Federal Bid

Last Updated on 02 May 2014 at 8 AM
Combined Synopsis/Solicitation
Fort bragg North carolina

49--Preventive Maintenence for the VISX Star Excumer Refractive Eye Laser, IntraLase FS Laser and Wavescan Wavefront System

Solicitation ID W91YTZ-14-R-0063
Posted Date 03 Mar 2014 at 1 PM
Archive Date 02 May 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Regional Health Contracting Office - Atlantic
Agency Department Of Defense
Location Fort bragg North carolina United states 28310
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; proposals are being requested and a written solicitation will not be issued.

W91YTZ-14-R-0063 Combined Synopsis/Solicitation

The North Atlantic Regional Contracting office, Womack Army Medical Center (WAMC), Fort Bragg, NC 28310, intends to solicit, negotiate, and award a firm price contract. 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; proposals are being requested and a written solicitation will not be issued and is expected to result in the award of a firm-fixed price contract. The resulting award will be made on SF 1449, for commercial services. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. All responses must be received by March 3, 2014, 12:00 PM EST. This is solicitation number W91YTZ-14-R-0063 and is a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. The Standard Industrial Classification Code is J065, size standard is $19 million and the NAICS code of 811219. This is an unrestricted procurement. Womack Army Medical Center Fort Bragg North Carolina 28310 has a requirement for providing the Maintenance Services for the Excimar Laser System installed at WAMC. This requirement is for the contractor to provide maintenance and support services for the STAR Excimer Laser system as outlined in the Statement of Work.

This requirement is for only a Base Year 3 March 2014 - 2 March 2015. Clauses and provisions throughout this solicitation can be viewed by accessing website www.farsight.hill.af.mil and https://acquisiiton.gov/far. Delivery: Delivery 30 days after receipt of each order called in by WAMC Refractive Eye Clinic. Shipping shall be FOB destination to Womack Army Medical Center, Fort Bragg, NC 28310. FAR provision 52.212-1 [Instructions to Offerors Commercial Items] applies to this acquisition to include the following addenda: All offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed via the internet at www.sam.gov/. Confirmation of CCR registration will be validated prior to awarding a contract.
Responses are to be emailed to Denard Mosley [email protected] no later than 3 March 2014, 12:00 PM EST.
The following provisions in their latest editions apply to this solicitation. FAR Clauses and provisions can be viewed at http://www.farsite.hil.af.mil and https://www.acquisition.gov
Vendors shall include a completed copy of FAR provision 52.212-3 Offeror Representations and Certifications with their offer. Offerors shall include a confirmation of receipt of any amendments to this solicitation. Failure to submit a confirmation could result in the offer being determined non- responsive.
Line Item Number 0001 Base Year (3 Mar 2014 - 2 Mar 2015) The contractor shall provide all labor, tools and equipment necessary to provide maintenance services for AMO Sales and Services, Inc VISX Star Laser Excimer System, ECN #020847, SN #0308-60086 Intralase FS Laser, ECN #0H0713 #0H0713, SN #3772, Star 2 Excumer Laser System, ECN #043096, SN WaveScan and ECN #044300, SN #77180, Wave Scan Wavefront System, and componenets located in the Refractive Eye Clinic at Womack Army Medical Center in accordance with the Performance Work Statement.

EST Monthly, Quantity 12, Unit Price $__________________ Extended Amount $____________________

PERFORMANCE WORK STATEMENT


1. Description of Services:
The contractor shall provide all labor, tools and equipment necessary to provide maintenance services for AMO VISX Star Laser Excimer System for ECN# 020847, SN 0308-60086 Intralase FS Laser, ECN# 0H0713, SN# 3772, Star 2 Excimer Laser System, ECN# 043096, SN# 77002, WaveScan Wavefront System and ECN# 77002, SN# 77180, WaveScan Wavefront System, and their components located in the Refractive Eye Clinic, Womack Army Medical Center in accordance with the Statement of Work.
2. Maintenance and Repair Services:
A. All services will be performed in accordance with the manufacturer's literature and recommendations, by a technically qualified person.
B. The Full Service Program option: Full comprehensive coverage with the exception of existing parts exclusions.
-Includes all parts and labor to perform preventive maintenance per PMCL or revised in contract.
-Includes all parts and labor to perform equipment repairs. Existing parts exclusion still applies. Repairs resulting from operator error, poor facilities or equipment abuse is not included.
C. Preventive maintenance and calibration service will be performed during the months June and December, with the service report due to this office by the 15th of the month in accordance with the vendor's service agreement.
D. A DD Form 2163 (Medical Equipment Verification/Certification) will be completed and affixed by the Contractor on the piece of equipment upon replacement of unserviceable parts, and calibration or calibration and verification, if applicable. The contractor shall complete the DD form 2163 in accordance with the instructions provided in Technical Bulletin (TB) 38-750-2 and by the EMS's internal SOP.
E. Emergency Telephone Consultation will be provided 24hours per day, seven days a week at no additional charge.
3. General Information:
A. Contract hours for services and repairs will be between 8:00am and 5:00pm local time(EST), Monday through Friday, excluding federal holidays:

New Year's Day January 1st Martin Luther King's Birthday 3rd Monday in January President's Day 3rd Monday in February Memorial Day Last Monday in May Independence Day July 4th Labor Day 1st Monday in September Columbus Day 2nd Monday In October Veterans Day November 11th
Thanksgiving Day 4th Thursday in November
Christmas Day December 25th

B. AMO, Sales & Services, Inc's personnel will be provided with free and safe access to the equipment and be provided assistance by the customer in any reasonable manner.
C. The contractor's field service engineer will physically sign in and out at the Equipment Management Branch Customer service desk upon arrival and departure, during the normal duty hours 7:30am - 4:30pm, Monday through Friday, excluding federal holidays.
D. Prior to signing out the contractor will provide a service report with a detailed description of all services/repairs performed and parts replaced to the Equipment Management Branch contract representative. If the contractor is unable to provide a copy of the service report at the time of repair, a copy must be faxed with 3 working days to (910) 907-9201. ATTN: Contract Representative. All service report will include the following information.
1. Manufacturer, model, serial number of serviced equipment.
2. Detailed description of diagnosis and repairs performed.
3. Man-hours expended on the service/repair and hourly labor rate.
4. Repair parts used with part number and price.
E. Only the Contracting Officer has the authority to approve changes to the contract that would result in an increase or decrease of the awarded price.
F. The government Point of Contact for this Statement of Work is CW3 Ouden, Toni B. Chief, and Equipment Management Section at (910) 907-6445.




TECHNICAL EXHIBIT

TECHNICAL EXHIBIT 1


Item ECN Model Number Serial Number Nomenclature Location
1. 020847 System Line
Intralase 0308-60086 Laser, Excimer Refractive Eye Clinic
2. 020895 ABCE144011/EC 5414456R-0740036 Power System Refractive Eye
3. 0H0713 Star 2 3772 Laser, Excimer Refractive Eye Clinic
4. 043096 System Line
Wavescan HD 77002 Corneal Topography System Refractive Eye Clinic
5. 043101 0070-1478 07-00381 Treatment stand Refractive Eye
6. 043102 ASLCD52V 7YS03697NA Monitor Video Refractive Eye
7. 043103 IP4700 ABNA20526 Printer Inkjet Refractive Eye
8. 043104 TS22497 1736521 Computer Refractive Eye
9. 044422 P1LVWVHNNC7 QA07101628 Transformer Refractive Eye
10. 044300 0070-1749 3502 Aberrometer Refractive Eye
11. 044012 System Line
Wavescan HD 77180 Corneal Topography System Refractive Eye Clinic
12. 044055 OEMb3300R02 1701521 Computer Refractive Eye
13. 044056 ASLCD52V-BK 9ZT45489NA Monitor Video Refractive Eye
14. 044057 0070-1478 10-645 Treatment stand Refractive Eye
15. 044058 IP4700 ABNA31250 Printer Refractive Eye
16. 044059 P1LVWVHNNC7 QA08104296 Transformer Refractive Eye
17. 044060 0070-1479 3705 Aberrometer Refractive Eye











TECHNICAL EXHIBIT II
TECHNICAL EXHIBIT II

PERFORMANCE REQUIREMENT SUMMARY

QUALITY ASSURANCE SURVEILLANCE PLAN (QASP)
AMO VISX STAR EXCIMER LASER MAINTENANCE

INTRODUCTION
The purpose of a QASP is to provide a planned process for surveilling the contractor's actual performance and comparing that performance against the contractual requirements to determine conformity with the technical requirements of the contract. Surveillance protects the Government's interest by ensuring that the contractor complies with conditions of the contract. It identifies those areas where these obligations are or are not met.
The QASP is for use by the COR and should provide the COR with information from which he/she can identify acceptable performance and potential reasons for any nonconforming performance.
(a) The contractor shall perform preventative maintenance checks each year in accordance with the contractor's service agreement as outlined in the Performance Work Statement of Work (PWS), paragraph 2, Maintenance and Repair Services
(b) The contractor shall provide in writing a service/repair report at time of service/repair or no later than 3 working days of service call faxed to (910) 907-9201 Attn: Contract Representative as outlined in the PWS paragraph 3 D.
(c) The contractor will provide customer service and support 8:00 am - 5:00 p.m. Monday - Friday except Federal or AMO Holidays as outlined in the PWS 3, General Information.
(d) Contract performance will be monitored by the COR in conjunction with input from designated government representatives.
(e) If the performance thresholds are not met, the government will document the contractor's past performances, issue cure notices or may terminate the contract by default.


Performance Requirement Summary


The following minimum Performance requirements apply. The Government may modify inspection methods in accordance with site specific requirements.

PERFORMANCE OBJECTIVE PERFORMANCE STANDARD REF PBWS METHOD OF ASSESSMENT
Preventative Maintenance will be performed in accordance with the recommendation stated in the operator's manual for each equipment. Contractor shall perform preventative maintenance twice during a twelve month period Mar 2014 - Mar 2015. Para 2. C Maintenance documentations shall be provided to the COR
Provide service/validation reports at time of service or no later than 3 working days. Contractor shall have the service/validation kit and reports to the department within 3 working days of service call. Para 3.D Service reports provided to the COR
Performs PM visit and maintenance as requested within 48 hours of contact, test and validation report, training at AMO University or Fastrack Workshops, service calls as needed, replacement parts included Contractor provides information requested in the PWS. Para 1, 2 A,B,C Monthly COR Report


STANDARD MEASUREMENT PAST PERFORMANCE ASSESSMENT
99% to 100% Excellent Document Past Performance 96% to 98% Very Good Assessment Report, paying 95% Satisfactory Particular attention to 92% to 94% Marginal Performance that exceeds 92% or Less Unsatisfactory The Standard



Bid Protests Not Available