Federal Bid

Last Updated on 03 Oct 2014 at 9 AM
Combined Synopsis/Solicitation
David Kentucky

Angiography Laser Maintenance

Solicitation ID F3Z4534098AQ11
Posted Date 02 Sep 2014 at 11 PM
Archive Date 03 Oct 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa4427 60 Cons Lgc
Agency Department Of Defense
Location David Kentucky United states
60th CONTRACTING SQUADRON TRAVIS AFB, CALIFORNIA     COMBINED SYNOPSIS/SOLICITATION FOR Angiography Laser Maintenance              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. Award is contingant on availability of funds. Please make all quotes good through 30 Sep 14. GENERAL INFORMATION Solicitation Number: PR# F3Z4534098AQ01 Request for Quotation (RFQ) 1 Request for Proposal (RFP) 0 Invitation for Bid (IFB) 0 This solicitation and the incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76 Effective 25 Aug 2014; Defense DPN 20140828 Effective 28 Aug 2014 and AFAC 2014-0412 Effective 21 Apr 2014. (This acquisition is full and open competition. All responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency) North American Industry Classification Code (NAICS): 811219 Size Standard: $19,000,000.00 SERVICES TO BE PERFORMED All services are to be performed in strict accordance with the attached Performance Work Statement (PWS). CLIN # DESCRIPTION QTY UNIT OF ISSUE 0001 Maintenance Support Agreement for Angioplasty Excimer Laser CVX-300, Serial #80787, ECN: 48065 IAW PWS Base Year: 01 Oct 14 - 30 Sep 15 12 Months 1001 Maintenance Support Agreement for Angioplasty Excimer Laser CVX-300, Serial #80787, ECN: 48065 IAW PWS Option Year One: 01 Oct 15 - 30 Sep 16 12 Months 2001 Maintenance Support Agreement for Angioplasty Excimer Laser CVX-300, Serial #80787, ECN: 48065 IAW PWS Option Year Two: 01 Oct 16 - 30 Sep 17 12 Months 3001 Maintenance Support Agreement for Angioplasty Excimer Laser CVX-300, Serial #80787, ECN: 48065 IAW PWS Option Year Three: 01 Oct 17 - 30 Sep 18 12 Months 4001 Maintenance Support Agreement for Angioplasty Excimer Laser CVX-300, Serial #80787, ECN: 48065 IAW PWS Option Year Four: 01 Oct 18 - 30 Sep 19 12 Months Purchase Order Clauses Clauses included in this combined solicitation/synopsis are not all inclusive. Clauses included on any ensuing award may include all or some of the below clauses. Contractor's should assume that all of the below clauses are applicable to this acquisition. Additional clauses may also be added at the discretion of the contracting officer upon award 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUUBCONTRACT AWARDS (JUL 2013) (IAW FAR 4.1403(a)) 52.209-6 PROTECTING THE GOVERNMENTS INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT. (AUG 2013) (IAW FAR 9.409) 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (MAY 2014) (IAW FAR 12.301(b)(3)) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUL 2014) (DEVIATION) (IAW FAR 12.301(b)(4)) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (IAW FAR 17.208(g)) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (APR 2012) (IAW FAR 19.309(a)(1)) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) (IAW FAR 19.309(d)) 52.222-3 CONVICT LABOR (JUN 2003) (IAW FAR 22.202) 52.222-18 CERTIFICATION REGARDING KNOWLEDGE OF CHILD LABOR FOR LISTED END PRODUCTS (FEB 2001) (IAW FAR 22.1505(a)) 52.222-19 CHILD LABOR (JAN 2014) (IAW FAR 22.1505(b)) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) (IAW FAR 22.810(a)(1)) 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) (IAW FAR 22.810(a)(2)) 52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984) (IAW FAR 22.810(d)) 52.222-26 EQUAL OPPORTUNITY (MAR 2007) (IAW FAR 22.810(e)) 52.222-50 COMBATING TRAFFICKING IN PERSONS (FEB 2009) (IAW FAR 22.1705(a)) 52.223-6 DRUG-FREE WORKPLACE (MAY 2001) (IAW FAR 23.505) 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) (IAW FAR 23.1105) 52.224-1 PRIVACY ACT NOTIFICATION (APR 1984) (IAW FAR 24.104) 52.224-2 PRIVACY ACT (1984) (IAW FAR 24.104) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) (IAW FAR 25.1103(a)) 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN - REPRESENTATION AND CERTIFICATIONS (DEC 2012) (IAW FAR 25.1103(e)) 52.232-23 ASSIGNMENT OF CLAIMS (MAY 2014) (IAW FAR 32.806(a)(1)) 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) (IAW FAR 32.706-3) 52.233-1 DISPUTES (MAY 2014) (IAW FAR 33.215) 52.233-3 PROTEST AFTER AWARD (AUG 1996) (IAW FAR 33.106(b)) 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) (IAW FAR 33.215(b)) 52.337-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984) (IAW FAR 37.110(b)) 52.243-1 CHANGES - FIXED-PRICE (AUG 1987) (IAW FAR 43.205(a)(1)) 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUL 2014) (IAW FAR 44.403) 52.246-4 INSPECTION OF SERVICES - FIXED-PRICE (AUG 1996) (IAW FAR 46.304) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) (IAW FAR 52.107(b)) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): Regulations URLs: (Click on the appropriate regulation.) http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/far1toc.htm http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/dfars/dfartoc.htm http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/af_afmc/affars/affar1toc.htm NOTE: After selecting the appropriate regulation above, at the "Table of Contents" page, conduct a search for the desired regulation reference using your browser's FIND function. When located, click on the regulation reference (hyperlink). 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (IAW FAR 52.107(f)) (a) The use in this contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2).clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 52.253-1 COMPUTER GENERATED FORMS (JAN 1991) (IAW FAR 53.111) Other Purchase Order Clauses 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) (IAW DFARS 203.171-4(a), DFARS 212.301(f)(ii)) 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) (IAW DFARS 203.970) 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) (IAW DFARS 204.404-70(b)) 252.204-7004 ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT (FEB 2014) (IAW DFARS 204.1105) 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (NOV 2013) (IAW DFARS 204.7303, DFARS 212.301(f)(vi)) 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014) (IAW DFARS 204.7403(c), DFARS 212.301(f)(ix)) 252.209-7004 SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE GOVERNMENT OF A TERRORIST COUNTRY (MAR 2014) (IAW DFARS 209.409) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) (IAW DFARS 223.7306, DFARS 212.301(f)(xxi)) 252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (FEB 2013) (IAW DFARS 225.7002-3(a), DFARS 212.301(f)(xxvii)) 252.225-7048 EXPORT-CONTROLLED ITEMS (JUN 2013) (IAW DFARS 225.7901-4) 252.226-7001 UTILIZATION OF INDIAN ORGANIZATIONS, INDIAN-OWNED ECONOMIC ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS (SEP 2004) (IAW DFARS 226.104) 252.231-7000 SUPPLEMENTAL COST PRINCIPLES (DEC 1991) (IAW DFARS 231.100-70) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (IAW DFARS 232.7004(b), PGI 232.7004(b)(1)) WIDE AREA WORKFLOW - RECEIPT AND ACCEPTANCE (WAWF-RA) ELECTRONIC RECEIVING REPORT AND INVOICING INSTRUCTIONS IN ACCORDANCE WITH DFARS 252.232-7003, USE OF ELECTRONIC PAYMENT REQUESTS IS MANDATORY. USE OF WAWF WILL SPEED UP YOUR PAYMENT PROCESSING TIME AND ALLOW YOU TO MONITOR YOUR PAYMENT STATUS ONLINE. THERE ARE NO CHARGES OR FEES TO USE WAWF. Requests for payments must be submitted electronically via the Internet through the Wide Area WorkFlow - Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Limestone through the DFAS Centralized Customer Service number (800) 756-4571 (select option 2) or faxed to (866) 392-7091. Please have your order number and invoice number ready when contacting DFAS about payment status. You can also access payment information using the DFAS myInvoice web site at http://www.dod.mil/dfas/contractorpay/myinvoice.html. ? THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR RECEIVING REPORTS, INVOICES AND ADDITIONAL E-MAILS CORRECTLY THROUGH WAWF. CONTRACT NUMBER: DELIVERY ORDER NUMBER: N/A TYPE OF DOCUMENT: Invoice and Receiving Report (COMBO) CAGE CODE: ISSUE BY DODAAC: FA4427 ADMIN DODAAC: FA4427 INSPECT BY DODAAC: N/A SERVICE ACCEPTOR / SHIP TO: F3Z453 LOCAL PROCESSING OFFICE: N/A PAY OFFICE DODAAC: F67100 SEND E-MAIL NOTIFICATIONS: CONTRACT ADMINISTRATOR: [email protected] CONTRACTING OFFICER: [email protected] 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) (IAW DFARS 232.7004(a)) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) (IAW DFARS 232.7102) 252.243-7002 REQUESTS FOR EQUITABLE ADJUSTMENT (DEC 2012) (IAW DFARS 243.205-71) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) (IAW DFARS 244.403) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA--BASIC (APR 2014) (IAW DFARS 247.574(b)) 5352.201-9101 OMBUDSMAN (NOV 2014) (IAW AFFARS 5301.9103) a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, Mr. Gregory Oneal, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0184, fax (618) 256-6668, email: [email protected]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Solicitation Provisions 52.204-7 SYSTEM FOR AWARD MANAGEMENT (JUL 2013) (IAW FAR 4.1105(a)(1)) 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (JUL 2013) (IAW FAR 4.1105(b)) 52.212-1 INSTRUCTION TO OFFERORS - COMMERCIAL ITEMS (APR 2014) (IAW FAR 12.301(b)(1)) Addendum to 52.212-1: Paragraph (b), entitled "Submission of Offers,': Offers may be submitted via handcarry or electronic mail. Submit signed and dated offer at or before 09:00 (9:00 AM) Local (PST), 18 Sep 14. To send offer via electronic mail all documents must be scanned in .pdf (Acrobat) format and emailed to [email protected] Please send any questions or requests to: 60 CONS/LGCC Attn: SrA Christopher R. Schlotterbeck 350 Hangar Ave, Bldg 549 Travis AFB, CA 94535 52.212-2 EVALUATIONS - COMMERCIAL ITENS (JAN 1999) (IAW FAR 12.301(c)) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (ii) price (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (MAY 2014) (IAW FAR 12.301(b)(2)) 52.232-18 AVAILABILITY OF FUNDS (APR 1984) (IAW FAR 32.706-1(a)) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 52.233-2 SERVICE OF PROTEST (SEP 2006) (IAW FAR 33.106(a)) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from (See page 1 Issuing Office). (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) (IAW FAR 52.107(a)) This solicitation incorporated one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The full text of a clause may be accessed electronically at this/these address(es): Regulations URLs: (Click on the appropriate regulation.) http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/far1toc.htm http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/dfars/dfar1toc.htm http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/af_afmc/affars/affar1toc.htm NOTE: After selecting the appropriate regulation above, at the "Table of Contents" page conduct a search for the desired regulation reference, using your browser's FIND function. When located, click on the regulation reference (hyperlink). 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (IAW FAR 52.107(e)) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (DFARS) (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. Other Solicitation Provisions  252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) (IAW DFARS 203.171-4(b), DFARS 212.301(f)(iv)) 252.204-7007 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2014) (IAW DFARS 204.1202) Substitute the following paragraphs (d) and (e) for paragraph (d) of the provision at FAR 52.204-8: (d) (1) The following representations or certifications in the System for Award Management (SAM) database are applicable to this solicitation as indicated: (i) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country. Applies to all solicitations expected to result in contracts of $150,000 or more. (ii) 252.209-7003, Reserve Officer Training Corps and Military Recruiting on Campus--Representation. Applies to all solicitations with institutions of higher education. (iii) 252.216-7008, Economic Price Adjustment--Wage Rates or Material Prices Controlled by a Foreign Government--Representation. Applies to solicitations for fixed-price supply and service contracts when the contract is to be performed wholly or in part in a foreign country, and a foreign government controls wage rates or material prices and may during contract performance impose a mandatory change in wages or prices of materials. (iv) 252.225-7042, Authorization to Perform. Applies to all solicitations when performance will be wholly or in part in a foreign country. (v) 252.229-7012, Tax Exemptions (Italy)--Representation. Applies to solicitations when contract performance will be in Italy. (vi) 252.229-7013, Tax Exemptions (Spain)--Representation. Applies to solicitations when contract performance will be in Spain. (vii) 252.247-7022, Representation of Extent of Transportation by Sea. Applies to all solicitations except those for direct purchase of ocean transportation services or those with an anticipated value at or below the simplified acquisition threshold. (2) The following representations or certifications in SAM are applicable to this solicitation as indicated by the Contracting Officer; [Contracting Officer check as appropriate.] __ _ (i) 252.209-7002, Disclosure of Ownership or Control by a Foreign Government. __ _ (ii) 252.225-7000, Buy American -Balance of Payments Program Certificate. __ _ (iii) 252.225-7020, Trade Agreements Certificate. __ _ Use with Alternate I __ _ (iv) 252.225-7031, Secondary Arab Boycott of Israel. __ _ (v) 252.225-7035, Buy American -Free Trade Agreements-Balance of Payments Program Certificate. __ _ Use with Alternate I. __ _ Use with Alternate II. __ _ Use with Alternate III. __ _ Use with Alternate IV. __ _ Use with Alternate V. (e) The offeror has completed the annual representations and certifications electronically via the SAM website at https://acquisition.gov/ . After reviewing the ORCA database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in FAR 52.204-8© and paragraph (d) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer, and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by provision number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. FAR/DFARS Provision# Title Date Change  Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications located in the SAM database. 252.209-7002 DISCLOSURE OF OWNERSHIP OR CONTROL BY A FOREIGN GOVERNMENT (JUN 2010) (IAW DFARS 209.104-70(b)) ? 252.209-7993 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW--FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-O0009) (FEB 2014) (IAW DARS Tracking # 2014-O0009) (a) In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Public Law 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) may be use to enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal Law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal Law within the preceding 24 months. 252.217-7026 IDENTIFICATION OF SOURCES OF SUPPLY (NOV 1995) (IAW DFARS 217.7303) (b) The apparently successful Offeror agrees to complete and submit the following table before award: TABLE Source of Supply Line Items National Stock Number Commercial Item (Y or N) Company Address Part No Actual Mfg? (1) (2) (3) (4) (4) (5) (6) (1) List each deliverable item of supply and item of technical data. (2) If there is no national stock number, list "none." (3) Use "Y" if the item is a commercial item; otherwise, use "N". If "Y" is listed, the Offeror need not complete the remaining columns in the table. (4) For items of supply, list all sources. For technical data, list the source. (5) For items of supply, list each source's part number for the item. (6) Use "Y" if the source of supply is the actual manufacturer; "N" if it is not; and "U" if unknown. ? Offers Due: Date: 18 Sep 14 9:00 AM Local Time (PST) RESPONSE DATE AND CONTACT INFORMATION Contact Info: Specialist Name: Christopher R. Schlotterbeck Phone: 707-424-7736 Fax: 707-424-0288 Email: [email protected]  BE SURE TO READ FAR 52.212-1, INSTRUCTIONS TO OFFERORS, AND FAR 52.212-2, EVALUATION FACTORS. IF GUIDELINES ARE NOT FOLLOWED AS SET FORTH IN 52.212-1 YOUR OFFER COULD BE CONSIDERED NON-RESPONSIVE.    PERFORMANCE-BASED WORK STATEMENT (PWS) ? PERFORMANCE WORK STATEMENT FOR MAINTENANCE OF SPECTRANETICS ANGIOGRAPHY LASER David Grant Medical Center (DGMC) Travis AFB, California  I. DESCRIPTION OF SERVICES The contractor shall provide everything necessary as defined in this Performance Work Statement (PWS), except as specified herein as Government furnished property or services, to provide rental preventive maintenance to include intervening service calls for government owned equipment, located at the 60th Medical Group, David Grant Medical Center, Travis Air Force Base, California. The Contractor shall perform these services in accordance with the standards specified in this contract and in accordance with the Original Equipment Manufacturer (OEM) Specifications, the National Fire Protection Association Standard NFPA 99 (Electrical Equipment in Healthcare Facilities), the Bureau of Radiological Health (BRH), Health Insurance Portability and Accountability Act (HIPPA) IAW 45CFR 160 and 164, and the Joint Commission for Accreditation of Health Care Organization (JCAHO). The Contractor shall submit reports and documentation as identified throughout this PWS. The contractor shall make available a standard commercial quality control plan upon request by a government representative. To cover the Spectronice angiography laser, contractor tasks include:. ? Service performed by OEM-certified technicians ? Use of only new OEM parts ? Preventive maintenance and unlimited repairs that include all parts, labor, and travel ? Manufacturer telephone technical support 24/7 ? Loaners as necessary during repairs ? Service Reports 1. Preventive Maintenance Inspections and Intervening Repair Service. The Contractor shall provide annual scheduled preventive maintenance inspections and repair or replacement services as needed on the Spectranetics angiography laser in accordance with OEM specifications. Inspections shall include but are not limited to the following: ? Review of system operation ? Lubrication, cleaning, functional checks ? Completion of minor operational and reliability field engineering change notices ? PM to current published OEM specifications ? Any other remedial maintenance of non-emergency nature including but not limited to adjustments, calibrations, lubrications, cleaning, testing, replacement of work or defective non-consumable parts, etc. required to keep the equipment in good operating condition. Contractor shall provide maintenance necessary to preserve system performance and safety testing. Contractor travel to perform covered service shall be included at no additional cost to the Government. Contractor shall arrange the date and time of preventive inspections with the Medical Equipment Repair Center (MERC) at least one week in advance. All routine preventive maintenance service shall be accomplished during normal duty hours 8:00 AM to 5:00 PM, Monday through Friday, (excluding Federal Holidays). ? 2. Service Reports: A service report is required for any maintenance service performed at any time. Contractor shall sigh in/ out on the log sheet and report to the POC in the Medical Equioment Repair Center both upon arrival on-site and upon completion of the work. The original service report, signed off by the department using the equipment, must be presented to the Medical Equipment Repair Center ([email protected]) and a copy sent to the Contracting Officer upon completion of the work proir to departure. The service report must include the following as a minimum: ? Date and time of service ? Company and service representative name ? Contract number ? A detailed description of any services ar repairs performed, documenting labor and any parts used. ? Any contractor recommendations necessary to maintain the equipment in the best operating condition. ? For PM/ Calibration service calls, the PM/ Calibration checklist with results will serve as the service report. ? Contractor shall ensure compliance with the National Fire Protection Association Standard NFPA 99 ( Electrical Equipment in Healthcare Facilities), and shall list electrical leakage current and ground resistance readings for equipment and provide this information as part of the service report. 3. OEM Replacement Parts. Contractor shall provide repair parts meeting or exceeding current OEM spacification. All parts shall be only new standard parts. Replaced parts shall become the property of the contractor and shall be removed from the hospital and disposed of at no additional cost to the Government. 4. Modifications/ Software Upgrades. All software and hardware modifications and upgrades recommended or normally provided by the OEM to keep the system operational capability current shall be provided and accomplished by the contractor during PM inspections at no additional cost to the Government. II. GENERAL INFORMATION 1. Operator Training. Contractor shall provide instructions and training to DGMC equipment operators on the proper care and operation of the equipment through telephone support between 0800 and 1700, Monday through Friday. 2. Initial Inspection. All contractor owned equipment will be inspected and approved by the Biomedical Equipment Maintenance Section prior to use in the Medical Treatment Facility. 3. Removal of Equipment. Should the equipment or any component listed herein require repair at the contractor's plant, contractor shall obtain a signed authorization for removal of equipment. Contractor shall not remove any equipment until loaner/replacement is installed on-site. Contractor shall be responsible for damage or loss of equipment while in contractor's possession. 4. Health Insurance Portability and Accountability Act (HIPAA). In accordance with DoD 6025.18-R "Department of Defense Health Information Privacy Regulation," January 24, 2003, the Contractor meets the definition of Business Associate. Therefore, a Business Associate Agreement is required to comply with both the Health Insurance Portability and Accountability Act (HIPAA) Privacy and Security regulations. This clause serves as that agreement whereby the Contractor agrees to abide by all applicable HIPAA Privacy and Security requirements regarding health information as defined in this clause, and in DoD 6025.18-R and DoD 8580.02-R, as amended. Additional requirements will be addressed when implemented. (a) Definitions. As used in this clause generally refer to the Code of Federal Regulations (CFR) definition unless a more specific provision exists in DoD 6025.18-R or DoD 8580.02-R. Individual has the same meaning as the term "individual" in 45 CFR 160.103 and shall include a person who qualifies as a personal representative in accordance with 45 CFR 164.502(g). Privacy Rule means the Standards for Privacy of Individually Identifiable Health Information at 45 CFR part 160 and part 164, subparts A and E. Protected Health Information has the same meaning as the term "protected health information" in 45 CFR 160.103, limited to the information created or received by the Contractor from or on behalf of the Government pursuant to the Contract. Electronic Protected Health Information has the same meaning as the term "electronic protected health information" in 45 CFR 160.103. Required by Law has the same meaning as the term "required by law" in 45 CFR 164.103. Secretary means the Secretary of the Department of Health and Human Services or his/her designee. Security Rule means the Health Insurance Reform: Security Standards at 45 CFR part 160, 162 and part 164, subpart C. Terms used, but not otherwise defined, in this Clause shall have the same meaning as those terms in 45 CFR 160.103, 164.501 and 164.304. (b) The Contractor shall not use or further disclose Protected Health Information other than as permitted or require...
Bid Protests Not Available

Similar Opportunities

Travis air force base California 14 Jul 2025 at 7 PM