SOLICITATION NOTICE
W -- Mobile/Trailer 64 Slice Computed Tomography Rental - Package #1
- Notice Date
- 3/24/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621512
— Diagnostic Imaging Centers
- Contracting Office
- Department of the Army, U.S. Army Medical Command, MEDCOM, North Atlantic Regional Contracting Office, 8901 Rockville Pike, Bldg 54, Bethesda, Maryland, 20889, United States
- ZIP Code
- 20889
- Solicitation Number
- W91YTZ16T0130
- Archive Date
- 4/13/2016
- Point of Contact
- Lano Y. Johnson, Phone: 7038060172, Eric G. Jones, Phone: 7038060170
- E-Mail Address
-
lano.y.johnson.civ@mail.mil, eric.g.jones28.civ@mail.mil
(lano.y.johnson.civ@mail.mil, eric.g.jones28.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Solicitation W91YTZ-16-T-0130 1. DESCRIPTION OF SERVICES: 5 month rental of Mobile/Trailer 64 Slice CT at West Point, NY site. It requires the Contractor to install and perform QA/QC to in ensure that the equipment is safe for patient care and use and that it's properly secure and safe for Government personnel to operate. Additional equipment like the contrast injector should also be tested to make sure it is properly working and safe for patient care and personnel to use. A list of anticipated parts is listed in the quote; however, it is not known if any additional parts may be required to complete the installation. The man-hours anticipated to install and perform QA/QC on the equipment are between 48 to 72 hours, to include a Physicist, in order to determine the safe radiation output of the Mobile/Trailer CT equipment for patient care. The man-hours does not include the hours required to run new utilities. Installation of the Mobile/Trailer CT equipment will be completed in a designated area of the parking lot of Building 900 located on Washington Road, West Point, NY. 2. HOURS OF PERFORMANCE: The contactor must coordinate work during normal duty hours, Monday through Friday 07:30 to 17:00. 3. CONTRACTOR RESPONSIBILITY: 3.1. The contractor shall provide a POC who can be reached to support repairs. 3.2. If the contractor changes the POC, the government shall be notified as soon as reasonably possible. 3.3. Contractor personnel shall maintain a professional demeanor while performing services within a Government Facility. Each person shall wear a visitor's identification badge unless doing so would pose a personal safety risk in the commission of their duties. 3.4. The Contractor shall not employ current DoD employees, military or civilian, to provide services under this contract. 3.5. Contractor personnel operating motor vehicles on Federal property shall possess an operator's license of the category of vehicle being operated and automobile insurance as required by regulations/laws governing said Federal property. 3.6. Contractor personnel shall park in the appropriately designated parking areas as determined by the Chief of Warehouse Operations. 3.7. The Contractor shall comply with the Occupational Health and Safety Act (OHSA). Contractor personnel shall wear safety items required by OHSA during the performance of tasks requiring protective equipment/clothing. 3.8 The Contractor is responsible to run new power feeders to the temporary generator. The Contractor shall also furnish and install new breakers, feeder cabling, service connection switch, and other miscellaneous supplies to keep the CT scan system operational. Tie in location is shown on the attached schematic. The Contractor is responsible to run conduit and cabling back to building 900 to support phone and data connections. Communications Closet 1E14 is closest closet to support both phones and data so cable can be connected to a network switch. 3.9 The Contractor is responsible for placing the CT trailer onto the currently sloped grassy area Site. The Site can accommodate a trailer up to 50' long and 18' wide (including extensions), with no height restrictions. The Contractor is responsible for the following site preparation. The Contractor will utilize ship timbers and road plates to level the sloped area under the wheels and stanchions to distribute the weight and prepare a level surface to place the trailer. The stairs will be installed to accommodate the elevation. The same requirements will be required for the wheelchair/gurney lift. Site preparation is a requirement of the contract to distribute sufficient load onto the grade. A crane is required to place the trailer onto the prepared site. Two drawings have been attached to this PWS to help clarify the site prep requirements. The CT must be in place and fully functional by 15 April 16.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ16T0130/listing.html)
- Place of Performance
- Address: Keller Army Community Hospital, West Point, New York, 10996, United States
- Zip Code: 10996
- Zip Code: 10996
- Record
- SN04060837-W 20160326/160324234120-9ac4eafec5d2efba1b7222f0feb532ec (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 |