SOLICITATION NOTICE
J -- PM FOR RADIOGRAPHIC SYSTEM - CLINTON OK
- Notice Date
- 7/24/2018
- 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-0055
- Archive Date
- 8/31/2018
- 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-0055. 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 GE Optima XR 646 Digital 2-D Radiographic system 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 rate of Preventative Maintenance services for one year. The closing date for receipt of quotes is July 31, 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 July 31, 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! 1. PURPOSE OF THE PROJECT This contract is to provide preventative maintenance inspection coverage comprised of mechanical system calibration, maintenance and repair support service in accordance with manufacturer requirements, specifications, guidelines, checklists, revisions and addendum modifications that includes: all parts and labor on GE Optima XR646 machine; cosmetic repairs, FMI's and software upgrades and scheduled operator in-service training performed during PM calibration coverage hours; typical one hour phone and same day on-site response time by Field Engineer (FE); technical support by phone from local FE or on-line remote service from manufacturer FE. FE Coverage Weekdays: Mon-Fri, 8Aam-5pm. FE Coverage Weekend: No Coverage Hrs. 2. BACKGROUND INFORMATION Radiology contractual service support is required to maintain equipment in proper and safe operating condition. This support is required to assure federal compliance to 21 CFR, sub-chapter "J", parts 1020.30, 1020.31 and 1020.32; and I H S compliance to Joint commission Environment of Care. 3. DETAILED DESCRIPTION OF THE TECHNICAL REQUIREMENTS a. The contractor shall provide (1) preventative maintenance inspections along with full x-ray maintenance and repair service for the identified x-ray systems and their locations that will include all travel, labor and parts on all systems associated with PM calibration and repairs. PM Coverage hours/days: Mon-Fri, 8am-5pm. Cosmetic repairs, FMI's, software upgrades and operator in-service training are to be performed during PM calibration services. Repair Parts: Included, Next Day 10:30 AM LST-GDXR and warranty on parts supplies/replaced as needed while under contract. Note 01: Unlimited Replacements Due to Normal Wear & Tear of Flash Pads. Parts Shipping: Included, Expediting of replacement parts is ONLY permitted by authorization of health facility radiology supervisor, to whom contractual service is presently being provided, and the expedited fixed fee incident will be billed "separately" to the facility radiology department authorizing the expedition. b. Provide a 97% or greater percentile of guaranteed equipment up-time status operating according to manufacturer design specifications, based upon average 6 month period. c. Provide local FE technical phone support for radiology department at no charge during daytime hours. d. Provide an in-site on-line diagnostic network with manufacturer engineers for technical and diagnostic support services available all hours at no charge. e. Contractor's replacement parts shall be original equipment manufacturer parts. f. System software applications shall be license patented. Secure Remote Service Access A VPN connection is a requirement for remote service and support and it is the preferred connection method. If needed, Contractor shall provide Customer with a VPN device and configuration to provide a secure encrypted connection from Contractor's support network to Customer's Equipment. 4. REFERENCE MATERIAL Each bidder will be furnished with attached equipment and facility locations and the technical specifications (scope of work). 5. LEVEL OF EFFORT Preventative maintenance and repair shall be provided in the Clinton Indian Health Center. The contractor shall perform services compatible with the Clinton Indian Health Center Radiology Department patient schedules and availability. 6. SPECIAL REQUIREMENTS Each system and location and contract specifications are listed. CHARACTER INVESTIGATION FOR CONTRACTORS WHO WILL HAVE CONTACT WITH INDIAN CHILDREN (Indian Children Protection and Family Violence Prevention Act) This position is subject to P.L. 101-630, The Indian Child Protection and Family Violence Prevention Act, as determined by the Service Unit Director. The Indian Health Service Personnel Office will conduct the criminal background investigation on the contractor following award of the service contract. The character investigation may be waived if, in the judgment of the Contracting Officer, in consultation with the Personnel Officer, an investigation has already been conducted and is on file. Until the character investigation has been completed and the Contracting Officer notified of the results, the contractor must not have unsupervised contact with Indian children. 7. DELIVERABLES AND REPORTING REQUIREMENTS The contractor shall provide radiology supervisors and biomedical technicians, with electronic PM service and repair reports per each site visit on all systems covered by this contract. Prior to providing PM calibration or remedial repair service, the FE upon arrival at the facility shall check in with the Maintenance Department and get a visitor badge before beginning work on the equipment. After completion of requested or scheduled contracted services, the FE shall provide a briefing of field service visit to the radiology supervisor or biomedical equipment technician, prior to site departure. The service unit shall provide an ongoing method of monitoring and evaluating services set forth in this contract. GOVERNMENT FURNISHED PROPERTY, FACILITIES AND SERVICES The service unit will not provide the contractor with any property. CONTRACTOR FURNISHED PROPERTY, FACILITIES AND SERVICES The Indian Health Service requires that the contractor to provide all tools, parts and labor for this contract. INVOICING REQUIREMENTS 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. 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 sent. Submit invoices no later than ten (10) calendar days following last calendar day of the month. Period of Performance: one year 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 Clinton 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 31 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 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-0055/listing.html)
- Place of Performance
- Address: CLINTON INDIAN HEALTH CENTER, 10321 N. 2274 ROAD, CLINTON, Oklahoma, 73601, United States
- Zip Code: 73601
- Zip Code: 73601
- Record
- SN05004573-W 20180726/180724231010-9bf878e5fb7451522943c5ccc69c9a76 (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 |