New Mexico Bids > Bid Detail

Digital Radiology and Portable X-Ray System - ACL-IHC

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159597875369533
Posted Date: Oct 12, 2022
Due Date: Oct 26, 2022
Solicitation No: 75H70723100001
Source: https://sam.gov/opp/5e956a1d6b...
Follow
Digital Radiology and Portable X-Ray System - ACL-IHC
Active
Contract Opportunity
Notice ID
75H70723100001
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
ALBUQUERQUE AREA INDIAN HEALTH SVC
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Oct 12, 2022 02:22 pm MDT
  • Original Date Offers Due: Oct 26, 2022 02:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Nov 10, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
  • Place of Performance:
    Pueblo of Acoma , NM 87034
    USA
Description

(i) This is a combined synopsis/solicitation for a commercial item 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 to request for proposals with no issuance of a written solicitation.



(ii) This Request for Quotation (RFQ) issued via solicitation number 75H70723Q00001.



(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitions Circular 2022-08.



(iv) Pursuant to the authority under FAR 19.5, this requirement is a total small business set aside. If no small businesses (veteran owned, veteran-owned disable, woman owned, etc.) are found, then with this same solicitation will consider any Large business once the determination has been made regarding the small business set-aside and the associated NAICS code is 339112 with small business standard of 1,000.



(v) The Contract Line Items (CLIN) and pricing structure are as shown below:



CLIN0001: Brand Name or Equal to the following:



Digital Radiology System – YSIO X.pree DR Unit Price ________________



CLIN0002: Brand Name or Equal to the following:



Portable X-Ray Unit – Mobilett Elara Max Unit Price



This portion will be on a separate award – Full Preventative Maintenance (PM) Inspections/Services. This service will be for a base year with 4 one-year option periods on both equipment. See below for the fee schedule on the breakdown.



(vi) The purpose of this fixed price purchase order is to procure the following:



CLIN0001 - DIGITAL RADIOLOGY SYSTEM – YSIO X. PREE DR



Salient Characteristics for Digital Radiology System:



Following items are to be included in the standard delivery:



(1) High performance ceiling-mounted carriage and radiography tube with motorized collimator for ergonomic and fast positioning of the system



(2) 10.4” high resolution multitouch color display at tube head for easy and undisrupted operation next to the patient



(3) 23.8” high resolution tiltable multitouch color monitor enabling intuitive workflows



(4) Integrated 3D camera for exact patient supervision and enabling of camera-based AI driven innovations



(5) syngo XR imaging system with an intelligent workflow concept for intuitive and standardized departmental workflows



(6) Compact cabinet with 65 kW generator and system power supply for smooth workflows and small system footprint



(7) Laser line light localizer to form a 90° laser light cross for improved target setting and patient positioning



(8) Grid holder for wall to store replaceable grids



(9) WiFi system components for operating MAX wi-D and MAX mini wireless mobile detectors



(10) Bucky wall stand:



(a) Floor-mounted Bucky wall unit with height-adjustable and tiltable detector tray including a MAX static 43 cm x 43 cm (17" x 17") flat detector for digital acquisitions.



(b) With IONTOMAT three-field AEC chamber and Bucky frame. Detector Bucky operated from the right side. Vertical height adjustment and detector tilt possible from both sides.



(11) Table for MAX wi-Positioning guide: Height-adjustable patient positioning table in compact design with floating tabletop and detector tray for a wireless MAX wi-D detector* 35 cm x 43 cm (14" x 17"). The tray can be pulled out.



(12) * Option:



(a) Flat table top



i. Radio-translucent tabletop with surface levelled to a flat shape.



ii. Flat contour allows easier re-positioning of the patient.



(b) Detector



i. Light, wireless, mobile detector 35 cm x 43 cm (14" x 17"), with handle for comfortable and safe operation.



ii. It can be automatically charged in the system’s detector holder.



(13) Clip-on Grid: Grid (5/85), f 115 cm



(14) Highly selective anti-scatter grid for scattered radiation reduction:



(a) Pb 5/85 (grid ratio 5:1, 85 lines/cm)



(b) Grid focusing for SID 115 cm (45")



(15) Transparent grid 13/92, Universal: Highly selective anti-scatter grid for scattered radiation reduction.



(16) Transparent grid 13/92, F115: Highly selective anti-scatter grid for scattered radiation reduction.



(17) AIM Plus:



(a) AIM Plus automated ceiling-mounted X-ray tube support.



(b) AIM Plus Positioning system, with free, simultaneous movement of up to 6 axes. It provides fast and certain movement to virtually unlimited acquisition positions in the room.



(18) Tabletop recognition: Tabletop sensing takes account of the position of the tabletop during collision monitoring. This prevents the system from traveling at a slower speed during follow up movement if the tube is near the table.



(19) 80 kW Upgrade: An upgrade of the high-frequency X-ray generator from 65 kW to 80 kW power, to improve performance and expand the spectrum of possible applications.



(20) Wired remote control at BWS: Wired remote control for system functions.



Note: Standard for AIM Plus / Option for AIM



(21) Wired remote control at table side: Wired remote control for system functions.



Note: Standard for AIM Plus / Option for AIM



(22) Front & rear foot kick switch add-on: Foot switch at the table base for hands free table height adjustment and tabletop float release.



(23) Wireless remote control: Wireless remote control with the SmartMove button for system positioning.



(24) Positioning guide: Easy access to customizable information about correct patient positioning, especially useful for rarely performed exams or new staff who require training or familiarization with your institutional routines.



(25) Virtual collimation: Visualization and touch-enabled positioning of the collimator blades on the workstation in the control room - enabled by the myExam 3D Camera.



(26) Auto thorax collimation: Automatic detection of the thorax for examinations at the Bucky wall stand via the myExam 3D Camera.



(27) Transparent grid 13/92, F180: Highly selective anti-scatter grid for scattered radiation reduction.



(28) Patient positioning mattress



(a) Radiolucent table pad with a heavy-duty, soft, light-colored plastic cover that is easy to clean. The soft cushion allows comfortable patient positioning and repositioning.



(b) To prevent the pad from sliding during head-up positions, the straps of the patient table pad can be attached to the grip protection rail at the head end.



(c) The soft cushion allows comfortable patient positioning and repositioning.



(29) Standard Rigging DigRAD:



Portable DR Panel Protector (14 x 17): The unique design of the DR Panel Protector provides an easy way to take weight bearing x-rays of feet (AP view). The unit is simply placed over the DR panel which is first positioned on the floor. Patients step onto the DR Panel Protector with as much weight as needed to get the desired image. The face plate is made of polycarbonate designed to support patients weighing up to 500 pounds. The face plate is x-ray lucent, allowing the x-rays to pass through the DR Panel Protector with no significant absorption or scattering. The non-slip rubber floor grips keep the DR Panel Protector from slipping on a hard floor. The Panel Protector frame is notched to accommodate the cable connection from the digital DR panel to the host system. One-year warranty through Clear Image Devices



(30) Mobile detector holder: The versatile holder accommodates computed radiography (CR) cassettes and light portable DR Panels (including the max wi-D detector) with a total weight (including clip-on grid if required) of less than 4.3kg (9.5 lbs.). The holder rolls on large locking castors and facilitates examinations in accident and emergency departments, in operating rooms and radiographic rooms. The heavy duty base gives a low center of gravity.



(31) Properties:



• The holder is adjustable for height from floor level to 50 in (measured from its lower edge)



• The holder is counterbalanced for easy raising or lowering and can overhang the x-ray or operating table by 24 in.



• Supports detectors with a width of 9.6 to 21 in



• Maximum detector thickness 1.2 in (including clip-on grid if required)



• The holder can be turned & tilted and orientated to suit any examination position



• Effective locks keep the holder firmly in place.



(32) Essential Education Level 1: This Essential Education Bundle provides system training in a blended learning environment using training modules (typically 1 hour): 1 hr. live remote session to review workflow and system functionality.



Remote configuration of customer specific programs based on the provided RIS worklist.



(33) Essential Onsite Training Part 1: Up to 20 hours of onsite education for up to 8 users. This Educational offering must be completed by the later of (12) months from install end date or purchase date.



CLIN0002 - PORTABLE X-RAY UNIT – MOBILETT ELARA MAX



SALIENT CHARACTERISTICS FOR PORTABLE DIGITAL SYSTEM



(1) Portable system must be a versatile, high-performance digital mobile X-ray system for wireless acquisitions with a flat panel detector. For use in intensive care units, neonatal intensive care units, emergency rooms, operating rooms and directly at the patient’s bedside.



(2) Must have a generator power of 35 kW (450 mA) with easy mobility and positioning flexibility, and is also designed for continuous availability.



(3) The syngo FLC digital one-stop workflow from patient registration to image documentation offers fast and easy operation for consistent exam settings and a consistent image impression. *



(4) Following items are included in the standard delivery:



(a) Storage capacity: 10.000 RAD images



(b) DICOM Send and Print



(c) DiamondView MAX



(e) DICOM Query / Retrieve



(f) DICOM Worklist



(g) CD / DVD recorder



*The description in the "DICOM Conformance Statement" downloadable from the Internet is exclusively binding for the functionality of the DICOM interface(s).



(5) High-power system battery 90Ah - Alternative set of batteries with extended capacity, for more acquisitions in battery mode and enhanced mobility.



(6) Lightweight mobile, wireless 35 cm x 43 cm (14" x 17") detector with handle for comfortable and safe handling. The detector can be used with all other digital rad systems. (System we will be acquiring.



(7) It can be charged automatically in the system's detector holder.



(8) Snap-on-grid/Clip-on grid for free acquisitions. Highly selective transparent grid for reducing scattered radiation.



(9) Additional spare battery for digital portable, mini detectors for high demands on patient volume in free exposures, and ensured detector availability.



(10) Hospital WLAN US: Industrial-strength wireless connection to the hospital network (RIS/PACS).



(11) Storage accessory. Safely store pens, markers, a cup and a standard, round 5-inch container e.g. for disinfectant wipes on top of the unit.



(12) WLAN for detector US: Integrated WLAN access point for operation of the mini detectors.



(13) Set of mains power cable, cable winder and plug suited for the target region.



(14) Object Distance Spacer (US): Set of 4 clip-on spacers which mechanically enforce a source-skin distance of at least 30 cm. Easy to mount at the collimator handle.



(vii) The delivery and acceptance terms for this order are FOB Destination. 90 days after Receipt of Award.



(viii) The provision at 52.212-1, Instructions to Offerors – Commercial Items (Nov 2021), applies to this acquisition. Submit quotes on company letterhead stationery, signed and dated, it shall include the following:



(1) The solicitation number;



(2) The time specified in the solicitation for receipt of offers;



(3) The name, address, and telephone number of the offeror;



(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;



(5) Terms of any express warranty;



(6) Price and any discount terms;



(7) "Remit to" address, if different than mailing address;



(8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);



(9) Acknowledgment of Solicitation Amendments;



(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and



(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.



(ix) The provision at 52.212-2, Evaluation – Commercial Items (Nov 2021), applies to this solicitation.



(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: (i) Technical Capability (specifications) and (ii) Price; All technical factors other than price, when combined, are more important than price.



(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).



(c) 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.



(x) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications—Commercial Items (May 2020), with its offer. The offeror shall complete only paragraph (b) of the provision of the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision.



(xi) The clause at 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services (Nov 2021), applies to this acquisition. The following addendum applies: Advance payments will not be issued by Finance unless stated herein. Upload complete invoice with all required documentation to: https://www.ipp.gov.



(xii) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Commercial Services (May 2022), and the additional FAR clauses cited in the clauses are applicable to the acquisition.



(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:



(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).



(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021) (Section 1634 of Pub. L. 115-91).



(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232).



(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).



(5) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).



(6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).



(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:



(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021) (41 U.S.C. 4704 and 10 U.S.C. 2402).



(2) 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) (41 U.S.C. 3509)).



(4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note).



(8) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021) (31 U.S.C. 6101 note).



(14) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C. 644).



(16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)).



(19) 52.219-14, Limitations on Subcontracting (Sep 2021) (15 U.S.C. 637s).



(27) 52.222-3, Convict Labor (Jun 2003) (E.O.11755).



(29) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).



(30) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246).



(34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).



(35) 52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627).



(36) 52.222-54, Employment Eligibility Verification (May 2022) (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial products or commercial services as prescribed in FAR 22.1803.)



(44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513).



(47) 52.224-3 Privacy Training (Jan 2017) (5 U.S.C. 552 a).



(48) 52.225-1, Buy American-Supplies (Nov 2021) (41 U.S.C. chapter 83).



(51) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).



(58) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) (31 U.S.C. 3332).



(62) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d) (13)).



(xiii) As determined by the contracting officer, the following additional contract requirement(s) as well as terms and conditions are necessary for this acquisition consistent with customary commercial practices.



a) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) & 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) applies to the RFQ. This solicitation incorporates solicitation provisions and clauses by reference, with the same force and effect as if given in full text. Upon request, the Contracting Officer will make their full text available. The offeror stands cautioned that the listed provisions may include blocks, which requires completion by the offeror. Submit these sections with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. In addition, it is possible to access electronically at this address www.acquisition.gov the full text of a solicitation provision.



1) FAR 52.217-8, Option to Extend Services (Nov 1999)



b) The following HHSAR clauses are incorporated to this RFQ:



1) 352.211-3, Paperwork Reduction Act (DEC 2015)



2) 352.226-1, Indian Preference (DEC 2015)



3) 352.226-2, Indian Preference Program (DEC 2015)



4) 352.227-70, Publications and Publicity (DEC 2015)



5) 352.232-71, Electronic Submission of Payment Requests (Feb 2022)



(a) Definitions. As used in this clause—



Payment request means a bill, voucher, invoice, or request for contract financing payment with associated supporting documentation. The payment request must comply with the requirements identified in FAR 32.905(b), “Content of Invoices” and the applicable Payment clause included in this contract.



(b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests electronically using the Department of Treasury Invoice Processing Platform (IPP) or successor system. Information regarding IPP, including IPP Customer Support contact information, is available at www.ipp.gov or any successor site.



(c) The Contractor may submit payment requests using other than IPP only when the Contracting Officer authorizes alternate procedures in writing in accordance with HHS procedures.



(d) If alternate payment procedures are authorized, the Contractor shall include a copy of the Contracting Officer's written authorization with each payment request.



(xiv) N/A



(xv) Proposals are due by October 26, 2022, 2:00 pm MDT, e-mails the proposals to Judith.mariano@ihs.gov. Questions are due on October 19, 2022, 2:00 pm MDT. Offer must confirm the receipt of the proposal by IHS.



(xvi) Technical Contact is Yvonne Riley. Contact for solicitation is Judith Mariano, telephone no. 505-256-6753 or e-mail Judith.mariano@ihs.gov.







Continued from Section (v)



FEE SCHEDULE:



Description Base Year Option Year 1 Option Year 2 Option Year 3 Option Year 4



PM Inspection/ Service - Digital Radiology System



PM Inspection/ Service - Portable X-Ray Unit – Mobilett Elara Max



Totals:



INSPECTION/SERVICE AND SCHEDULED MAINENANCE:



Contractor will perform scheduled periodic Preventative Maintenance (PM) inspections on the system. The goal of these inspections is to maintain optimum equipment performance and reduce the likelihood of unexpected operational failures



Contractor will provide full maintenance services to include call back repair services on the digital radiology and portable systems located at ACL-IHC in the Medical Imaging Radiology Department.



Contractor will provide maintenance services during normal business hours which are from 8:00 am to 4:30 pm (MDT/MST), Monday through Friday, except on Federal holidays and emergency call backs. Emergency call backs will be authorized by the Contracting Officer’s Representative or Alternate COR prior to work.



SERVICE CONTRACTOR REQUIREMENTS



The preventative maintenance inspections will be performed or as directed by the COR or Alternate COR. They must be notified five (5) working days in advance for mutual scheduling of each preventative maintenance inspection. The equipment will be made available to the Contractor at the agreed time and date for service.



The Contractor will provide preventative maintenance inspections and or performance tests, as applicable to enhance accuracy.



The Contractor will provide all necessary remedial maintenance to return equipment to published specifications.



Each preventative maintenance inspection and cleaning will be performed in accordance with established procedures that will ensure compliance with manufactures specifications.



The Contractor will inspect, correct and make adjustment to equipment as required.



The Contractor will call to the attention of the COR or Alternate any needed parts and the necessary parts will be ordered with COR or Alternate COR approval.



The preventive maintenance procedure must be at least equivalent in scope to that provided in the manufacturer's service manual for the given inspection frequency and age.



The Contractor will provide to the COR or Alternate COR a copy of the written preventive maintenance procedure to be used for inspection of the equipment covered by the contract.



The Contractor shall provide emergency repair as required and requested by the Indian Health Service (IHS). Emergency repair service will be approved by the COR or Alternate COR before any work is done.



SAFETY AND SPECIAL INSTRUCTIONS



Services do not include: (1) Moving equipment; (2) Installing new equipment; (3) Reimbursement for labor or materials supplies by other; (4) Service or repairs needed due to electrical power variations or failure, accident, vandalism, fire or water damage, abuse, improper operations, operating equipment in an unsuitable environment; (5) Acts of God.



The Contractor will provide consultation to the equipment users to include; use, care, procedures, technical assistance, problem trouble-shooting; and replacement of user replaceable parts and expendables. This consultation will be provided by the Contractor's technicians during on-site visits.



SECURITY REQUIREMENTS



The Contractor, upon entering ACL-IHC and before performing any work will physically check-in with the authorized representative and he/she will advise the contractor of any additional check-in requirements to the facility.



Upon completion of the work and prior to leaving the facility, the Contractor will again see the COR or Alternate COR to get their signature on the service reports and leave a legible copy of the service report. This constitutes acceptance by the COR or the Alternate COR and is required for payment.



Departure of the Contractor after normal working hours generally is unacceptable under this contract unless it has been approved beforehand by the COR or Alternate COR, and arrangements have been made to meet acceptance criteria.



The Contractor will maintain the service report and this becomes part of the permanent equipment history file. It will indicate the preventive maintenance procedures used, description of all work performed including number of man hours, and all parts replaced with part number or nomenclature. The service report should also indicate recommendations for the future modifications, updates, parts replacements, operator instructions or procedural changes.



PARTS AND MATERIAL REPLACEMENT



Supplies, consumables (and complete accessory assemblies) are excluded from contact coverage. Parts determined by the mutual agreement of the contractor's technician and COR or Alternate COR to have been damaged by accident, abuse, or acts of nature are also excluded from the contract cost. All required parts and related costs not covered by the conditions of the contract will be furnished and installed only after receiving authorization from the Contracting Officer, and covered by issuance of a separate purchase order, prior to installation of said parts.



PARTS WARRANTY



Contractor will guarantee all parts replaced or repaired by him/her for one year. If any of these parts become, defective, the contractor will replace it as per specified herein with no extra charge even if the contract period has expired.



WORKMANSHIP WARRANTY



All work performed by the Contractor is to be accomplished by employees of the Contractor, except when the Contractor's opinion it is necessary to have equipment rebuilt by the manufacturer. This rebuilding cost will be paid by the customer in addition to any other fees provided hereunder.



The Contractor's only responsibility or liability through any action or neglect under this contract such as supplying deficient parts, materials, or failure to supply parts, service for materials is to replace the deficient parts or materials, or to implement corrective measure and in no event will the Contractor be responsible or liable for any resulting, distinct, or future damages, economic losses or costs.



Neither the contractor nor ACL-IHC will be liable to perform under the contract or subsequent agreement if such failure arises out of causes beyond control, and without the fault or the negligence of said party.



Such causes may include, but are not restricted to, Act of God or the public enemy, fires, floods, epidemics, quarantine restrictions, freight embargoes and unusually severe weather. In every case, however, a failure to perform must be beyond the control and without the fault or the negligence of said party. The submission of a proposal will be considered acceptance to all the terms and conditions provided herein and in the various proposal documents, unless specifically noted otherwise in the proposal.



The person or persons provided by the respondent to complete work will be fully qualified to provide said equipment and training. All work provided by the contractor will be in conformance with local, State and Federal rules and regulations. All equipment will be responsive to the needs of ACL-IHC, will be performed in accordance with County programs, policies and procedures, and will utilize appropriate methods and techniques. in accordance with the requirements of law.






Attachments/Links
Contact Information
Contracting Office Address
  • 4101 Indian School Rd NE Ste 225
  • ALBUQUERQUE , NM 87110
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >