Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2018 FBO #5977
SOLICITATION NOTICE

J -- PM FOR CT UNIT - CLINTON OK

Notice Date
4/3/2018
 
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
246-18-Q-0025
 
Archive Date
4/27/2018
 
Point of Contact
Edson Yellowfish, Phone: 405-951-3888
 
E-Mail Address
edson.yellowfish@ihs.gov
(edson.yellowfish@ihs.gov)
 
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; best quotes are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotes (RFQ) #246-18-Q-0025. This procurement is being conducted on an unrestricted basis. All eligible and responsible businesses may submit a quote, which will be considered.. The Indian Health Service has a requirement to purchase Preventative Maintenance for Toshiba Aquilion Prime 160 slice CT Unit located at the Clinton Indian Health Center. The Clinton Indian Health Center is located at 10321 N. 2274 Road, Clinton, OK 73601. Contractor shall provide a firm-fixed monthly rate of Preventative Maintenance services for one year. The closing date for receipt of quotes is April 10, 2018 at 4:30 pm. Offers shall be submitted to the Oklahoma Area Indian Health Service, 701 Market Drive, Oklahoma City, Oklahoma 73114, no later than 4:30 p.m., on April 10, 2018. The offer must be submitted in a sealed envelope, addressed to this office, showing the solicitation number, and your name and address. Please do not email RFQ's. Qualified vendors will review the following and submit applicable information. No phone inquiries! STATEMENT OF WORK Toshiba Aquilion Prime 160 slice CT System I. General: This Statement of Work describes the requirement for the provision of CT services at Clinton Indian Health Center, Clinton, Oklahoma. II. Background: The Clinton Indian Health Center is a Joint Commission accredited clinic. CT exams are a medical modality that is necessary to support the treatment and care of our patients. Therefore, contracted CT maintenance services are necessary to ensure proper functionality of the CT equipment. III. Scope: Vendor shall provide a 1 Year comprehensive Coverage for Service & Repair that offers fixed annual service costs and includes all of the following: • System: Aquilion Prime 160 Slice CT scanner • Glassware: CT Tube • Options: ECG Scan Prospective for AQ/MP • All Vitrea Hardware & Software • Unlimited repairs • OEM Planned Maintenance Service • OEM Routine System Calibration Tests • OEM Quality Assurance Evaluations • OEM Replacement Parts • Normal Business Hours Coverage excluding Federal Holidays • 30 minute maximum phone response time • 4 hour on-site response time • 98% Uptime Guarantee Vendor must have remote monitoring capabilities and be able to provide a basic level of support through remote connections for 24/7 troubleshooting. IV. Responsibilities: a. Vendor shall remit a service report to the Clinton Indian Health Center Biomedical Department and Radiology Supervisor no later than 24 hours after services rendered. b. Vendor shall notify the Clinton Indian Health Center Biomedical Department Personnel prior to performing any services. c. Vendor shall sign in/out at the front receptionist upon enter/exiting facility for service. d. Failure, on the part of the Contractor, to provide services as identified may result in the suspension of contract for services. e. Work is performed at the Clinton Indian Health Center. No payment will be rendered for services outside of the facility. f. Provide high quality customer service to all patients, providers and coworkers that embody the service's unit vision of "exceeding the need." V. Period of Performance: One year VI. Contractor Qualification Requirements: Contractor must maintain certifications or competencies necessary to perform this service. Such certifications must be submitted with the cost estimate/proposals to ensure contractor possess required certifications. VII. Schedule of Work: Vendor must perform Preventative Maintenance on the following system components. Recommended intervals set by the OEM are to be followed. • Gantry • Patient Couch • X-Ray System • Console • Entire System • Data Acquisition System • Data Transfer Unit • Power Distribution Unit In order to reduce downtime, PM's may be divided in to a schedule of once a month or every other month between the components, as long as all required preventive maintenance and inspections are completed to Manufacturer's specifications. Vendor must provide a maintenance schedule of how they plan to fulfill this maintenance in order to adequately evaluate each contractor. VIII. Contract Evaluation Contractor shall be evaluated yearly upon completion of each contract term. The government reserves the right to conduct evaluations more frequently if deemed necessary. Evaluation shall include customer satisfaction, timeliness of services, and quality of services. The supervisor in conjunction with contractor management shall conduct the evaluations of the contractor's performance. The contractor shall advise of any problem(s) encountered in connection with performing scheduled maintenance or other services. IX. Rates of Payment: Contracted rates are established as identified within the vendor's quote. X. Government Furnished Information, Property and Services: All records required in the performance of this contract will remain the property of and subject to the exclusive control of the Clinton Indian Health Center. The Contractor shall be responsible for providing all adjunctive and mechanical devices as required for the provision of services. XI. Invoicing Requirements a. The Contractor shall be required to provide an original and two (2) copies of the invoice to Oklahoma City Area Indian Health Service, Division of Financial Management, 701 Market Center Drive, OKC, 73114. b. Each invoice shall include the following information: i. Contractor's name and invoice date. ii. Contract number or authorization for delivery of services. iii. Description, price and quantity of services actually rendered. iv. Name, title, phone number, and complete mailing address of official to whom payment is to be sent. c. Invoice shall be submitted no later than ten (10) calendar days following last calendar day of the month. CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. The provisions of 52.212-1, Instructions to Offerors-Commercial Items (Jan 2017), applies to this acquisition. In addition to the information required in FAR 52.212-1, prospective contractors shall provide the following: (1) Dun and Bradstreet Number (note: Contractors must be registered in the System for Award Management (SAM) Registration to be eligible for award. This can be done at https://www.sam.gov/portal/public/SAM/#1) (2) Two current references (3) Monthly pricing rate for Clinton requirement (5) Two past performance appraisals The provisions of 52.212-2, Evaluation - Commercial Items (Oct 2014) applies to this acquisition. The Government intends to award one from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Price; (2) Qualifications; (3) Past Performance. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 System for Award Management (July 2013), 52.204-9 Personal Identity Verification of Contractor Personnel (Sept 2007), 52.223-6 Drug-free Workplace (May 2001), 352.224-70 Confidentiality of Information (April 1984), 352.270-17 Crime Control Act-Reporting of Child Abuse (Jan 2006) and 352.270-18 Crime Control Act-Requirement for Background Checks (Jan 2006). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Jan 2018) applies to this acquisition. The following clauses apply: 52.203-6, Restriction on Subcontractor Sales to the Government (Sept. 2006); 52.219-6; 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 352-270-18 Crime Control Act-Requirement for Background Checks (Jan 2006). EVALUATION CRITERIA Due date for this requirement is April 10 2018 4:30 PM CT. THE INDIAN HEALTH SERVICE WILL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO RESPOND TO THESE EVALUATION CRITERIA AS FOLLOWS: A) registration in the System for Award Management (SAM) database (reference https://www.sam.gov/portal/public/SAM/. Please note that all parties interested in doing business with the Indian Health Services must be registered in the SAM database. B) Propose and provide a monthly rate for Preventative Maintenance of mentioned equipment. C) Documentation of two current references. D) Documentation of two past performances.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-18-Q-0025/listing.html)
 
Place of Performance
Address: CLINTON INDIAN HEALTH CENTER, 10321 N. 2274 ROAD, CLINTON, Oklahoma, 73601, United States
Zip Code: 73601
 
Record
SN04876446-W 20180405/180403231605-45f1720b6365017128954d374619bf33 (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.