SOLICITATION NOTICE
J -- BUY INDIAN SET ASIDE - CARESTREAM DRX ASCEND MAINTENANCE AGREEMENT
- Notice Date
- 4/14/2025 11:55:19 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811210
—
- Contracting Office
- OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
- ZIP Code
- 73114
- Solicitation Number
- IHS1511528
- Response Due
- 4/18/2025 12:00:00 PM
- Archive Date
- 05/03/2025
- Point of Contact
- Mary Ann Yocham, Phone: 4059516043, Fax: 4059513771
- E-Mail Address
-
MaryAnn.Yocham@ihs.gov
(MaryAnn.Yocham@ihs.gov)
- Small Business Set-Aside
- BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
- Description
- PURPOSE OF THE PROJECT The Oklahoma City Area Office (OCA), Indian Health Services (IHS) has a requirement for Carestream DRX Ascend maintenance agreement and software support that provides maintenance and software support comprised of mechanical system calibration, maintenance, and repair support service in accordance with the manufacturer requirements, specifications, guidelines, checklists, revisions and addendum modifications that include all parts and labor for equipment at the Wewoka Indian Health Center (WIHC), Wewoka, Oklahoma. 2. DETAILED DESCRIPTION OF THE TECHNICAL REQUIREMENTS 1. The contractor shall provide full preventative maintenance on the Carestream DRX Ascend, serial # 5800-8144/QG80G-17R-0703. 2. The Contractor shall provide standard parts, labor, regularly scheduled preventative maintenance, on- site, and remote support for all equipment associated with the Carestream DRX Ascend. 3. The Contractor shall provide Software refresh for all equipment associated with the Carestream DRX Ascend system. 4. The contractor shall provide accident protection for two (2) Carestream DRX Ascend machines plus detectors. 5. The Contractor shall provide phone service support. 6. The Contractor shall provide tube coverage, and shall cover the installation, replacement, and disposal of the x-ray tube. 7. The Contractor shall track tube disposal by serial number and provide documentation of such. 3. PERIOD OF PERFORMANCE The base year Period of Performance will be 12 months from date of award with four (4) twelve (12) month option periods. 4. LEVEL OF EFFORT 4.1.The contractor shall perform all services Monday thru Friday 8:00 pm to 5:00 pm. 4.2. The Contractor shall perform services compatible with the Wewoka Indian Health Center Radiology Department patient schedules and availability. 4.3.The contractor shall be competent and experienced in Carestream DRX Ascend equipment. 5. SPECIAL REQUIREMENTS 5.1.In accordance with HHSAR 304.1301(a) HHS follows National Institute of Standards and Technology (NIST) Federal Information Processing Standards (FIPS) Publication (PUB) Number 201-2, Personal Identity Verification (PIV) of Federal Employees and Contractors, and OMB implementation guidance for personal identity verification, for all affected contractor and subcontractor personnel when contract performance Department of Health and Human Services Indian Health Service Wewoka Indian Health Center 36640 Hwy 270 Wewoka, OK 74884 requires contractors to have routine physical access to a federally-controlled facility and/or routine physical and logical access to a federally-controlled information system. 5.2.The USPHS Wewoka Indian Health Center is a tobacco/smoke free environment (buildings and grounds). No tobacco/smoking use will be tolerated during service. 5.3.Security Requirements: Contractor personnel will be required to contact the government designated point of contact upon arrival when reporting for service calls or delivery supplies. The contractor shall be responsible for the security of all organizational information. Current rules and regulations applicable to the premises, where the work shall be performed shall apply to the contractor and its employees while working on the premises. These regulations include but are not limited to, escort by Wewoka Indian Health Center official, presenting valid identification, smoking restriction and any safety procedures. 5.4.The contractor shall not disclose or cause to disseminate any information concerning operations of Wewoka Indian Health Center. Such action(s) could result in violation of the contract and possible legal actions. 5.4.1. All inquiries, comments, or complaints arising from any matter observed, experienced or learned of as a result of or in connection with the performance of the contract, the resolution of which may require the dissemination of official information, shall be directed to the government�s designated representative. 5.5. The Technician shall have authorized certification from the OEM to perform service and repair on the Carestream DRX Ascend. 6. DELIVERABLES AND REPORTING REQUIREMENTS 6.1. Delivery: The contractor will coordinate the delivery, installation and training date with the designated government employee. The government will provide the contractor with dock access and building access for this sole purpose. The designated government employee will work with the pertinent government agency(ies) to secure the needed dock access. No deliveries can be made after 4:15pm. Driver needs a valid ID. 6.2. Contractor Point of Contact: The contractor shall furnish one designated point of contact (POC) to the government�s designated representative for coordination of supplies, delivery, and/or maintenance. The POC will be empowered to make daily decisions to ensure that the contract implementation and day-to-day maintenance meets the terms and conditions of this contract. 6.3. Contractor�s Phone Numbers: The contractor shall provide a toll-free telephone number for service calls, which must be answered during at least eight working hours, between 8:00 am and 4:30 pm, Monday through Friday. 6.4. Personnel Qualifications: N/A 6.5. On-site Response: Contractor shall respond to maintenance requests within 24 hours of notification. 6.6. Preventative Maintenance: Contractor shall schedule preventative maintenance with WIHC X-ray technician a minimum of 72 hours before coming on-site. 7. GOVERNMENT FURNISHED PROPERTY, FACILITIES AND SERVICES The Government shall supply water and electricity if needed. 2 Department of Health and Human Services Indian Health Service Wewoka Indian Health Center 36640 Hwy 270 Wewoka, OK 74884 3 8. CONTRACTOR FURNISHED PROPERTY, FACILITIES AND SERVICES 8.1.Required personnel, materials, supplies and equipment: The contractor shall furnish all personnel, materials, supplies and equipment required to perform work under the contract. 8.2.The contractor shall provide radiology with electronic or physical hard copy of PM, service, and repair reports per each site visit. 9. CHANGES TO THE STATEMENT OF WORK (SOW) Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/65b7f291b3b84e8b9550ecfef85751ef/view)
- Place of Performance
- Address: Wewoka, OK 74884, USA
- Zip Code: 74884
- Country: USA
- Zip Code: 74884
- Record
- SN07407436-F 20250416/250414230047 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |