SOLICITATION NOTICE
Q -- Preventative Maintenance of Toshiba Titan MRI System - Package #1
- Notice Date
- 7/12/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- 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-0053
- Archive Date
- 8/7/2018
- Point of Contact
- Noleen, Phone: 9187626613
- E-Mail Address
-
noleen.powell@ihs.gov
(noleen.powell@ihs.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work 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-0053. 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 Titan MRI System SID#350207 located at the Claremore Indian Hospital. The Claremore Indian Hospital is located at 101 S. Moore Avenue, Claremore, OK 74017-5047. Contractor shall provide a firm-fixed rate of Preventative Maintenance services for one year. The closing date for receipt of quotes is July 23, 2018 at 1:00 pm. Offers shall be submitted to the Claremore Indian Hospital, 101 S. Moore Avenue, Claremore, OK 74017-5047, no later than 1:00 p.m., on July 23, 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 This is to request a contract that provides preventative maintenance and repair support on the Toshiba Titan MRI SID#350207 System for the Claremore Indian Hospital of the Oklahoma City Indian Health Service (OCAIHS). Purpose of Contract: This contract is to provide preventative maintenance inspection coverage along with full coverage maintenance and repair support services in accordance with manufacturer requirements, specifications, guidelines, checklists, revisions and addendum modifications that includes: all parts and labor, cosmetic repairs, FMI's and proprietary software upgrades and discount savings on radiological supplies and accessories; typical one hour phone and same day on-site response time by certified Field Engineer (FE); technical support by phone from local FE or on-line remote service from manufacturer FE; and 95% or greater percentile of guarantee equipment uptime for the Canon Titan MRI machine at Claremore Indian Hospital Background and Need: Due to lack of Oklahoma Area Indian Health Services personnel being technically trained and certified, Claremore IHS retains outside contractual support services. Period of Performance: The requested performance of this contract shall be one year. Statement of Work: a. The contractor shall provide preventative maintenance inspection coverage along with full coverage maintenance and repair service for the identified MRI scanner and their locations that will include all travel, labor and parts, peripherals, and workstation dicom gateway associated with PM calibrations and repairs. PMs will be done on a monthly basis and repairs done as needed. Cosmetic repairs, FMI's, proprietary software upgrades and operator in-service training are to be performed during PM calibration services. Replacement parts must be ordered by 7:00 pm CST, day of on-site response, with a next day delivery and warranty on parts supplies/replaced as needed while under contract. This service must be performed by a certified field engineer due to the complexity and safety of the MRI scanner. b. Provide a 95% or greater percentile of guaranteed equipment up-time status operating according to manufacturer design specifications, based upon average 6 month period. c. Contractor shall provide a minimum one in-service training to user(s) on manufacturer's recommended operator level PM and operational procedures during contract PM calibration services. The contractor's FE shall contract the radiology supervisor at least 10 calendar days prior to FE desired in-service (PM calibration) date, for approval and coordination of scheduled PM with the facility equipment users. d. Provide local FE technical phone support for radiology department at no charge during daytime hours. e. Provide an in-site on-line diagnostic network with manufacturer engineers for technical and diagnostic support services available all hours at no charge. f. Contractor's replacement parts shall be original equipment manufacturer parts. g. System software applications shall be license patented. Reporting Requirements: The contractor shall provide Radiology with electronic or physical hard copy of PM, service, and repair reports per each site visit. Professional Qualifications: 1. This service must be performed by a certified field engineer due to the complexity and safety of the MRI. 2. Contractor's service and test equipment are to be manufacture recommended, specified, designed and calibrated. Period of Performance: One year approximately. 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) Firm-fixed pricing rate for Pawnee requirement (3) Two past performance appraisals similar to current requirement 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. Quotes will be evaluated on a 1-5 scale as follows: 1) Excellent, 2) Good, 3) Satisfactory 4) Marginal and 5) Unsatisfactory 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 July 23 2018 1:00 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 quote for one year for Preventative Maintenance of mentioned equipment. C) Documentation of two past performances.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-18-Q-0053/listing.html)
- Place of Performance
- Address: CLAREMORE INDIAN HOSPITAL, 101 S. MOORE AVENUE, CLAREMORE, Oklahoma, 74017, United States
- Zip Code: 74017
- Zip Code: 74017
- Record
- SN04988540-W 20180714/180712230842-33a73396513e99e9c087a7e3b2004e6c (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 |