SOURCES SOUGHT
65 -- Annual Preventive Maintenance - Performance of Work Statement
- Notice Date
- 10/30/2018
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Army, U.S. Army Medical Command, REGIONAL HEALTH CONTRACT OFF CENTRAL, ATTN: MCAA GP L31 9V, 2539 GARDEN AVENUE, JBSA FT SAM HOUSTON, Texas, 78234-0000, United States
- ZIP Code
- 78234-0000
- Solicitation Number
- W81K00-19-Q-0013
- Archive Date
- 11/21/2018
- Point of Contact
- Kathy Clayton, Phone: 2105398657
- E-Mail Address
-
kathy.g.clayton.civ@mail.mil
(kathy.g.clayton.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance of Work Statement for Annual Preventive Maintenance Sources Sought Synopsis Solicitation Number: W81K00-19-Q-0013 THIS IS A Sources Sought Notice ONLY. The United States Army Regional Health Contracting Office-Central - Fort Sam Houston (RHCO-C - FSH), Joint Base San Antonio, Texas, is contemplating the annual preventive maintenance contract with Elekta Inc., located at 400 Perimeter Center Ter Ne Ste 50, Atlanta, GA 30346. The contemplated contract is anticipated for a period of up to thirty (30) months, beginning 01 April 2019 through 30 September 2021. The incumbent contractor provides annual preventive maintenance services on Elekta Afterloader equipment and software. Annual Preventive Maintenance Services include, but are not limited to: repair, maintenance, replace parts, unlimited 24 hour phone support for High Dose Rate Afterloader, Treatment Control Workstation, and Radiotherapy Treatment Planning System and components. The service coverage shall include all travel, labor, parts and materials (excluding user consumable supplies), manufacturer's authorized field modification (FM's), OEM technical bulletins, individual tool and test equipment required to repair and maintain the equipment and listed components. The contractor will maintain a complete file of technical documentation on each type of equipment listed in the contract to include schematics, service manuals, and service update memos. The current coverage expires 31 March 2019. To assist the U.S. Government in determining whether or not vendors are able to perform this requirement, all interested businesses (large and small) are encouraged to respond to this sources sought synopsis. This notice does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB), Request for Proposal (RFP), or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the U.S. Government. However, if a competitive solicitation is released, it will be synopsized on the Government-wide Point of Entry (FedBizOpps). It is the responsibility of industry to monitor FedBizOpps for additional information pertaining to this requirement. Interested sources should respond to the questions presented within this notice. The current contract is a combination business arrangement, comprised primarily of Firm Fixed Price and Cost Reimbursable Contract Line Item Numbers (CLINs). The current Performance Work Statement (PWS) is attached. The contemplated North American Industry Classification System (NAICS) code is 811219, Other Management Consulting Services, size standard $20.5M. SUBMITTAL INFORMATION: The Government will not review general capability statements. Ensure your submissions are tailored to this requirement and provide the information requested below. Submissions shall not exceed ten pages (including the cover page) and must be submitted in an Adobe Portable document Format (pdf) or Microsoft Word (doc or docx) format. In order to achieve a thorough understanding of your firm's capabilities, please provide a short but detailed explanation for each of the questions below. Cover Page. The cover page shall include the following information: Respondent Name: Mailing Address: Point of Contact (POC): POC Title: POC Phone: POC E-Mail: Data Universal Numbering System (DUNS) number: Contractor and Government Entity (CAGE) code: Certification of Active Registration in the System for Award Management at https://www.sam.gov/ Type of Business (Small or Large): The U.S. Government has identified risks (acquisition/business related (schedule, cost) and operational execution related (performance, technical)) associated with executing a competitive procurement which meets the regulatory requirements of the Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), Army Federal Acquisition Regulation Supplement (AFARS), policy requirements of the Army Contracting Command (ACC) and the Regional Health Contracting Officer-Central (RHCO-C) within less than two months. To assist the U.S. Government in mitigating these risks, industry is requested to provide a response to the following questions: 1.Describe your experience (in providing preventive maintenance services on high dose rate afterloader systems and software) ability to perform all aspects of the PWS. 2.Describe your ability/plan to execute and service PWS requirements no later than 6 November 2018 to ensure that full performance is met on 1 April 2019. 3.Describe your ability/plan to ensure a successful, seamless transition period beginning 1 March 2019, with full performance on 1 April 2019. Respondents are encouraged to review the information requested above carefully and ensure a complete, thorough response is submitted. Please note that respondents are responsible for adequately marking proprietary, restricted, or competition sensitive information contained in their response. Responses or inquiries about this sources sought notice shall be submitted electronically no later than 4:00 P.M. Central Standard Time, Monday, 6 November 2018 via e-mail and shall be clearly marked with Request for Proposal (RFP) number W81K00-19-Q-0013, identified within this announcement and e-mailed to the following points of Kathy Clayton, Contract Specialist at: kathy.g.clayton.civ@mail.mil. Note: If you believe that this action is unreasonably restricting competition contact the Regional Health Contracting Office-Central (RHCO-C) Special Advocate for Competition, Mr. Scott Earle, at scott.l.earle.civ@mail.mil or 210-221-3027. Include the subject of the acquisition, this announcement, and the RHCO-C point of contact information from the Sources Sought Synopsis. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Annual Preventive Maintenance Elekta High Dose Afterloader System and Software
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-19-Q-0013/listing.html)
- Place of Performance
- Address: 3600 Roger Brooke Drive, BLDG 3600, Fort Sam Houston, Texas, 78234, United States
- Zip Code: 78234
- Zip Code: 78234
- Record
- SN05138701-W 20181101/181030230855-6f04872624a7e73604bc638e2501e99f (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 |