11 Thanksgiving Day, 4th Thursday in November Christmas Day, December 25 Those holidays falling on a Saturday will be observed on the preceding Friday. Those falling on Sunday will be observed on the following Monday. 3.11. MACH. An acronym, Martin Army Community Hospital. 3.12. MANDATORY DOCUMENT. A directive obligating the contractor to perform the effort strictly in accordance with the method specified in the directive to meet the stated results of the directive. The mandatory documents are all service records, documenting parts cost, and labor cost. 3.13. NORMAL DUTY HOURS. 8:00 a.m. to 5:00 p.m., Monday through Friday, excluding public holidays. 3.14. PERFORMANCE WORK STATEMENT (PWS). A document that clearly and accurately describes the essential and technical requirements for items, material, or services provided under the terms and conditions of this contract. 3.15. PREVENTIVE MAINTENANCE CHECKS AND SERVICES (PMCS). Maintaining equipment in a like new operating condition in accordance with the manufacturers specifications. Accomplished by providing systematic inspection, detection, and correction of incipient failure, before they occur or before they develop into a major defect, replacement of cracked or work buttons, covers, etc. Cleaning and lubrication will be included, as needed, on all internal parts as well as external cleaning after services are performed. 3.16. QUALITY ASSURANCE. Those actions taken by the Government to assure that the quality of purchased goods and services received are acceptable in accordance with established standards and requirements of the contract. 3.17. QUALITY ASSURANCE EVALUATOR (QAE). A Government representative responsible for performing surveillance and inspection of contractor performance. 3.18. REPAIR COMPLETION TIME: The timeframe requirement within which the Contractor must have the equipment in fully serviceable condition. This may involve correction of a specific failure or unserviceable condition from time of verbal or written modifications that a service is required on the equipment. 3.19. RESPONSE TIME. The allotted time for the Contractor to arrive onsite. Measured from the time of verbal notification that service is required. Response time for this contract is 2 business days after service call is confirmed. Equipment uptime requirement is 95% or better. 3.20. ROUTINE SERVICE CALL. Request for onsite unscheduled service call (excluding emergency calls). 3.21. WEEKEND. The period beginning on Friday at 5:00 p.m., and ending Monday at 7:30 a.m. When a legal holiday, the period will end on Tuesday. 4. GOVERNMENT FURNISHED PROPERTY AND SERVICES 4.1. The Government shall provide the equipment listed in section 7.5, 7.6 of this (PWS) and, as required, in connection with this contract. 5. CONTRACTOR FURNISHED ITEMS 5.1. The Contractor shall furnish all software upgrades, materials, Original Equipment Manufacturer Parts, labor, and supplies necessary to perform the services described herein, other than those listed specifically at 4.1 as Government furnished. Travel is included in the overall contract cost. 6. SPECIFIC TASKS 6.1. The contractor shall provide a complete inspection, cleaning and maintenance to ensure proper operation and lubrication. Functional check all primary and backup systems including measurement of leakage current. Instruction on detailed machine operation for all new and existing personnel. Installation of all OEM mandatory software or hardware upgrades to improve product reliability or performance. Full parts replacement and 24x7 telephone support. 6.2. Contractor's representative shall report to the Equipment Management Branch, Building 9200, Room 038, Martin Army Community Hospital, telephone (706) 544-2483, prior to commencing all onsite services and repairs during normal operating hours, 8:00 A.M. to 5:00 P.M., Monday through Friday. If repairs are required after normal duty hours the staff onsite will ensure service receipts are provided to Equipment Management Branch. 6.3. Upon Completion, a written service report will be provided to the Chief, Equipment Management Branch. The service report shall be completely filled out and provide detailed information regarding the cause of equipment malfunction as well as corrective action taken. Included should be the time required to complete the work, price of labor (hourly rate), and a list of parts and price for each part replaced. In the event all information is not available to contractor's representative when services are performed, the initial service report shall include all information stated above except for price. Contractor shall provide the balance of the required information in writing to the Chief, Equipment Management, not later than ten days after services are completed. 6.4 The contractor shall be responsible for damages to equipment covered by this contract while the equipment is under the contractors control. 6.5. The Contractor shall provide unlimited telephone technical support 24 hours per day, 7 days per week. Response time for routine repair will be within 2 business days after verbal notification is received. 6.6. The Contractor shall accept requests for service only from the Chief, Equipment Management Branch or his designated representative. 6.7. The Contractor shall use new or refurbished parts, material, and assemblies when performing the terms of this contract. Exterior parts, circuit boards and assemblies (other than industry standard electronic components) will be original manufacturer products to ensure exact manufacturer specifications and operational characteristics are obtained. 7. APPLICABLE DIRECTIVES/DOCUMENTS. 7.1. Documents applicable to this PWS are listed below. The documents have been coded (M) mandatory. The contractor shall follow those coded as mandatory, but only to the extent specified in this PWS when the document is referenced herein. Applicable publications will be available during the contract period at Equipment Management Branch, Martin Army Community Hospital. Supplements or amendments may be issued from time to time, but are not to be a part of the contract unless incorporated by modification by the Contracting Officer. 7.2. Payments. Payment will be made by Equipment Management Branch annually using the Government VISA Purchase Card. Cardholder will pay upon receipt of all invoices and service tickets. Invoice copies should be faxed to Ms. Linda Norris, 706-544-5088 or emailed to linda.w.norris@us.army.mil 7.3. Non-Compliance. In the event the contractor fails to accomplish services within the months specified or within the required repair timeframe, the entire agreement will be cancelled and a pro-rata refund of the contract cost provided based on any repairs or software upgrades provided during the contract year. If repairs of software upgrades have a list price value greater than or equal to the contract cost, not refund will be issued. 7.4. ARMY PAMPHLET. TB 38-750-2, Maintenance Management Procedures for Medical Equipment, dated 1 Nov 89 (M). 7.5. POINTS OF CONTACT FOR THIS CONTRACT ARE: CW3 Charles M. Martin, 706-544-2483 Ms Linda Norris, 706-544-2184 7.6. Option Years Coverage/Payments BASE YEAR OPTION PERFORM PREVENTIVE MAINTENANCE CHECKS, SERVICES AND UNLIMITED REPAIR SERVICE OF THE FOLLOWING GOVERNMENT OWNED EQUIPMENT, LANDMARX ENT SYSTEM SERIAL NUMBER 277216 LOCATED AT MARTIN ARMY COMMUNITY HOSPITAL, BUILDING 9200, FORT BENNING, GEORGIA, IN ACCORDANCE WITH PERFORMANCE WORK STATEMENT (PWS) AND ALL OTHER TERMS AND CONDITIONS OF THIS CONTRACT DURING THE PERIOD 9 May 2009 30 Sep 2012 : The provisions at FAR 52.212-1, Instructions to Offerors-Commercial, apply to this acquisition. A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, must be included with the offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2004), FAR 52.222-21 - Prohibition of Segregated Facilities, FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999), FAR 52.222-25 Affirmative Action Compliance (April 1984), FAR 52.222-26, Equal Opportunity, FAR 52.222-48 Exemption From Application of Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification; FAR 52.222-50, Combating Trafficking in Persons, FAR 52.232-18, Availability of Funds; FAR 52.232-19, Availability of Funds For The Next Fiscal Year; FAR 52.232-23, Assignment of Claims; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.237-1 Site Visit; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; FAR 52.237-3 Continuity of Services; FAR 52.237-7 Indemnification and Medical Liability Insurance; FAR 52.245-1 Government Property; FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), FAR 52.217-5 Evaluation of Options; FAR 52.217-8 Option To Extend Services (up to 6 month extension / 30 days preliminary notice of intent); FAR 52.217-9, Option to Extend the Term of the Contract (15 days notice to contractor / 30 days preliminary notice of intent), DFAR Clauses 252.203-7000 Requirements Relating to Compensation of Former DOD Officials; 252.203-7002 Requirement to inform Employees of Whistleblower Rights; 252.232-7003 Electronic Submission of Payment Requests (Jan 2004), 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Alt A, Required Central Contractor Registration Alternate A (Nov 2003). 252.232-7010, Levies on Contract Payments; 252.239-7001 Information Assurance Contractor Training and Certification; 252.243-7001 Pricing of Contract Modifications; Full text of provisions and clauses may be accessed electronically at the following address: http://www.farsite.hill.af.mil. Quotes are being requested and a written solicitation will not be issued. All responsible sources should submit quotes to Charles R. Williams via fax at 706-787-6573, or e-mail at Charles.williams8@us.army.mil, by 4:00 p.m. EST, May 4, 2009.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d023b9ed010b686df04e8eb06cafd87e&tab=core&_cview=1)
- Place of Performance
- Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA<br />
- Zip Code: 30905-5650<br />
- Zip Code: 30905-5650<br />
- Record
- SN01804834-W 20090501/090429222123-d023b9ed010b686df04e8eb06cafd87e (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 |