Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2003 FBO #0664
SOLICITATION NOTICE

J -- Service/Maintenance of Rigid and Flexible Scope

Notice Date
9/20/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NH Pensacola, 6000 West Highway 98, Pensacola, FL, 32512-0003
 
ZIP Code
32512-0003
 
Solicitation Number
N00203-04-Q-0318
 
Response Due
9/24/2003
 
Archive Date
9/25/2003
 
Point of Contact
Wanda Lee, Contracting Officer, Phone 850-505-6017, Fax 850-505-6340, - Wanda Lee, Contracting Officer, Phone 850-505-6017, Fax 850-505-6340,
 
E-Mail Address
wjlee@pcola.med.navy.mil, wjlee@pcola.med.navy.mil
 
Description
?Note To Contractors? Each repair shall have a minimal of 90 days warranty. If an instrument is returned within the 90 days warranty period for the same type of repair, it shall be a no charge repair. All pricing shall be FOB Destination pricing. Contractor shall also provide shipping labels for shipment of scope repairs to your facility. STATEMENT OF WORK A minimal of four (4) Preventative Maintenance inspections shall be performed Quarterly. Contractor shall schedule all Preventative Maintenance Inspections with the Biomedical Engineering Division to ensure that the equipment/instruments will be made available by the Equipment Custodian. Contractor shall also provide Educational Offerings on Equipment Care and Infection Control Offerings. Educational Offerings Flexible Endoscope: Equipment Care and Infection Control Objectives 1. Describe the internal and external structure and functions of the endoscope; discuss preventive maintenance measures with flexible endoscope; describe how to trouble shoot the most common problems with flexible endoscopes. 2. Perform a diagnostic evaluation of the endoscope. (This presentation may be hand-on). 3. Demonstrate proper leak testing of the endoscope. (This presentation may be hand-on). 4. Discuss regulations and proper procedures for returning devices for repair. 5. List the standards and guidelines relative to infection prevention in the endoscope setting. 6. Discuss infection prevention issues in the endoscopy setting including the incidence and transmission of relevant pathogens. 7. Discuss the specific guidelines for the environment, personnel and equipment in the endoscopy setting. 8. Describe the chemicals used for reprocessing endoscopes and accessories. 9. Discuss current issues with disposable and reusable endoscopic accessories. 10. Describe latex allergies including signs and symptoms, physiology, treatment and prevention. In additional to the Education Offerings Contractor shall implement an exclusive Repair Management Program, profile plus repost, website tracking, and service reports. The following are some of the types of scopes to be repaired. Rigid Scopes, 0 degree and 30 degree/10mm SSI Ultra Model, 0 degree 5mm/10mm, 70 degree/3mm, 25 degree/3mm Wolf Model, 0 degree/10mm, 8 degree/10mm, 30 degree/5mm, 70 degree/5mm 12 degree/5mm Olympus Models, 30 degree/5mm, 70 degree/5mm, 0 degree/5mm, 12 degree/5mm Circon ACMI Models, 0 degree/5mm, 0 degree/10mm, 30 degree/3mm, 30 degree/5mm Karl Storz Models, 30 degree/4mm and 5mm 70 degree/4mm Linvatec Models, 30 degree/5mm, 0 degree/5mm Richards Models. Flexible-Scopes, Olympus Models, Karl Storz Models, Pentax Models, and Endoscopy Sigmoid, Gastric, Colon, Gastro and Optical, Pentax Models. The Contractor shall provide corrective maintenance in accordance with manufacturers literature. Period of coverage 01 October 2003 through 30 September 2004. All maintenance and service shall be performed by competent, professionally trained and technically qualified service technician. The contractor shall provide a field service repaort, which includes incomming inspection and outgoing inspection photos. For all work acitions performed, to Biomedical Engineering Division upon completion of work. Such documentation shall be in accordance with current regulations and industry standard practice. Contractor?s Responsibilities: Performance: The Contractor shall be either called to come and pick up or sent the equipment for the repair. If equipment needs to be sent to contractor for repair, Contractor will provide paperwork and account info for shipment. If estimated repair time will exceed forty-eight (48) hours, a loaner must be provided. The Head of Materiels Management Department shall be notified by the Contractor immediately so that appropriate action may be taken. The contractor shall furnish maintenance service support to include as a minimum corrective and preventive maintenance for the equipment to ensure that it is kept in good operating condition. The Contractor shall provide travel necessary to keep the equipment in good operating condition and meet all published specifications listed by the original equipment manufacturer. Preventive Maintenance: The Contractor shall comply with the original equipment manufacturer?s preventive maintenance procedures, and shall include as a minimum lubrication, cleaning, functional checks and adjustments, measurements, and other maintenance to keep the equipment in good operating condition. All field service reports shall be documented using reference to the equipment serial # and contract Purchase Order Number. All field service reports shall send to the Biomedical Engineering Division for service history documentation requirements. Work Verification and Maintenance Records: The Contractor shall only respond to service requests from Biomedical Engineering Division Personnel. For equipment located in the Naval Hospital, Bldg 2268, The Contractor shall check in at the Materiel Management Receiving Bldg for a temporary vendor badge, and then to Biomedical Engineering Division prior to performing any work. Parts Availability Maintenance actions shall not be delayed for more than twenty-four (24) hours due to awaiting parts. All replacement parts shall be new and of first rate quality. Point of Contact: The Contractor shall provide a point of contact for all maintenance that is required. This information shall include the name, address, and telephone number of contractor service personnel. Credentialing: The Contractor shall provide when asked for, documentation indicating that Technician is certified/qualified to perform such maintenance and or repairs. Note: Contractor shall provide a minimal and a maximum repair cost for each level of repair. 1. Contractor shall provide Level 1, Rigid Scope Repair. Level 1 shall consist of but limited to: Complete Disassemble, re-surface objective lens, polish and re-bond light fibers, Replace a minimal of one (1) broken Rod Len, adjust lens spacing, complete optical cleaning. Re-align Ocular Test, and Video Camera Test. (Note) Naval Hosptial Pensacola may submit a minimal of one (1) scope and a maximum of one hundred (100) scopes for Level 1 service/maintenance. Minimal Charge _____________Maximum Charge ________________ 2. Contractor shall provide Level 2, Rigid Scope Repair, Level 2 shall consist of: Complete Disassemble, re-surface objective lens, polish and re-bond light fibers. Replace a minimal of one (1) broken Rod Lens, adjust len spacing, complete optical cleaning. Re-Align Ocular Test, replace objective lens system, rebuild Ocular housing, replace eyepiece, and Video Camera Test. (Note) Naval Hospital Pensacola may submit a minimal of one (1) socpe and a maximum of one hundred (100) socpes for Level 2 service/maintenance. Minimal Charge ____________Maximum Charge _______________ 3. Contractor shall provide Level 3, Rigid Scope Repair. Level 3 shall consist of: Complete Disassemble re-surface objective lens, polish, and rebond light fibers. Re-align Ocular Test, Replace Complete Lens System, Rebuild Ocular Housing, Replace Fiber Optics, Replace Broken Lens Tubing, Replace Eyepiece, and Video Camera Test. (Note) Naval Hospital Pensacola may submit a minimal of one (1) scope and a maximum of one hundred (100) scopes for Level 3 service/maintenance. Minimal Charge _____________Maximum Charge ________________ 4. Contractor shall provide Minor Repairs to Flexible Scope. Minor Repair shall consists of: Clear air/water channels, repair water connector, replace bending section shealth, tighten knobs and adjust angulation, elevator wire adjustment, and resurface distal tip lens. (Note) Naval Hospital Pensacola may submit a minimal of one (1) scope and a maximum of one hundred (100) scopes for Minor Repair service/maintenance. Minimal Charge ________________ Maximum Charge __________________ 5. Contractor shall provide Major Repairs to Flexible Scope. Major repairs shall consist of : Replace/repair air/water channels, replace/repair Biopsy channel, major fluid invasion. Replace/repair light fiber, oculat rebuild CCD chip scopes. Replace/repair Suction cylinder. Replace/repair elevator wire. Replace/repair elevator control knob. Replace/repair angulation control knob. Replace/repair twisted insertion tube, and repair/replace distal tip lens. (Note) Naval Hospital Pensacola may submit a minimal of one (1) scope and a maximum of one hundred (100) for Major repair service/maintenance. Minimal Charge ________________ Maximum Charge ___________________ 6. Contractor shall provide complete overhaul of Flexible scopes. Overhaul shall consist of but not limited to: Replacement of Insertion Tube, Rebuilding Bending Section, Replacement of Angulation Wires, Replacement of Angulation Wire coil pips, replacement of Biopsy channel. Adjustmane of Angulation and replacement op bending section shealth. Minimal Charge _________________ Maximum Charge _________________ 7. Contractor shall provide Surgical Camera Repair. Repair to consist of Cleaning Internal Components and Reseal, Replace ground strap, Replace Front Glass Window. Replace Camera Cable. Remove Fluid Invasion, clean internal components and reseal. Rebuild Camera Head (Includes components on board). Replace connectors at Camera console. Minimal Charge ________________ Maximum Charge ________________ Note: Contractor shall provide loaner equipment as requested by Biomedical Engineering personnel. Loaners shall be provided at no cost to Government. Note: Minimal Charge is the smallest amount your company will charge for the above repair. Maximum charge is the maximum charge your company will charge for the above repairs.
 
Place of Performance
Address: Naval Hospital Pensacola, 6000 West Highway 98, Bldg 2269, Pensacola, FL
Zip Code: 32512
Country: USA
 
Record
SN00438659-W 20030922/030920213036 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.