Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 26, 2003 FBO #0698
MODIFICATION

65 -- Cost per Test Contract

Notice Date
10/24/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC Portsmouth, 54 Lewis Minor St, Portsmouth, VA, 23708-2297
 
ZIP Code
23708-2297
 
Solicitation Number
N00183-04-T-0003
 
Response Due
10/27/2003
 
Archive Date
11/11/2003
 
Point of Contact
Keith Haskett, Contract Specialist, Phone 757-953-7571, Fax 757-953-5739,
 
E-Mail Address
khaskett@mar.med.navy.mil
 
Description
CLAUSES INCORPORATED BY FULL TEXT Fill in Blanks: TIN: _________________ CAGE:_______________ DUNS:__________________ Vendor Point of Contact: __________________phone: ____________________ Vendor email: ________________________ Naval Medical Center POC: Laboratory / Melanie Georges: (757) 953-1684 Payment Monthly in Arrears Government reserves the right to make award based on an ?All or Nothing? evaluation. NAPS 5232.903 PROMPT PAYMENT For Prompt Payment Act Purposes, this contract is: Subject to the 7-calender day constructive acceptance period. ?AVAILABILITY OF FUNDS. Pursuant to Section I, Availability of Funds (FAR 52.232-18), of the contract, 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 to the Contracting Officer. Pursuant to FAR 52.232-18, the Contracting Officer will provide confirmation of availability of funds at http://www.nmlc.med.navy.mil/acquisitions/services.htm.? Section B - Supplies or Services and Prices ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 12 Months Cost per test and maintenanceFFPin accordance with section C for for two STA-Compact Hemostasis System Same lot number is required for all reagentsPURCHASE REQUEST NUMBER: N0018304RQLC007 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 66 Box Cat# 0067, Prothrombin ReagentFFP, deliver 6 per monthPURCHASE REQUEST NUMBER: N0018304RQLC007 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 66 Box Cat# 0595, APTT ReagentFFP, deliver 6 per monthPURCHASE REQUEST NUMBER: N0018304RQLC007 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 66 Box Cat# 0367, Calcium ChlorideFFP, deliver 6 per monthPURCHASE REQUEST NUMBER: N0018304RQLC007 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 8 Box Cat# 38669, CuvettesFFP deliver 2 bx per quarterPURCHASE REQUEST NUMBER: N0018304RQLC007 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 33 Box Cat# 0973, Wash SolutionFFP, deliver 3 bx per monthPURCHASE REQUEST NUMBER: N0018304RQLC007 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0007 66 Box Cat# 0975, Sta Desorb U,FFP deliver 6 per monthPURCHASE REQUEST NUMBER: N0018304RQLC007 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0008 110 Box Cat# 0679, Normal and Abnormal Controls,FFP deliver 10 per monthPURCHASE REQUEST NUMBER: N0018304RQLC007 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0009 12 Box Cat# 00801, Sta Maxi Reducer,FFP deliver 3 bx per quarterPURCHASE REQUEST NUMBER: N0018304RQLC007 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0010 12 Box Cat# 00797, Sta Reducer 5ml,FFP deliver 3 bx per quarterPURCHASE REQUEST NUMBER: N0018304RQLC007 NET AMT FOB: Destination Section C - Descriptions and Specifications CLAUSES INCORPORATED BY FULL TEXT Includes: Replace current STA-r and STA Compact with two new STA Compact One uninterruptable Power Supply per Analyzer One SVGA Color Monitor and Keyboard Per Analyzer One Dot Matrix Printer per Analyzer One Operator?s Manual Per Analyzer One Accessory Kit (Supply of filters, reducers, neeedles, plunger tips and fuses) per analyzer System training for two technologist at our Customer Training Facility in Parsippany, New Jersey (Room and Board Included) On-site Technical Service Specialist assistance with instrument setup and in-house staff training. DESCRIPTION/SPECIFICATION/WORK STATEMENT Statement of work This contract shall provide for maintenance services which include on-site corrective repairs, normal working hour coverage (8:00 A.M. to 4:30 P.M. Monday through Friday excluding Federal holidays) or 24-hour emergency service and routine preventive maintenance services to Contracted Lease/Rental equipment, as listed on the: DD Form 1155 ?Order for Supplies or Services?. It shall include all systems, subsystem components, and assemblies that were part of the original system purchased. All maintenance provisions shall apply to hardware, firmware, and software, as appropriate, unless otherwise stated. 1. General a. The Contractor shall comply with Federal, State, Local laws, and Federal Regulations as applicable to the performance of this contract. b. The Contractor shall not accept any instructions issued by any person employed by the U. S. Government, other than: the Contracting Officer (KO), or Biomedical Engineering Division (BMED), all acting within the limits of their authority. 2. Scope of Work a. The Contractor shall provide trained, experienced, English speaking personnel, labor, tools, diagnostic equipment, software, test phantoms, material, supplies, transportation, parts and equipment necessary to perform Preventive Maintenance (PM), Calibration (CAL), Safety Testing (ST) and corrective maintenance. b. The Contractor shall provide telephonic communications with the Government to discuss technical matters relating to the performance of this contract. A systems operator will be made available to answer technical questions regarding system operations and applications. c. Equipment listed in this contract will be maintained to meet the Original Equipment Manufacturer?s (OEM?s) specifications. d. Equipment and associated components shall be serviced as listed on: DD Form 1155, ?Order for Supplies or Services?. e. The Contractor Point of Contact (POC). The Contractor shall provide in writing the name and telephone number of a primary and alternate English speaking individual to act as their representative for the scheduling and coordination of service calls, and to be responsible for the coordination of the contract with the Government. 3. Materials and Services a. The government will be responsible for maintaining the proper environment, including utilities and site requirements necessary for the system to function properly as specified by the OEM. b. The Government will operate the system in accordance with the instruction manual provided by the OEM. c. The Government will not be responsible for the damage or loss due to fire, theft, accident, or other disaster of Contractor supplies, materials, or for the personal belongings brought onto Government property by Contractor?s personnel. 4. Contractor Furnished Property and Material a. The Contractor shall provide all service literature, reference publications, laptop computers and diagnostic software to be used by the contractor service technicians and as required for the completion of the services in accordance with this contract. 5. Replacement Parts a. The Contractor shall have ready access to unique and/or high mortality replacement parts. All parts supplied shall be compatible with the existing system. b. The Contractor shall at their expense, replace all worn or defective parts necessary to restore the equipment to 100% operational condition as specified by the OEM. c. Freight, postage, and storage charges associated with shipment and receipt of replacement parts, and the return of parts shall be the responsibility of the Contractor. d. The Contractor shall use only new or warranted replacement parts where the quality is equal to or better than the OEM?s original part. When discrepancies occur, the Government will make the final determination on whether a replacement part is of equal or better quality. e. The Contractor must include software revisions and upgrades (field service changes) which are required due to FDA or manufacturer announced safety-hazard recall, to include FDA Year 2000 Compliance Directive, as part of the contract at no additional cost to the Government. Specific Tasks 6. Contractor Report Requirements. a. During normal duty hours, Contracted Field Service Engineer (FSE) personnel shall check-in with the Biomedical Engineering Division upon arrival at the Government site and again prior to departure. The Contractor FSEs shall personally notify BMED of problems that result in the equipment being left disabled upon their departure. After normal duty hours, Contractor FSEs shall notify the Officer of the Day Desk (Bldg 2, 2nd Floor) and the systems operator designated by the BMED. b. The Contractor shall provide the BMED a full service report within two (2) days after completion of all service performed. The service report shall include, but not be limited to: contract number, contractor?s log number, detailed description of the service(s) performed, replacement part(s) information (part number, part value, nomenclature, unit price, manufacturer, if not OEM, and whether the part is new/used/reconditioned), the completion date and time, man-hours expended and the hourly rate normally charged for the type of service performed, model and serial numbers, and the name of the FSE performing the service. 7. Contractor Responsibility. a. The Contractor shall be responsible for the repair/replacement of damaged Government owned equipment and property due to the negligence of the Contractor or his representatives. All such replacement or repair shall be at the Contractor?s expense and shall be inspected to the satisfaction of the KO or appointed representative. 8. Preventive Maintenance Services. a. In accordance with Naval Medical Logistics Command (NAVMEDLOGCOM) Risk Assessment Criteria, preventive maintenance shall be performed in accordance with manufacturer?s specifications. b. The Contractor shall select the months in which preventive maintenance services are to be performed. The preventive maintenance visits shall be performed on schedule agreed upon by the contractor and the user. Vendor to contact end user within 30 days of award to schedule maintenance. (The Government Fiscal Year runs: October through September). The Contractor shall schedule and complete preventive maintenance services prior to the 15th of the selected month. c. All test equipment used in the performance of this contract will be Joint Commission on Accreditation of Healthcare Organization (JCAHO), Original Equipment Manufacturer (OEM) and Federal Drug Administration (FDA) calibration standards. d. Affix safety/inspection sticker with date completed and due date on equipment. Safety/Inspection stickers will be obtained from the BMED 9. Corrective Maintenance a. Normal Working Hour Maintenance Coverage Maintenance Coverage will be Monday through Friday, between 8:00 A.M. to 4:30 P.M. The contractor shall respond via telephone within 2 hours after receipt of trouble call, and provide on-site service within 24 hours. Equipment shall be operational within 48 hours. The Government reserves the right to deduct from the Contractor?s payment an amount per hour equal to the number of hours the Contractor fails to respond, as specified in the contract. Emergency service outside the normal working hours by the Government site shall be billable to the Government at published commercial rates, and negotiated prior to services rendered. b. Government request for corrective maintenance will be placed by the BMED, to the Contractor?s POC. Corrective Maintenance shall be completed during the hours specified in the contract. c. The Contractor shall assign a unique Log/Reference Number to each Government request for corrective Maintenance. d. Contractor?s response to requests for service may include telephone consultation with the equipment user/operator and a Contractor FSE. Telephone consultation shall: 1) provide instruction in determining operator error; 2) to determine the most likely cause of the problem; 3) to determine if resolution of the problem requires the dispatch of a FSE; and 4) to identify replacement parts likely to be required in order to return the equipment to 100% operational condition as specified by the OEM. e. The Contractor shall have his/her own service manuals, specifications, schematic diagrams, and parts lists to assist in the evaluation/repair of all equipment included in this contract. 10. Removal of Equipment a. Whenever the repair of equipment cannot be performed at the Government site as determined by the Contractor, the Contractor shall notify the BMED who will make arrangements for the Contractor to remove the item to the Contractor?s designated site. The Contractor will provide interim equipment replacement. b. All charges resulting from a Contractor determined requirement to transport such equipment, covered by this contract, to and from an alternate repair location shall be the responsibility of the Contractor. 11. Equipment Modification Upgrades a. The Contractor shall only incorporate OEM specified modifications, alterations and upgrades. Approval shall be obtained from the BMED prior to the Contractor installation of any modification, alteration, or upgrades. b. The Contractor shall maintain contact with the OEM to determine the requirement for field modifications and to ensure accomplishment of these modifications in accordance with the time schedule set forth by the OEM. c. The Government shall not alter the system without prior notification to the Contractor. d. The contractor at no additional cost shall provide software upgrade to the Government. Installation of upgrades will be left to the discretion of the Government. 12. Service Beyond the Scope of the Contract a. The Contractor shall immediately, but not later than 24 consecutive hours after discovery, notify the BMED, in writing, of the existence or the development of any defects in, or repair required to the scheduled equipment which the Contractor considers they are not responsible for under the terms of this contract. b. At the same time of the notification, the Contractor shall furnish the BMED with written estimate of the cost to make the necessary repairs. Repairs considered by the Contracting Officer to be outside the scope of this contract shall not be covered under this contract, but shall be ordered under a separate purchase order. Section E - Inspection and Acceptance INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government 0005 Destination Government Destination Government 0006 Destination Government Destination Government 0007 Destination Government Destination Government 0008 Destination Government Destination Government 0009 Destination Government Destination Government 0010 Destination Government Destination Government CLAUSES INCORPORATED BY REFERENCE 52.246-16 Responsibility For Supplies APR 1984 252.246-7000 Material Inspection And Receiving Report MAR 2003 Section F - Deliveries or Performance DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 POP 01-NOV-2003 TO30-SEP-2004 N/A NAVAL MEDICAL CENTERLABORATORY/GENERAL LABCHARETTE HEALTH CARE CENTERBLDG. 227 EFFINGHAM STREETPORTSMOUTH VA 23708757-953-1591FOB: Destination N00183 0002 POP 01-NOV-2003 TO30-SEP-2004 N/A (SAME AS PREVIOUS LOCATION)FOB: Destination N00183 0003 POP 01-NOV-2003 TO30-SEP-2004 N/A (SAME AS PREVIOUS LOCATION)FOB: Destination N00183 0004 POP 01-NOV-2003 TO30-SEP-2004 N/A (SAME AS PREVIOUS LOCATION)FOB: Destination N00183 0005 POP 01-NOV-2003 TO30-SEP-2004 N/A (SAME AS PREVIOUS LOCATION)FOB: Destination N00183 0006 POP 01-NOV-2003 TO30-SEP-2004 N/A (SAME AS PREVIOUS LOCATION)FOB: Destination N00183 0007 POP 01-NOV-2003 TO30-SEP-2004 N/A (SAME AS PREVIOUS LOCATION)FOB: Destination N00183 0008 POP 01-NOV-2003 TO30-SEP-2004 N/A (SAME AS PREVIOUS LOCATION)FOB: Destination N00183 0009 POP 01-NOV-2003 TO30-SEP-2004 N/A (SAME AS PREVIOUS LOCATION)FOB: Destination N00183 0010 POP 01-NOV-2003 TO30-SEP-2004 N/A (SAME AS PREVIOUS LOCATION)FOB: Destination N00183
 
Place of Performance
Address: 54 Lewis Minors St, Portsmouth, VA
Zip Code: 23708
Country: USA
 
Record
SN00459525-W 20031026/031024213341 (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.