Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2012 FBO #3870
SOLICITATION NOTICE

J -- Full Service Coverage for CT Injector

Notice Date
6/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Oklahoma City Area Office, 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
 
ZIP Code
73114
 
Solicitation Number
246-12-R-0028
 
Point of Contact
Cynthia L Rattler, Phone: 405.951.3989
 
E-Mail Address
cindi.rattler@ihs.gov
(cindi.rattler@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation 246-12-R-0028 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. This acquisition is set aside for small business. The NAICS code is 811219 and small business standard is $19 million There is one line item for each year: Base Year of Full Service Coverage Agreement for $__________________ Option Year 1 of Full Service Coverage Agreement for $__________________ Option Year 2 of Full Service Coverage Agreement for $__________________ Option Year 3 of Full Service Coverage Agreement for $__________________ Option Year 4 of Full Service Coverage Agreement for $__________________ Description of Requirement A. VENDOR DUTIES: Contractor shall provide Full Service Coverage for the period of August 1, 2012 to July 31, 2013, 8:00am to 5:00pm, Monday through Friday, except for holidays (Prime Period of Maintenance or PPM) at no charge to Customer on the following Equipment: 1. GE LS16 Computed Tomography, C/N 50LAB-IHSB03200, Sys ID 580353LSP. HP xw8200 Workstation, Sys ID 580353AW1, S/N 2UA5290QSC w/NEC LCD Monitor19, M/N MultiSync LCD1990SXi, M/N LCD1990SXi, S/N 83102116YA NEC LCD Monitor19, M/N MultiSync LCD1990SXi, M/N LCD1990SXi, S/N 65103058YA HP Keyboard, M/N SDL4000U, S/N B77430BLPQR1PO 2. Medrad 3010432 Contrast Media Injector, C/N 50LAB-IHSB4963, S/N 41048 Service Coverage: Full Services includes all parts and associated freight charges necessary to maintain above equipment including X-Ray Tubes. Remedial maintenance shall be provided within a reasonable time after Customer's request for service. Contractor shall not invoice for travel time, travel expenses, and/or zone charges for PPM service. Contractor shall provide Quarterly Preventive Maintenance Inspections for the Equipment, including without limitation, those actions contractor considers necessary to ensure proper operation of the Equipment during PPM hours. Preventive maintenance may be performed concurrently with remedial maintenance or scheduled maintenance. Contractor shall furnish the test equipment, personnel, parts, and transportation as necessary to perform this service. Contractor shall furnish the completed manufacturer's checklist, IHS checklist or equivalent, for preventive maintenance inspection and repair service report to the Indian Health Service (IHS) Biomedical Technician not to exceed 5 business days from service date. Contractor shall perform PMI in accordance with manufacturer's specifications and checklists. Contractor shall perform repair such a manner that equipment is restored to operational status and tested in accordance with manufacturer's specifications. Contractor shall provide 24 hours per day 7 days per week telephone consultative services and troubleshooting assistance. Contractor shall contact the Biomedical Engineering Department at the Lawton Indian Hospital at least one week prior to a preventive maintenance inspection call as to the exact date of arrival. Contractor's representative(s) shall be required to sign in/out at the Security Office. Contractor shall affix the appropriate preventive maintenance inspection/calibration label to the equipment after the services are completed. Replacement parts must meet the manufacturer specifications for the equipment. Contractor shall be responsible for maintaining his test instrumentation within calibration periods specified by the manufacturer traceable to the National Bureau of Standards (NBS), where applicable. B. PROFESSIONAL QUALIFICATIONS The Vendor shall provide a representative who meets the following minimum professional qualification and requirements. Knowledge of recalibration/repair service as per manufacturer's specifications for all equipment listed herein. C. EQUIPMENT LIST: GE CT Lightspeed 16 GE Advantage Workstation Medrad Contrast Media Injector Period of Performance is August 1, 2012 through July 31, 2013, with 4 pre-priced option years. The Provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Evaluation: Offerors are to submit three (3) Past Performance references of similar requirement. The address and phone numbers shall be current. You are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with this offer. The Clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders - Commercial applies to this acquisition are applicable to this acquisition. The following are applicable: (b) 12, 14, 28-31, 47 and c (5) Offers are due July 23, 2012 at 4 p.m. CDT
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-12-R-0028/listing.html)
 
Place of Performance
Address: Lawton Indian Hospital, 1515 Lawrie Tatum Road, Lawton, Oklahoma, 73507-3002, United States
Zip Code: 73507-3002
 
Record
SN02788230-W 20120629/120628000023-d03a3e51090140f9d287655a92a988cf (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.