The RFP Database
New business relationships start here

AMEGA VIEW CALIBRATION


Maryland, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

****SEE THE ATTACHED SOLICITATION W91YTZ-18-Q-0157***

Please submit your proposal according to the instructions in the attached solicitation not later than (NLT) 08:00 am 15 Aug 2018 to Mary Mitchell-Martin mary.a.mitchellmartin.civ@mail.mil

.
The Regional Health Contracting Office - Atlantic (RHCO-A), Womack Army Medical Center, Ft Bragg, North Carolina intends to post a solicitation and award a contract for the below services as un-restricted requirement.


Annual Calibration and Service for the Amega-View System Consisting of:



PERFORMANCE WORK STATEMENT (PWS)


1. Description of services.


Contractor shall provide Annual Calibration and Service for the Amega-View System located at the Womack Army Medical Center (WAMC) Fort Bragg, North Carolina 28310. Calibration and Service shall be provided in accordance with this Performance Work Statement (PWS). The period of performance is Base Year (August 15, 2018 through August 14, 2019 and 4 one year options (August 15, 2019 through August 14, 2023).


2. Maintenance and Calibration Services.


2.1 Service and calibration includes repair of all normal failures of the covered equipment at no additional charge for repair parts, labor, and travel expenses. Service also includes two (2) preventative maintenance visits during the term of the contract (scheduled in advance) to perform periodic maintenance and evaluate equipment condition. Preventative maintenance visits shall be coordinated in advance with the Contractor and Contracting Officer's Representative (COR).


2.2 All services will be performed by a technically qualified person.


2.3 Contractor shall respond to telephonic calls within for (4) hours via telephone to verify existing faults.


2.4 Contractor shall respond physically to service calls within 24 hours.


2.5 Contractor will furnish all needed labor, materials, tools, test equipment, supplies and transportation.


2.6 Contractor will use only Equipment Manufacturer, (OEM) repair parts and components.


2.7 This requirement is subject to inspection and verification by a Government representative.


3. General Information.


3.1. Contract hours for services and repairs will be between 8:00am and 5:00pm EST, Monday through Friday, excluding federal holidays as listed below.


New Year's Day 1 January
Martin Luther King Jr.'s Birthday Third Monday in January
George Washington's Birthday Third Monday in February
Memorial Day Last Monday in May
Independence Day 4 July
Labor Day First Monday in September
Columbus Day Second Monday in October
Veteran's Day 11 November
Thanksgiving Day Fourth Thursday in November
Christmas Day 25 December


NOTE: Any of the above holidays falling on a Saturday will be observed on the preceding Friday; holidays falling on a Sunday will be observed on the following Monday. Any holidays that are declared by Presidential Executive Order shall be observed in the same manner as the holidays listed above. If the area in which a contract employee is scheduled to work is closed due to the holiday and employee is not required to report in, payment will not be made for those hours. Closures of the installation due to inclement weather or other such acts of God shall be handled in the same manner.


3.2 Service may be required after normal work hours and weekends.


3.3 The Contractor's service representative will physically sign in and out at the Material Management Branch Service Desk during normal work days to obtain a Service Providers Badge. The badge will be signed for at the Material Branch Service Counter. Service representative shall wear the badge so that it can easily been seen. Service representative shall return the badge before departure. During after-hours and weekends the service representative will report to the Information Booth. The Information Booth is located inside the Reilly Road hospital entrance.


3.4. Contractor shall provide a copy of Calibration and/or Service prior to departure. Contractor will provide a detailed, itemized service report of all services performed to the designated Point of Contract (POC). Attn: Supply Analyst, Logistics Division, Womack Army Medical Center (WAMC), Fort Bragg, North Carolina 28310. The report shall be provided at the time the service representative signs out of the facility. If the Contractor is unable to provide the report at this time, the report will be faxed within 24 hours to (910) 907-6659. All service reports will include at a minimum a description of the malfunction, repairs performed and repair parts used. The equipment operator is not responsible for providing this information, and the service call will not be considered complete until the POC is presented a copy of the report by the Contractor.


3.5. Contractor response time is to be on-site and ready to work with 48 hours upon receipt of notification of an emergency repair situation. Voicemail and answering machine service messages constitute an actual attempt to contact the Contractor and response time begins at that point.


3.6. Repairs are to be completed within 24 hours after commencement. If repairs cannot be completed within this timeframe, the Contractor shall contact the POC, Supply Analyst with the status of the repairs.


3.7. Only the Contracting Officer has the authority to approve changes to this contract that would result in an increase or decrease of the awarded price.


3.8 For Contracts that Require an OPSEC Standing Operating Procedure/Plan. The contractor shall develop an OPSEC Standing Operating Procedure (SOP)/Plan within 90 calendar days of contract award, to be reviewed and approved by the responsible Government OPSEC officer, per AR 530-1, Operations Security. This SOP/Plan will include the government's critical information, why it needs to be protected, where it is located, who is responsible for it, and how to protect it. In addition, the contractor shall identify an individual who will be an OPSEC Coordinator. The contractor will ensure this individual becomes OPSEC Level II certified per AR 530-1.


3.9 For Contracts that Require OPSEC Training. Per AR 530-1, Operations Security, new contractor employees must complete Level I OPSEC training within 30 calendar days of their reporting for duty. All contractor
employees must complete annual OPSEC awareness training.


4. Contractor Manpower Report (CMR).
The Office of the Assistance Secretary of the Army (Manpower & Reserve Affairs) Operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information the format using the following web address: <https://contractormanpower.army.pentagon.mil>. The required information includes:
(1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative;
(2) Contract number, including task and delivery order number;
(3) Beginning and ending dates covered by reporting period;
(4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data;
(5) Estimated direct labor hours (including sub-contractors);
(6) Estimated direct labor dollars (including sub-contractors);
(7) Total payments (including sub-contractors);
(8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different);
(9) Estimated data collection cost;
(10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for purposes of reporting this information);
(11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website);
(12) Presence of deployment or contingency contract language; and
(13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As a part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML Data transfer to the database server of fill in the fields on the web site. The XML direct transfer is a format for transferring files from a contractor's systems to the secure website without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. The contractor will: Report the required information to the CMR System at https://contractormanpower.amry.pentagon.mil.
Equipment will be new; no used, rebuilt or refurbished equipment will be acceptable.


 


**** No telephonic request will be honored or returned. "This is not" a request for quotes at this time; however, if your company has information or these products, please send your capabilities statement for review. All responses will be received no later than 30 August 2018 at 11:00 AM EST. For more information please contact Ms. Mary A. Mitchell- Martin at mary.a.mitchellmartin.civ@mail.mil


Mary A. Mitchell-Martin, Email mary.a.mitchellmartin.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP