Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2004 FBO #1105
SOLICITATION NOTICE

66 -- Chemical Analyzers

Notice Date
12/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107
 
ZIP Code
68113-2107
 
Solicitation Number
FA4600-05-T-0006
 
Response Due
12/8/2004
 
Archive Date
12/23/2004
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation, Part 12. This announcement constitutes the only solicitation; quotations are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number FA4600-05-T-0006 is issued as a request for quotation. Quotes are due to the 55th Contracting Squadron no later than close of business on 8 Dec 04. Quotes shall be submitted via e-mail in a Word, Excel, or PDF format to: sarah.davis@offutt.af.mil. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25. This procurement is a firm-fixed price contract with 4 option years. The North American Industry Classification System (NAICS) code and small business size standard are 334516, 500 employees. CONTRACTOR MUST BE REGISTERED IN CENTRAL CONTRACTOR REGISTRATION (CCR) PRIOR TO AWARD. IF NOT ALREADY REGISTERED IN CCR, GO TO WWW.CCR.GOV TO REGISTER PRIOR TO SUBMITTING QUOTE. PARTIAL QUOTES WILL BE CONSIDERED ONLY FOR THE CHEMICAL ANALYZERS AND THE IMMUNOSSAY ANALYZER. THE ANALYZERS MUST LISTED ON THE hsCSP Manufacturer Method Master List. Delivery and test processing times must be submitted with your quotes. The clauses listed below apply to this acquisition. Any addenda to these clauses will be listed below the applicable clause. This procurement will be evaluated on price, CAP performance, test processing times, and delivery.. When combined, CAP performance, test processing times and delivery is not as important as price.. The contractor must submit a completed copy of 52.212-3 with its offer. Address any questions to Sarah Davis at the above e-mail address or call (402) 232-6460. Clauses: 52.203-3 Gratuities; 52.203-6 Alt I Restrictions on Subcontractor Sales to the government, Alt I; 52.204-4 Printed or Copies Double-Sided on Recyled Paper; 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52-212-1 Instructions to Offerors--Commercial Items, 52.212-2, Evaluation--Commerical Items , Price, CAP Performance, Test Processing Times, less important than price; 52.212-3 Alt I Offeror Representations and Certification--Commercial Items (May 2004) Alternate I; 52.212-4 Contract Terms and Conditions--Commercial Items; 52.212-5(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items(Deviation); 52.217-9 Option to Extend the Term of the Contract, 15 days, 30 days, 5 years; 52.222-3 Convict Labor; 52.222-19 Child Labor--Coopration with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.233-3 Protest After Award; 52.237-2 Protection of Government Buildings, Equipment and Vegetation; 52.242-13 Bankruptcy; 52.242-15 Stop Work Order; 52.252-1 Solicitation Provisions Incorporated by Reference, farsite.hill.af.mil; 52.252-2 Clauses Incorporated by Reference, farsite.hill.af.mil; 52.252-5 Authorized Deviations in Provisions,Defense Federal Acquistion Regulation, 2: 52.252-6 Authorized Deviations in Clauses, Defense Federal Acquistion Regulation, 2; 252.212-7000 Offeror Representations and Certifications--Commercial Items, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisition of Commercial Items(Deviation); 252.232-7003 Electronic Submission of Payment Requests; 252.243-7001 Pricing of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment, 5352-223-9001 Health and Safety on Government Installations, 5352.242-9000 Contractors Access to Air Force Installation. STATEMENT OF WORK 1. To provide service for the fee per test agreement, contractor will provide two chemistry analyzers and/or one immunoassay analyzer to perform the annual volume of test of the type as listed. It being understood that the price of the tests includes the cost of leasing the two chemistry analyzers, along with the agreement the contractor provides a five year standard plus warranty, and a discount on the following consumable that will be used to complete the tests: 1.1. TESTS Basic Chemistries: Estimated Tests / yr. Alanine Aminotransferase 12083 Albumin 11127 Alcohol 405 Alkaline Phosphatase 10994 Amylase 1483 Aspartate Aminotransferase 11299 Bilirubin, Total 10982 Bilirubin Conjugated 6528 Blood Urea Nitrogen 14860 Calcium 14836 Carbon Dioxide 14818 Chloride 14817 Cholesterol 11452 CK-MB 802 Creatine Kinase 1470 Creatinine 14987 Creatinine, urine 204 Gamma-Glutamyl Transferase 479 Glucose 17141 Glucose, CSF 88 High Density Lipoprotein 11358 Lactate Dehydrogenase 384 Lipase 1449 Direct Low Density Lipoprotein 350 Magnesium 719 Phosphorus 774 Potassium 14887 Potassium, urine 107 Protein, CSF 89 Protein, total 10953 Protein, urine 408 Sodium 16,776 Sodium, urine 156 Triglycerides 11353 Uric Acid 794 Immunoassays: Troponin (I or T) 797 Thyroid Stimulating Hormone 7600 Free T4 3137 Human Chorionic Gonadotropin 1426 Myoglobin 732 High Sensitivity C-Reactive Protein 1509 BNP (pro or not) 797 2. EQUIPMENT INCLUDED IN THE AGREEMENT: 2.1. Two primary chemistry systems 2.2 One immunoassay chemistry analyzer 2.3. One water system, if required by installed instrumentation. 2.4. Along with the equipment the contractor will provide one training slot per year for the life of the contract, this training slot will be used as needed and will not be able to be carried from one year to the next. 3. Service program: Contractor to provide all transportation, labor, parts, tools, test equipment, and service literature necessary to perform scheduled maintenance/calibration inspection and unscheduled maintenance on the following piece (s) of medical equipment for the period of time of agreement. 4. Location of equipment: 55th Medical Group 2501 Capehart Road Offutt AFB, Nebraska 68113-2160 5. Hours of service: Monday through Friday, 0800-1730 hours excluding federal government holidays. 6. Reporting Instructions: Before beginning and upon completion of any scheduled or unscheduled service call visit, the contractor?s service representative will sign in and sign out with a representative of the Biomedical Equipment Maintenance Department (BMET), located in room GI17 on the ground floor of the hospital. Access to the hospital during heightened security may be hampered. The vendor shall hold the government harmless for delays caused by security. The two normal ways to access the facility will be to arrive at the entrance and call 402-294-7440 for an escort or to apply for a contractor?s badge through the 55th Security Forces squadron (recommended if accessing more than once per month). The BMET shop will assist with either option upon award. 7. Frequency of service: 7.1. Scheduled calls will consist of Original Equipment Manufacturer (OEM) recommended preventive maintenance/calibration inspection intervals. Upon award of the contract, the vendor shall submit a scheduled maintenance plan indicating what months the maintenance will be performed. The numbers of inspections should be set at a minimum to what is available to non-military customers in OEM standard service agreements. 7.2. Unscheduled calls are calls deemed necessary to maintain equipment in good operating condition and will be unlimited in number. 8. Response time: 8.1. Scheduled maintenance will be coordinated with Biomedical Equipment Maintenance at least three working days in advance. Phone 402-294-7440/9432. 8.2. For unscheduled maintenance when the equipment is usable, the contractor?s representative is to arrive not later than 2 work days after a service request is originated. 8.3. The contractor will respond only to requests placed by the Contracting Officer or their designated representative and the following 55th Medical Group maintenance personnel: SMSgt James M. Mazurek, Supt. Medical Logistics Flight MSgt Bill Answine, NCOIC, Biomedical Equipment Maintenance TSgt Starling Ervin TSgt John Hall SrA Nathan Edenfield A1C Elijah Bonzer 9. Required services: 9.1. Scheduled maintenance: inspections shall include, but not be limited to, the following: 9.1.1. Perform operational check of all systems and correct any deficiencies noted. 9.1.2. Verify that the system?s internal and external calibrations are within manufacturer?s specifications. 9.1.3. Clean and lubricate mechanical parts in accordance with applicable manufacturer?s service manual. 9.1.4. Perform an electrical check out of the instrument and all accessories included in the contract and make electrical adjustments, as required, to insure compliance with manufacturer?s specifications. 9.1.5. Replace excessively worn or defective parts. Excessively worn parts are those parts that if not replaced immediately may fail prior to the next scheduled visit. 9.1.6. Visually inspect exterior of all systems for damage and cleanliness and report any discrepancies to the Biomedical Equipment Maintenance Department. 9.1.7. Make mechanical adjustments to insure proper operation. 9.1.8. Consult with the equipment operator regarding equipment performance. 9.2. Unscheduled maintenance: The contractor will provide on-site repair support to correct all malfunctions that may occur. All tools, test equipment, parts, and supplies necessary to return the equipment to original operating specifications will be the responsibility of the contractor. Test equipment will have a current calibration traceable to National Bureau of Standards. 10. Replacement parts: The contractor shall use only new original equipment manufacturer or factory refurbished replacement parts in the performance of this contract. If required replacement parts are not immediately available to the contractor while performing scheduled or unscheduled service calls, the contractor shall notify the Biomedical Equipment Maintenance Department of the deficiency and deliver to the hospital all replacement parts required to complete the inspection in order to maintain the 95% uptime. The contractor shall not remove any item of USAF owned equipment from 55th Medical Group for service at the contractor?s establishment without the written consent of the Biomedical Equipment Maintenance Department. Should it be necessary to remove the equipment from the facility for servicing, the contractor shall provide, at no additional cost to the government, a loaner like item. 11. Claims of Government Misuse or Abuse: If the contractor claims any service calls are the result of government abuse or misuse, the damage must immediately be shown to and verified by the Supt/NCOIC, Biomedical Equipment Maintenance before repairs are made. The Contracting Officer will resolve disagreement as to responsibility. 12. Reliability: All equipment must maintain a monthly percentage uptime of 95%, based upon the total number of hours in the month. 12.1. Uptime is defined as the time that the system is performing according to specifications. 12.2. Downtime is defined as the state when the system is deemed not available by the Supt./NCOIC Biomedical Equipment Maintenance due to breakdown, ongoing corrective maintenance, or failure to perform according to specifications. The period of downtime shall be from notification to the contractor until the equipment is presented to the government?s representative in operating condition, ready to use. This shall include waiting time for a loaner, time for delivery and installation of replacement parts, and time elapsed after initial notification. Total downtime is the cumulative number of hours per month that the system is non-functional. 12.3. Scheduled routine preventive maintenance (PM) shall not be considered downtime. The contractor shall perform all preventive maintenance and calibration of components as indicated by the original equipment manufacturer?s technical/service literature and general commercial practices offered to non-military customers. The scheduling of preventive maintenance services shall be coordinated with and approved by the Biomedical Equipment Maintenance Department. 13. Documentation: 13.1. At the completion of each schedule or unscheduled service call, the contractor shall provide the Biomedical Equipment Maintenance Department with a legible service report. The government representative will countersign the report. Failure to provide a service report will result in a delay in payment until the Biomedical Equipment Maintenance Department receives the service report. Service reports shall include: 13.1.1. Type of service: Scheduled or unscheduled. 13.1.2. A description of all services rendered during the visit. 13.1.3. A listing of any discrepancies that may still exist with any item on the contract. 13.1.4. If replacement parts are used, a complete list of parts used by part number. Except for exchange parts, replacement parts shall be returned to the Biomedical Equipment Maintenance Department at the completion of the required work. The completed service report shall be turned in to the Biomedical Equipment Maintenance Department prior to the contractor?s representative departing 55th Medical Group. 14. Payments: To be made monthly or quarterly based upon work accomplished and service tickets received by the Biomedical Equipment Maintenance Department. 15. Telephone Assistance: The contractor shall provide telephone assistance 24 hours a day for equipment covered under this contract. Telephone assistance shall be toll free to the government, and shall be manned by a qualified repair technician. The equipment operator shall be able to call and receive assistance in correcting problems with equipment operation. If the problem is not corrected by telephone assistance, telephone trouble shooting time shall be included in on site response time. 16. Equipment Updates: The contractor shall furnish and install all software updates and equipment modifications normally provided by the manufacturer. Updates and modifications shall be furnished at no additional cost under the contract and installed at the next scheduled PM after the manufacturer makes them available. 17. Liability: The contractor will be held professionally liable for errors and/or omissions during the performance of this contract. 18. Safety: The contractor and contractor representatives shall comply with Air Force safety standards at all times while on government property. In accordance with AFOSH Standards 91-8/91-501, and Federal Occupational, Health and Safety agency (OSHA) standards, safe working practices shall be followed. These include, but are not limited to: 18.1. Wearing of seatbelts/shoulder harnesses at all times while driving on Offutt AFB. 18.2. Observe maximum speed limits, 25 MPH unless otherwise posted, on Offutt AFB. 18.3. Contractor personnel shall remove watches, rings, and jewelry prior to servicing electrical circuits. 18.4. If a unit is left in a non-operational state, it shall be tagged DO NOT OPERATE. The tag shall also include the name of the contracting company and the representative placing the tag on the equipment. The contractor shall comply with the Biomedical Equipment Maintenance Department?s current lock out / tag out policy located in their shop. 18.5. Comply with the no smoking policy within 55th Medical Group. 18.6. Report to the Biomedical Equipment Maintenance Department any problems with building utilities such as blown circuit breakers and defective/broken electrical receptacles. 18.7. Comply with all 55th Medical Group Fire Regulations. 19. Discounts: The contractor shall provide all discounts on new equipment, accessories, or supplies normally offered to non-military customers with OEM standard service plans. This shall include, but is not limited to items like reduced rates on replacements hand-pieces, tubes, disposable supplies, etc. BID SCHEDULE: CHEMICAL ANALYZERS IMMUNOSSAY ANALYZER. BASE YEAR TOTAL 15 DEC - 30 SEP 05 $ ___________ $____________________ OPTION YEAR 1 01 OCT 05-30 SEP 06 $____________ $____________________ OPTION YEAR 2 01 OCT 06-30 SEP 07 $____________ $____________________ OPTION YEAR 3 01 OCT 07 -30 SEP 08 $____________ $____________________ OPTION YEAR 4 01 OCT 08 - 30 SEP 09 $____________ $____________________
 
Place of Performance
Address: Ehrling Berquist Hospital, 2501 Capehart RD, Offutt AFB, NE
Zip Code: 68113
Country: USA
 
Record
SN00716531-W 20041205/041203211837 (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.