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 -- Automated Urine Chemistry Analyzer and Automated Microscopy analyzer maintenance and certifications

Notice Date
8/13/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
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
W81K0009-T-0424
 
Response Due
8/18/2009
 
Archive Date
10/17/2009
 
Point of Contact
Raul J Garcia, 210-221-5187<br />
 
E-Mail Address
Great Plains Regional Contracting Ofc
(raul.garcia@amedd.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. Purchase Request Number: W81K00-09-T-0424 is issued as a request for quotation (RFQ). This purchase request document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. This acquisition is being conducted as a commercial item acquisition in accordance with FAR Part 12. This requirement is 100% Small business set-aside and all responsible sources may submit a quotation, which will be considered under NAICS code 325413 and the small business size standard is 500 employees. The requirements in this solicitation are: This is a base plus two option year contract CLINS 0001 non-personal service contractor to provide annual certifications 1 EA Automated Urine Chemistry analyzer model AX4280 Serial 40602001 IAW SOW period of performance 1-Oct-2009 to 30-Sept-2010 plus two option years CLINS 0002 non personal Service Contractor to provide preventative maintenance and annual certification 2 EA Automated Microscopy Analyzer model iQ200 serial 3401 IAW SOW period of performance 1-Oct-2009 to 30-sept-2010 plus two option years 1. STATEMENT OF WORK 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 Equipment Maintenance Section 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, software and hardware upgrades, labor, parts and materials (excluding user consumables and supplies), manufacturers authorized field modifications (FMIs) and individual tools and test equipment, required to service and maintain the system and listed components. 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 one complete scheduled service inspection consisting of cleaning, calibrating, lubricating and aligning all mechanical, electrical and optical components. Includes all parts, supplies and components; including replacement of worn/defective parts, travel time and expense. The Contractor will adhere to the following when performing scheduled services: a.Coordinate expected arrival time with Equipment Maintenance Section 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 a DD Form 2163, Medical Equipment Verification and Certification sticker. The service technician will affix RC in the certified by block on the calibration sticker to the system. The labels are available in the Equipment Maintenance Section upon request. 3. PREVENTIVE MAINTENANCE SCHEDULE/CALIBRATION AUGUST JULY 4. UNSCHEDULED SERVICES Unscheduled services are those services relating to the repair, replacement of parts in the system or its components. The Contractor shall provide unlimited on site repairs for unscheduled service request as follows: a.Monday thru Friday, 8:00 a.m-5:00 pm b.When engineering change notice and updates of equipment is required. c.Provide a 24 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 Contractor 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 continues, 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 unschedule.) g. Telephone technical support will be provided on a 24/7 basis at no cost to customer 5. SERVICES REPORTS If the company ever shows up on site the using activity or section key operator is authorized to sign the service report after services are rendered, but the service technician must provide Equipment Maintenance Section with the service report copy and all copies of Preventive Maintenance Service Reports. All service technicians are required to sign in at the Equipment Maintenance Section upon arrival and departure. Service reports can be faxed immediately the following day when and if the Equipment Maintenance Section is closed or after duty hours. The service report shall include the following: a. ECN number of the system and its components. This is the bar coded number on the equipment b. System Nomenclature, model, serial number c. Government contract number d. Purpose of visit (schedule or unscheduled service visit) e. Start and completion dates. f. Description of problem g. List of parts, part number, quantity and cost h. Travel hours i. Labor hours and hourly rate j. Name of the service technician k. Printed names and signatures of the service technician and the customer with the date signed. In the event that all information is not available tot he service technician, the service report shall include all the above listed information except for prices. The Contact shall provide the balance of the required information in writing to: RAYMOND W. BLISS ARMY HEALTH CENTER 2240 E. WINROW AVE ATTN: MCXJ-LOG-MM CLINICAL ENGINEERING BRANCH, ATTN: FORT HUACHUCA, ARIZONA 85613-7079 6. GOVERNMENT a. The Government will make available to the Contractor the system and components relating to said system and the facilities to conduct preventive maintenance, calibration, or corrective action such time and duration as coordinated with the Contractor and using activity. b. Provide a person from the using activity to be on hand after normal duty hours if scheduled services inspections or service calls are not completed by 1700. c. Perform a quality insurance and/or operational test (to be performed by the using activity), prior to departure of the Contractors service technician. d. Provide a person to sign the service report verifying completion and satisfaction of services performed. e. MMR will provide a first look before contractor will be contacted. 7. DESIGNATED CONTRACTOR OFFICER REPRESENTATIVE NAME TITLE 8. TRANSPORTATION No additional cost shall be charged the Government for transportation and shipment of all parts removed for repair. Items shall not be shipped without prior approval of the Contracting Officer or COR. 9. PAYMENT a. Payment will not be made until a complete service report and copy of invoice is received in the Equipment Maintenance Section. Service reports facilitate prompt certification for payment less than ten (10) days after services are completed. The service report is not 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 or combination of causes mentioned will be inspected and validated by the Chief, Equipment Maintenance Section prior to a separate purchase order being issued. For RW Bliss army clinic, Fort Huachuca, AZ 85613. Vendors shall comply with FAR Clauses (and other clauses throughout this solicitation) can be viewed by accessing website http://farsite.hill.af.mil/ FAR provision 52.212-1 [Instructions to Offerors Commercial] applies to this acquisition to include the following addenda: All offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed via the internet at www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract. Clause 52.212-3 with their offer. The provision can be downloaded by accessing the website listed in this solicitation. FAR clause 52.212-4 [Contract Terms and Conditions Commercial Items] applies to this acquisition to include the following addenda: Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 Electronic Submission of Payment Requests. 252.212-7000 Offeror Representations and Certifications--Commercial Items. FAR Clause 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items]; 52.212-28 Post Award Small Business Program Rerepresentation (june 2007) (15 U.S.C. 632 (a)(2); 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, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-36 [Affirmative Action for Workers with Disabilities]; 52.232-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001) (38 U.S.C. 4212).; 52.232-33 [Payment by Electronic Funds Transfer Central Contractor Registration] 52.212-3 ALT I -- Offeror Representations and Certifications -- Commercial Items 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Terms of the Contract 52.232-19 Availability of Funds for the next Fiscal Year Wide Area Work Flow (WAWF)-RA is the preferred method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractor selecting to use shall register to use WAWF-RA at https://wawf.eb.mil The closing date and time of this solicitation is 18 AUG, 11:00 A.M/CST. Price quotes shall be submitted on company letterhead and signed by a company representative. Email quotes to Raul.Garcia@amedd.army.mil. Paper copies of this solicitation will not be issued and telephone requests or FAX requests for the solicitation will not be accepted. Point of contact for this solicitation: Raul Garcia, phone (210) 221-5187; e-mail raul.garcia@amedd.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K0009-T-0424/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
SN01911224-W 20090815/090814001123-49049c1b03e1b96904aa89321f798014 (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.