Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2007 FBO #2099
MODIFICATION

65 -- Maintenance support services for a GE OEC System - Uroview 2800 .

Notice Date
8/24/2007
 
Notice Type
Modification
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC Portsmouth, 54 Lewis Minor St, Portsmouth, VA, 23708-2297, UNITED STATES
 
ZIP Code
23708-2297
 
Solicitation Number
N00183-07-T-0282
 
Response Due
8/28/2007
 
Archive Date
9/12/2007
 
Point of Contact
Yvette Williams, Contract Specialist, Phone 757-953-7825, Fax 757-953-5739,
 
E-Mail Address
yvette.williams@med.navy.mil
 
Description
Email Yvette.Williams@med.navy.mil to receive a complete copy of the Solicitation. ONLY COMPLETE COPIES OF THE SOLICITATION WILL BE CONSIDERED FOR CONTRACT AWARD. If you do not receive a copy of the solicitation within 24 hours of your email request, please contact Yvette Williams at 757-953-7825. Section B - Supplies or Services and Prices ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 12 Months Contractor shall provide Maintenance FFP Support Services for a GE OEC System - Uroview 2800 with X-ray Tube and 14" II coverage for the Naval Hospital, Camp Lejeune, NC., in accordance with Section C, Statement of Work. Maintenance services shall include additional coverage 5pm-12am, Monday through Friday and glassware coverage. Mfr: GE Medical Model: 2800 SN: P60166 ECN: 084063 POP: 01 Oct 2007 through 30 Sep 2008 FOB: Destination MILSTRIP: N6809308RQ00080 PURCHASE REQUEST NUMBER: N6809308RQ00080 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 12 Months OPTION Contractor shall provide Maintenance FFP Support Services for a GE OEC System - Uroview 2800 with X-ray Tube and 14" II coverage for the Naval Hospital, Camp Lejeune, NC., in accordance with Section C, Statement of Work. Maintenance services shall include additional coverage 5pm-12am, Monday through Friday and glassware coverage. Mfr: GE Medical Model: 2800 SN: P60166 ECN: 084063 POP: 01 Oct 2008 through 30 Sep 2009 FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 12 Months OPTION Contractor shall provide Maintenance FFP Support Services for a GE OEC System - Uroview 2800 with X-ray Tube and 14" II coverage for the Naval Hospital, Camp Lejeune, NC., in accordance with Section C, Statement of Work. Maintenance services shall include additional coverage 5pm-12am, Monday through Friday and glassware coverage. Mfr: GE Medical Model: 2800 SN: P60166 ECN: 084063 POP: 01 Oct 2009 through 30 Sep 2010 FOB: Destination Section C - Descriptions and Specifications CLAUSES INCORPORATED BY FULL TEXT DESCRIPTION/SPECIFICATION/WORK STATEMENT Statement of Work SERVICE/MAINTENANCE OF RADIOGRAPHIC EQUIPMENT 1. Summary. The following is typical equipment configuration, including all interconnections, cabling interfaces, and operating software to be serviced/maintained under this contract shall include: Service, preventive maintenance, and repairs as may be required for diagnostic radiological medical equipment manufactured by General Electric Medical Systems (GEMS). Replacement glassware shall be included in the scope of this contract. 2. Definitions/Acronyms. 2.1. KO - Contracting Officer. 2.2. COR - Contracting Officers Representative. Local technical representative of contracting officer. COR is the main government point of contact for day to day interaction and execution of the services under this contract. Although this specification lists the COR as the primary authority for requesting and approving service, a formal list of authorized persons will be provided at the time of contract award. 2.3. PM/PMI - Preventive maintenance/Preventive maintenance inspection. Services, which are periodic in nature and are, required to maintain the equipment in such condition that it may be operated in accordance with its intended design and functional capacity with minimal evidence of malfunction or inoperative conditions. 2.4. FSE - Field Service Engineer. A person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services on behalf of the contractor on the equipment listed in Section B of this contract. 2.5. NFPA - National Fire Protection Association. 2.6. OSHA - Occupational Health and Safety Administration. 2.7. CDRH - Center for Devices and Radiological Health. 2.8. JCAHO - Joint Commission for the Accreditation of Healthcare Organizations 2.9. FDA ? Food and Drug Administration 2.10. Glassware ? X-ray tubes, image intensifier tubes, cathode ray tubes, closed circuit television systems, or any other part of a radiographic imaging system, which actually produces ionizing radiation or a radiographic image. 2.11 Operational Uptime. Operational uptime is defined as the state when the system is working according to the performance specifications of the original equipment manufacturer and available for use 24 hrs a day, 7 days a week,. Percentage uptime is calculated as total hours uptime in hours divided by the sum of total uptime and downtime in hours. 2.12. Downtime. Downtime is defined as the state when the system is not operable or available for routine clinical use (during coverage time). The start of a downtime will be the time the contractor is notified by the designated government representative. 3. General Selected vendor must be able to provide full contract support immediately upon award of a resulting order. Vendor will provide full maintenance support for the items listed in Section B and all support items / components. 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. and 5:00 P.M. to 12:00 A.M. Monday through Friday excluding Federal holidays) and 24-hour emergency service and routine preventive maintenance services to Department of Defense owned equipment, as listed on the: DD Form 1155 ?Order for Supplies or Services?. It shall include all systems, subsystem components, and assemblies, (i.e.: contractor responsible for total maintenance of entire system). All maintenance provisions shall apply to hardware, firmware, and software, as appropriate, unless otherwise stated. a. The Contractor shall comply with Federal, State, and Local Laws, plus any 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 (BME), all acting within the limits of their authority. c. The Contractor shall be qualified / authorized by the Original Equipment Manufacturer (OEM) in the repair of all equipment listed within this contract. Contractor shall maintain qualifications throughout entire contract period. Qualification includes but not limited to the certification of all repair persons and repair facilities by the OEM as being trained / qualified to perform required repairs. Qualifications must be current (within 2 years) The Government shall maintain the right to seek proof of qualification prior to award and anytime during contract period of performance. d. Conformance Standards. The contractor shall keep the systems in good operating condition, meeting all equipment and performance requirements published by the original equipment manufacturer. The contractor also assumes responsibility for system conformance with the latest published edition of NFPA-99, OSHA, FDA, and CDRH. Uptime shall be a minimum of 97%. 4. 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. 5. Hours of Coverage. Normal hours of coverage are Monday through Friday from 8:00 am to 4:30 pm, excluding federal holidays. All service/repairs will be performed during normal hours of coverage unless requested or approved by the COR. . Response Time: Contractor?s FSE must respond with a phone call to the COR or his/her designee within one (1) hour after telephone notification, 24 hours per day. If the problem cannot be corrected by phone, the FSE will commence work (on-site physical response) within four (4) hours after contractors? initial receipt of notification and will proceed progressively to completion without undue delay. For example, if a call is placed during coverage hours and no sufficient prescribed coverage hours are remaining in the day, the FSE should be on site at the beginning of the next coverage day. e.g. if hours of coverage are 8:00 am to 6:00 pm, with a four (4) hour response time, and a call is placed at 4:45 pm, Monday, August 10th, the FSE must be on-site to service by 8:00 am, Tuesday, August 11th. Work performed outside the normal hours of coverage at the request of the COR will be billed at the contractor?s standard hourly rate. Billing will include service time plus one (1) hour travel time. Parts and special shipping that may be needed for equipment worked on outside of normal hours shall be included in the price of the appropriate CLIN for each piece of equipment. If work is performed outside coverage hours, without the proper request from the COR or designee, the work will be considered as service during normal coverage hours. Federal holidays observed by the DoD include New Years Day, Martin Luther King Day, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day and Christmas Day 6. Government furnished property, Materials and Services. a. The Contractor representative(s) at each site is encouraged to request a pre-maintenance inspection prior to the onset of the contract. As all apparent discrepancies must be identified upon submittal of quote, any and all claims must be received within 30 days of contract award or prior to contract start which ever occurs first. All non-apparent / hidden discrepancies, must be identified no later that the first scheduled preventative maintenance. Any claims resulting from hidden defects must be received within 30 days of first scheduled preventative maintenance. Any equipment found to be inoperable during this pre-maintenance inspection would be repaired using a separate purchase order. The cost of repairs shall not exceed contractor?s normal retail rate for required repairs. The government certifies that the equipment to be maintained under this contract will be in good operating condition on the effective date of this contract. For the purpose of this contract, the clause, ?good operating condition? means the conditions necessary for the equipment to function as intended without corrective maintenance. The Contractor agrees to leave the equipment in good operating condition at the expiration of this contract. During the final week of this contract, the Government will make final inspection of the equipment. Any correction of deficiencies noted during this inspection shall be resolved prior to contract end. The Government reserves the right to request the repair (at no additional cost to the Government) of items identified with latten defects after contract termination, when it has been determined that defects either are a result of contractor?s performance or should have been discovered during normal performance of work under this contract. b. 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. c. The Government will operate the system in accordance with the instruction manual provided by the OEM. d. 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. 7. 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. 8. 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. In the event that replacements parts are required to be shipped. Shipping shall be performed in the fastest reasonable means possible (i.e., next day air) at no additional cost to the Government. 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. Contractor installed replacement parts shall become the property of the Government and the replaced malfunctioning part shall become the property of the Contractor. Replaced items shall be properly disposed of at no additional cost to the Government (contractor to pay all ?environmental fees? where required). d. 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. e. All replacement parts shall be new and certified as OEM replacement parts. In the event that new parts are not available, rebuilt parts and sub-assemblies are allowed provided that they are warranted to be free of defects for a period of time that meets or exceeds warranties of similar replacement parts. The contractor shall specifically annotate on the final Field Service report the use and identification of rebuilt parts and the period of warranty. When discrepancies occur, the Government will make the final determination on whether a replacement part is of equal or better quality. f. The Contractor must include software revisions and updates (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. Updates shall be performed as soon as possible after release, but no later than the first scheduled Preventative Maintenance Inspection after release. For any updates that have been identified as critical, or required for the proper operation of equipment by the OEM, contractor shall provide installation within 30 days of release regardless of Preventative Maintenance Schedules. Specific Tasks. 9. 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. (Biomedical Engineering located in Build-NH-100 1st floor; 910-450-4944). The Contractor FSEs shall personally notify Biomedical Engineering (BME) of problems that result in the equipment being left disabled upon their departure. After normal duty hours, Contractor FSE?s shall notify the Officer of the Day Desk (Bldg 2, 2nd Floor) and the systems operator designated by BME. b. The Contractor shall provide to BME 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, equipment description (model, serial number, equipment control 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. In the event that agents / sub-contractor?s are used in the performance of repairs, said agent shall be identified on the service report by company name and contact information (i.e., telephone number). Additionally contractor will be required to affix a tag on equipment upon the completion of a preventative maintenance inspection. Tag may either be a ?sticker? or ?hanging tag?. As a minimum the tag shall contain: the name of the contractor, technician performing inspection and date of inspection legibly printed. 10. 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. 10.1. All labor, including installation and calibration of contractor furnished x-ray tubes, all service, materials, transportation, travel time, and replacement parts shall be included to maintain the Covered Medical Systems and ancillary equipment listed herein to the required uptime. 10.2. Point of contact. The contractor shall provide a single point of contact to the KO for any maintenance service required under this contract. This information shall include name, title, address, and telephone number. 10.3. Maintenance Service Support. The contractor shall furnish maintenance service support to include corrective and preventive maintenance for the system to ensure a minimum uptime of 98%. 10.3.3. Scheduled routine preventive maintenance shall not be considered in downtime calculation. 10.3.4. Minor system failures of ancillary components which do not affect system clinical use and availability will not be considered in down-time calculation, except if the FSE needs to preempt use of the system to accomplish the repair. Downtime will then start once the FSE makes the equipment unavailable for use. Corrective service for these system failures is however, subject to the remainder of the provisions of this specification. 10.3.5. Telephone Assistance. The contractor shall provide telephone assistance 24 hours per day for equipment covered under this contract. Telephone assistance shall be toll free to the government. The COR or designated representative shall be able to call and receive assistance in correcting problems with equipment operation or the contractor will have the ability to dial directly into the equipment and remotely assess or repair the problem with the equipment. 10.3.6. Updates. The contractor is responsible for providing and installing manufacturer designed and issued field modifications, safety corrections and revisions for correcting software and equipment deficiencies at no additional cost to the Government. NOTE: THIS STATEMENT OF WORK IS INCOMPLETE. YOU MUST CALL FOR A COMPLETE COPY OF THE REQUEST FOR QUOTATION. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (24-AUG-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/BUMED/N00183/N00183-07-T-0282/listing.html)
 
Place of Performance
Address: Naval Hospital Camp Lejeune 100 Brewster Blvd. Camp Lejeune, NC
Zip Code: 28547
Country: UNITED STATES
 
Record
SN01385202-F 20070826/070824230850 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.