Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 10, 2012 FBO #4004
SOLICITATION NOTICE

J -- Digital X-ray maintenance

Notice Date
11/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
P13-000022
 
Archive Date
12/4/2012
 
Point of Contact
Gail Akinbinu, Phone: 301-496-0692
 
E-Mail Address
gakinbinu@cc.nih.gov
(gakinbinu@cc.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Combined Synopsis for Commercial Services prepared in accordance with FAR Subpart 12.6 as supplemented with additional information included in this notice. This notice constitutes the only solicitation; a separate solicitation will not be issued. This solicitation P13-000022 includes all provisions and clauses in effect through Federal Acquisition Circular 2005-49 with amendments dated Jan 24, 2011. The acquisition will be made pursuant to the authority in FAR 13.5 to use simplified procedures for commercial requirements. Department of Radiology and Imaging Sciences Statement of Work for Service Agreement on 2 Carestream DRX Digital X-ray Systems (including 3 Digital Detectors) BACKGROUND: The Department of Radiology and Imaging Sciences provides imaging services to the National Institutes of Health Clinical Center's patients who participate in research protocols conducted by the various NIH institutes. Imaging services essential to patient care include the DRX Digital X-ray Systems subject of this SOW. PURPOSE: A service agreement is required to ensure continuous operation of the above listed systems and minimal down-time for repairs and/or preventative maintenance (PM). CONTRACTOR REQUIREMENTS: Service Agreement on 2 Carestream DRX Digital X-Ray Systems (S/N 4612-0663 and S/N 4611-9565) including a total of three DRX Digital X-ray Detectors are to be covered with the following requirements. 1) The following services shall be provided as needed: a. Provide onsite emergency repair services including labor and replacement of malfunctioning parts between the hours of 8:00 a.m. and 5:00 p.m. Monday through Friday (except for holidays); b. Perform one Preventative Maintenance (PM) service per contract period during the coverage times noted above; d. Provide telephone technical support with a response time of less than one hour during the covered hours; e. Provide a guaranteed response time of four hours for on-site emergency repairs; 2) All labor (time) and all materials are to be included with the exception of supplies and consumables. 3) Covered components must include, but not limited to: 3 wireless digital DRX detectors, battery chargers, DRX-1 system capture console, software, exposure hand switches, wireless access ports, DICOM worklists, barcode readers, flat panel touch screen monitors, management systems, interface box, and system consoles. 4) Include drop rider protection against accidental dropping of detectors with a detector replacement deductible cost of $5,000 per incident. 5) Include liquid damage protections against accidental liquid damage of detectors with a detector replacement cost of $10,000 per incident. GOVERNMENT RESPONSIBILITIES: Provide a safe work environment and access for the service/preventative maintenance on the equipment. REPORTING REQUIREMENTS AND DELIVERABLES: Contractor shall provide a field service report describing diagnosed problems and solutions upon completion of the work. PROGRAM MANAGEMENT AND CONTROL REQUIREMENTS: N/A INSPECTION AND ACCEPTANCE REQUIREMENTS: Verification of the repair will be performed on the equipment by the Senior Medical Physicist (or his designee) upon completion of the repair. PERIOD OF PERFORMANCE: 26NOV12-30APR13 (with 1 option year 1MAY13-30APR14) ATTACHMENTS: N/A Technical Evaluation Criteria Radiology and Imaging Sciences - Service Agreement on 2 Carestream DRX Digital X-ray Systems 1. BACKGROUND The Department of Radiology and Imaging Sciences requires a service agreement on 2 Carestream DRX Digital X-ray Systems (including 3 digital detectors) with the below mandatory requirements in order to minimize equipment down-time and support mission critical work in the Department of Radiology and Imaging Sciences. 2. MANDATORY REQUIREMENTS Contractor shall furnish a service agreement covering 2 Carestream DRX Digital X-Ray Systems (S/N 4612-0663 and S/N 4611-9565) which includes a total of three DRX Digital X-ray Detectors with the following mandatory requirements. 1) The following services shall be provided as needed: a. Provide onsite emergency repair services including labor and replacement of malfunctioning parts during the coverage period of 8:00 a.m. and 5:00 p.m. Monday through Friday (except for contractor company holidays); b. Perform one Preventative Maintenance (PM) service per contract period during the coverage times noted above and in accordance with OEM specifications; c. Provide telephone technical support with a telephone response time of less than one hour during the covered period; e. Provide a guaranteed on-site response time of four hours for emergency repairs; 2) Labor (including travel time) during the coverage period and all parts and materials are to be included with the exception of supplies and consumables. 3) Covered components must include, but not limited to: 3 wireless digital DRX detectors, battery chargers, DRX-1 system capture console, software, exposure hand switches, wireless access ports, DICOM worklists, barcode readers, flat panel touch screen monitors, management systems, interface box, and system consoles. 4) Include drop rider protection against accidental dropping of detectors with a detector replacement deductible cost of $5,000 per incident. 5) Include liquid damage protections against accidental liquid damage of detectors with a detector replacement cost of $10,000 per incident. 6) Provide all software updates based upon original OS & Application configuration (not including software and hardware performance upgrades). 7) Must be an authorized Carestream service provider participating in the SecureLink certification program which allows access to service mode and therefore enables servicing and calibration of the detectors. 3. GENERAL REQUIREMENTS The contractor supplying above specified service agreement shall demonstrate the following: A. Demonstrate a minimum of two (2) years of experience in servicing the same Carestream digital systems that are subject of this procurement. B. Provide list of any recent customers of service agreements with similar specifications and complexity to the digital x-ray systems subject of this procurement. 4. EVALUATION OF PROPOSALS The evaluation will be based upon the information provided in the Proposal, additional information requested by Project Officer for clarification, information obtained from references and independent sources, and oral presentation, if requested. Proposals will be evaluated strictly in accordance with the requirements set forth including any addenda that are issued. NIH, OPC will award the contract to the qualified and responsible Contractor whose Proposal is determined to be the most advantageous to the government, taking into consideration the evaluation criteria listed below: A. Organization Support and Experience Each Contractor will be evaluated as to relevant experience demonstrating its ability in operating an organization capable of furnishing the requirements of the service agreements to be procured. The contractor shall provide a list of at least two customers during the past 2 years including contact information for which the same mandatory requirements were provided on the same Carestream equipment listed in the Mandatory Requirements section above. The contractor must provide details of the coverage provided including the period of performance. B. Mandatory Requirements The Contractor will be evaluated for completeness in demonstrating their ability to provide the above listed mandatory requirements in their entirety. Any exception or deviation from the mandatory requirements would be considered a nonresponsive offer. C. Quality and Completeness of Proposal The extent to which the proposal satisfies and addresses each requirement of the RFP. The intended procurement will be classified under North American Industry Classification System Code (NAICS) code size standard-$19 mil.811219. The requirement is being processed in accordance with the simplified acquisition procedures as stated in FAR Part 13. If any small businesses are interested in this procurement please submit your company capability statement (5 pages or less). Please provide pricing for the base period and the option period requested. Please provide questions via email no later than November 14,2012. Responses will be provided on this site by November 15,2012. Please include RFQ in all correspondence. This is a Combined Synopsis for Commercial Services prepared in accordance with FAR Subpart 12.6 as supplemented with additional information included in this notice. This notice constitutes the only solicitation; a separate solicitation will not be issued. Vendors will provide offer via email to Gail Akinbinu, Contract Specialist gakinbinu@cc.nih.gov. No phone calls please.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/P13-000022/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02928245-W 20121110/121108235315-ff4bc059b37ab5f057a103e08713a872 (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.