Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2009 FBO #2933
SOLICITATION NOTICE

65 -- LEICA TISSUE PROCESSOR SERVICE CONTRACT

Notice Date
12/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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
W91YTV10T0005
 
Response Due
12/10/2009
 
Archive Date
2/8/2010
 
Point of Contact
antonio.t.stewart, 706-787-2375
 
E-Mail Address
Southeast Regional Contracting Office
(antonio.t.stewart@amedd.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 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 W91YTV10T0006 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 2007-37. The North American Industry Classification System Code (NAICS) for this procurement is: 811219. US ARMY MEDICAL COMMAND has a requirement for the following: LEICA TISSUE PROCESSOR SERVICE CONTRACT PERIOD OF PERFORMANCE: JAN 2, 2010 JAN 1, 2011 CLIN 0001: DESCRIPTION: LEICA ASP300 - LEICA TISSUE PROCESSOR 1 EACH EQUIPMENT NO: 10410142 SERIAL NO: 11664042005 CLIN0002: DESCRIPTION: LEICA ASP300 - LEICA TISSUE PROCESSOR 1 EACH EQUIPMENT NO: 10499194 SERIAL NO: 1400052006 CLIN0003: DESCRIPTION: AXL 100-120/50-60 TS50151 EACH EQUIPMENT: 10741424 SERIAL NO: 2101072008 CLIN0004: DESCRIPTION: LEICA CV5030-TS50151 EACH EQUIPMENT NO: 10490370 SERIAL NO: 579032006 CLIN0005: DESCRIPTION: LEICA RM2155 CONFIGURED.1 EACH EQUIPMENT NO: 10091556 SERIAL NO: 1118021999 CLIN0006: DESCRIPTION: LEICA RM2155 CONFIGURED1 EACH EQUIPMENT NO: 10224302 SERIAL NO: 2197042002 General Scope of Work Contractor shall provide the availability of maintenance service for Leica equipment during normal workdays, Monday through Friday, excluding observed holidays with planned maintenance inspections and on-call service performed from 8:00 A.M. to 5:00 P.M. Standard Maintenance services provided include: Planned maintenance inspections, On-call remedial service as required due to equipment malfunctions within the hour proscribed above, new parts replacement as required on the equipment. Labor to install replacement parts is included. Contractor will take all replaced parts. Personnel Hours of operation: On-site instrument services will be provided Monday through Friday from 8:00 A.M to 5:00 P.M. excluding legal Holidays. 24-hour telephonic troubleshooting service also provided. 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 instrument under the contract. The contractor will ensure repair technicians have been trained on the specific equipment and have two years of experience in maintaining the equipment. Security Requirements: Contractor personnel or any representative of the contractor entering Fort Jackson shall abide by all security regulations and shall be subject to security checks. Personal Appearance: Contractor personnel working under this contract shall practice high standards of personnel hygiene and maintain a clean, neat appearance while on duty. Quality Assurance: Upon completion of work, an acceptance inspection will be conducted by the Government (Medical Maintenance personnel) and equipment user to ensure services are completed. Quality Control: The contractor shall be responsible to ensure that the quality of service and materials provided under this contract meet or exceed the performance work statement. Performance Measures: Success of the Histology section hinges upon the laboratorys ability to provide Pathological diagnosis within 24 hours. In the event instrumentation is down due to technical malfunction and the laboratory is unable to provide diagnosis, the Laboratory will revert to sending our Pathological specimens to an outside source (reference laboratory). There will be a substantial monetary loss to the government. In the event of instrument failure and the Histology section is unable to perform daily operations due to the contractor not able to service the equipment. The government will be withheld from paying until the next invoiced date or the service is completed. Definitions 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, CVC (Calibration Certification Verification), detection and correction of incipient failures, before they occur or before they develop into a major defect, replacement of cracked or worn buttons, covers, etc. Cleaning and lubrication will be included as needed on all internal parts as well as external cleaning after services are performed. Response Time: The time frame, within which the contractor must arrive on-site, measured from the time of verbal notification that service is required. Response time for this contract is 24 hours after service call is confirmed. Contractor Furnished Items: The contractor shall furnish all materials, one PM visit, OEM parts, labor and supplies necessary to perform the services and repairs. Travel is included in the overall contract cost. Specific Tasks: The Contractor shall provide at a minimum one scheduled on-site PMCS service for the equipment listed. Preventive Maintenance calls will be scheduled with the activity in advance. Contractors representative shall report to the Medical Maintenance Branch, Building 4500 Stuart Street, Room 1-101, Moncrief Army Community Hospital, telephone (803) 751-0514, Attn: Stan Esler, prior to commencing all on-site services and repairs during normal operating hours from 0800 A.M. to 5:00 P.M., Monday through Friday. If repairs are required or completed after normal duty hours the staff on site will make sure service receipts are provided to the Medical Maintenance Branch. Upon completion of services, written service report will be provided to Medical Maintenance Branch Manager. The service report shall be completely filled out, provide detailed information regarding the cause of equipment malfunction and corrective action taken, to include the time required to complete the work, price of labor (hourly rate), and a list of parts replaced with a price for each part. In the event all information is not available to contractors 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, Medical Maintenance Management, not later than seven days after services are completed. The contractor shall perform unlimited emergency service calls during normal duty hours from 8:00 A.M. to 5:00 P.M., Monday through Friday, excluding legal holidays. Response time for repairs will be within 24 hours after verbal notification is received. Please include shipping and handling cost if applicable. The Government anticipates awarding a single award for this requirement. SUBSTITUTE ITEMS: If you plan to provide other than the brand name cited in the purchase description, provide in your response the brand name and the catalog or part number you intend to furnish and the characteristics of the substitute item that are equivalent to the brand name. You may be asked to provide documents which clearly describe the item(s) so that it/they can be evaluated by the end user. Items otherwise equal may not satisfy the requirement due to differences in material composition, size, environmental application, etc. If an item is furnished which does not meet the requirement the item will be returned at the vendor's expense for a full refund. (End of Provision). To be delivered to: MONCRIEF ARMY COMMUNITY HOSPITAL, MEDICAL SUPPLY OFFICER, BLDG 4500 STUART ST, FORT JACKSON, SC 29207-5720. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial, apply to this acquisition. A completed copy of the provisions 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 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); DFAR Clause 252.232-7003, Electronic Submission of Payment Request (JAN 2004); DFAR Clause 252.204-7004 Alt A, Required Central Contractor Registration Alternate A (Nov 2003). 52.217-8 Option to Extend Services, Full text of provisions and clauses may be accessed electronically at the following address: http://www.arnet.gov/far. Quotes are being requested and a written solicitation will not be issued. All responsible sources should submit quotes to Antonio Stewart via fax at 706-787-6573 or e-mail: Antonio.t.stewart@amedd.army.mil by December 10, 2009 4:00 PM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV10T0005/listing.html)
 
Place of Performance
Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
Zip Code: 30905-5650
 
Record
SN02016489-W 20091205/091204000211-0df1d23ae7a26a5930cdfbf3d928b908 (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.