Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2009 FBO #2821
SOLICITATION NOTICE

65 -- Maintenance of Advanced Sterilization Products

Notice Date
8/13/2009
 
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, Great Plains Regional Contracting Ofc, Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81K00-09-T-0347
 
Response Due
8/24/2009
 
Archive Date
10/23/2009
 
Point of Contact
Lydia Trevino, (210) 221-4868<br />
 
E-Mail Address
Great Plains Regional Contracting Ofc
(lydia.trevino@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a solicitation W81K00-09-T-0347 of purchase request W81NTE9160N180 issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219. Size standard is $7.0M. This RFQ is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency. The requirements of this solicitation are for Maintenance of Advanced Sterilization Products at Brooke Army Medical Center, Fort Sam Houston TX 78234. Period of performance is from 1 Oct 09 through 30 Sep 2010 (base year) plus four option years through 30 Sep 2014, FOB Destination. NOTE TO CONTRACTORS: Please submit pricing for maintenance and software support for each CLIN for the base period and option years through September 2014. Line Item No. 0001: Sterilizing Unit, Mdl Sterrad NX, SN 10033070608, ECN 54192. Delivery: Quarterly; Period of Performance: 1 Oct 09 through 30 Sep 10. (Base Period) ; Quarterly $_____________________ Line Item No. 0002: Sterilizing Unit, Mdl Sterrad 100s, SN 016382, ECN 11069; Delivery: Quarterly; Period of Performance: 1 Oct 09 through 30 Sep 10 (Base Period) Quarterly $____________ Line Item 0003: Sterilizing Unit, Mdl Sterrad 200, SN 10200070842, ECN 55286; Delivery: Quarterly; Performance Period: 1 Oct 09 through 30 Sep 10. (Base Period). Quarterly $ ___________ Line Item 0004: Sterilizing Unit, Mdl Sterrad 200, SN 10200080843, ECN 55287; Delivery: Quarterly; Performance Period: 1 Oct 09 through 30 Sep 10. (Base Period). Quarterly $____________ Line Item 0005: Sterilizing Unit, Mdl Sterrad NX, SN 10033070606, ECN 054191; Delivery: Quarterly; Performance Period: 1 Oct 09 through 30 Sep 10. (Base Period). Quarterly $____________ NOTE: All vendors and/or commercial sales representatives that are conducting business with or providing services to Brooke Army Medical Center are required to enroll in the facilitys vendor management program. Vendors/representatives must register at www.vcsdatabase.com Award will be made on an ALL OR NONE basis. STATEMENT OF WORK: 1. SCOPE: The purpose is to provide the best maintenance for medical equipment in accordance with the manufacturers maintenance manuals, specification, and quality control policies and procedures governed by the Medical Maintenance Branch and the respective using activity. Information concerning the systems to be serviced is furnished from the best available sources. However, this shall not relieve the contractor or the requirement for visiting the location of the systems listed and to be thoroughly familiarized with all components associated with the item(s) and conditions under which the work is to be performed. The service coverage shall include all travel, labor, parts and materials (excluding user consumables supplies), manufacturers authorized field modifications (FMIs) and individual tools and test equipment, required to service and maintain the system and listed components (if applicable). (Mon Fri 8:00 a.m. to 5:00 p.m.) 2. SCHEDULED SERVICES: Scheduled services are those actions relating to the preventive maintenance, operation verification and certification of the system and its components. The contractor shall perform two complete scheduled service inspections consisting of clean, calibrate, lubricate, and align all mechanical and optical components. Includes all supplies and inexpensive components, however, does not include replacement of worn/defective parts. The contractor will adhere to the following when performed scheduled services: a. Coordinate expected arrival time with Medical Maintenance Branch fifteen days prior to inspection month. b. Perform required cleaning, lubrication, voltage check, operational check, and calibration of the system and its components. c. Attach, update, and maintain DD Form 2163, Medical Equipment Verification and Certification sticker on the system. The labels are available in the medical Maintenance Branch upon request (if required). PMI SCHEDULE:APRIL AND OCTOBER 3. UNSCHEDULED SERVICES: Unscheduled services are those services relating to the repair, replacement or parts in the system or its components. The contractor shall provide unlimited on site repairs for unscheduled service request as follows: a. Monday through Friday, 8:00 a.m. 5:00 p.m. b. When engineering change notice and updates of equipment is required. c. Provide a four hour response time after receipt of the Government request for unscheduled services. d. Only accept unscheduled service request from an appointed Medical Maintenance Representative (MMR) or Contracting Officer Representative (COR). The MMR or COR will provide the Contractor with a reference number at the time of request. NOTE: This Section or User of the system is not authorized to request unscheduled services: e. Provide parts, which meet manufacturers specification available to the service technician within one working day of continuous, uninterrupted service on all visits (scheduled and unscheduled) until the equipment is 100% operational according to the manufacturers manuals. The service technician shall commence work no later than the second working day to complete necessary repairs. f. Prepare and provide a service report for all services rendered (scheduled and unscheduled). 4. TECHNICAL DATA: The Contractors representative will maintain a complete file of technical documentation on each type of instrument (if applicable), listed in the contract to include schematics, service manuals, and service update memos. 5. TRANSPORTATION: No additional cost shall be charged the Government for transportation and shipment of all parts removed for service. Items shall not be shipped without prior authorization of the Contracting Officer, or designated representative. 6. PAYMENT: a. Payment will not be made until a complete service report and copy of invoice is received in Medical Maintenance Branch. Service reports facilitate prompt certification for payment less than ten (10) days after services are completed. The service report is not to be confused with the billing or invoice document. b. The contractor shall provide a separate invoice for calls attributed to instrument failure and/or damage through misuse, theft, fire, Acts of God, or deterioration caused by chemicals that are not for normal equipment operation. The cause of or combination of causes mentioned will be inspected and validated by the Chief or NCOIC of Medical Maintenance Branch prior to a separate purchase order being issued. c. The Medical Maintenance Branch will initiate payment, QUARTERLY, with receipts relating to scheduled preventative maintenance or unscheduled service repairs during the payment period. The following FAR and DFARS provisions and clauses apply to this solicitation: Delivery shall be FOB Destination to Brooke Army Medical Center, Fort Sam Houston, TX. Pricing quote shall include all applicable fees. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items. 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration. 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.222-3, Convict Labor, 52.222-19 Child Labor Cooperation With Authorities And Remedies, 52.222-21, Prohibition of Segregated Facilities 52-222-26, Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans, 52.222-50 Combat Trafficking in Persons, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-18 Availability of Funds, 52.232-19 Availability of Funds for the Next Fiscal Year and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7036, Buy American Free Trade Agreement Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests Method of payment for this award will be through Wide Area Work Flow (WAWF), 252.232-7010 Levies on Contract Payments, 252.247-7023, Transportation of Supplies by Sea 252.247-7023 Alt III, Transportation of Supplies by Sea. Clauses Incorporated by reference FAR 52.252-2 and DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), 252.212-7010 Levies on Contract Payments; 52.211-6 Brand Name or Equal. The following is incorporated full text for FAR 52.212-2 [Evaluation-Commercial Items]: 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; and each factor must receive an acceptable rating to be considered for award. Technical acceptability and price. 1. Technical acceptability: Explain in detail how your company will meet the technical requirements of paragraphs 1, 2 and 3 as specified in the statement of work. Prospective contractors shall demonstrate that the services/products offered comply with the technical requirements described in the statement of work by submission of a written capability statement with their offer. 2. Price. 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. 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. Offers are due by 24 Aug 2009, 12:00 PM, Central Standard Time. Submit offers via email to Lydia.Trevino@us.army.mil. Place of performance: Brooke Army Medical Center Medical Maintenance Bldg 3600 3851 Roger Brooke Drive Fort Sam Houston, TX 78234-6200 UNITED STATES Contact: Lydia Trevino, Contract Specialist, Phone 210-221-4868, Email Lydia.Trevino@us.army.mil Contracting Office Address: Great Plains Regional Contracting Office MCAA GP BAMC 3851 Roger Brooke L31-9V Fort Sam Houston, TX 78234-6200 Point of Contact: Lydia Trevino, (210) 221-4868
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-09-T-0347/listing.html)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX<br />
Zip Code: 78234-6200<br />
 
Record
SN01910581-W 20090815/090814000201-8ab8182d7aa49f6df7e74a1b48cb1ad4 (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.