Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
SOLICITATION NOTICE

65 -- maintenance of GE Physiological Monitoring Equiptment

Notice Date
9/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus 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
00000
 
Solicitation Number
N00183-07-T-0421
 
Response Due
9/14/2007
 
Archive Date
9/29/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Fill in Blanks: TIN (tax ID): ________________ CAGE: ________________ DUNS: __________________ Vendor Point of Contact: ______________________Phone: ____________________ Vendor email: ______________________ Naval Medical Center Portsmouth POC: Biomed Engineering Vendors quoted price shall be inclusive of all cost including parts, labor and software updates Payment Monthly, Quarterly, Annually (please circle) in Arrears Note: vendor will be required to provide billing electronically via the WAWF Electronic Invoicing method. For additional information, a review of the following web sites may be required: https://wawf.eb.mil http://wawftraining (email) wawf@nmlc.med.navy.mil Vendor to reference N00183-07-T-0421on all inquires. Government reserves the right to: (1) award based on an "All or Nothing Evaluation". (2) award a ?Best Value? requirement. Vendors with superior past performance histories may be given 1st consideration. 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. Section B - Supplies or Services and Prices ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 12 Months Maintenance in Accordance with Section C FFP on 1 ea. Physiological Monitoring System (Cardiac Stress) Model: 2000 Serial # 8102062 Manufacturer: GE Marquette PA# 0018312606 Location: Cardiology Build-2 (rm: 260823) FOB: Destination MILSTRIP: N0018308RQCC003 PURCHASE REQUEST NUMBER: N0018308RQCC003 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 12 Months Maintenance in Accordance with Section C FFP on 1 ea. Physiological Monitoring System (Cardiac Stress) Model: 2000 Serial # 8108863 Manufacturer: GE Marquette PA# 0018312607 Location: Cardiology Build-2 (rm: 260823) FOB: Destination MILSTRIP: N0018308RQCC003 PURCHASE REQUEST NUMBER: N0018308RQCC003 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 12 Months Maintenance in Accordance with Section C FFP on 1 ea. Physiological Monitoring System (Cardiac Stress) Model: T2000 Serial # F3Y50288S Manufacturer: GE Medical PA# 0018393394 Location: Cardiology Build-2 (rm: 260823) FOB: Destination MILSTRIP: N0018308RQCC003 PURCHASE REQUEST NUMBER: N0018308RQCC003 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 12 Months Maintenance in Accordance with Section C FFP on 1 ea. Physiological Monitoring System (Cardiac Stress) Model: T2000 Serial # F3Y50255S Manufacturer: GE Medical PA# 0018393395 Location: Cardiology Build-2 (rm: 260823) FOB: Destination MILSTRIP: N0018308RQCC003 PURCHASE REQUEST NUMBER: N0018308RQCC003 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 12 Months Maintenance in Accordance with Section C FFP on 1 ea. Data Management System (for CLIN 0001) Model: CASE 8000 Serial # CODH0826M Manufacturer: GE Marquette PA# 0018312606 Location: Cardiology Build-2 (rm: 260823) FOB: Destination MILSTRIP: N0018308RQCC003 PURCHASE REQUEST NUMBER: N0018308RQCC003 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 12 Months Maintenance in Accordance with Section C FFP on 1 ea. Data Management System (for CLIN 0002) Model: Case 8000 Serial # CODH0824M Manufacturer: GE Marquette PA# 0018312607 Location: Cardiology Build-2 (rm: 260823) FOB: Destination MILSTRIP: N0018308RQCC003 PURCHASE REQUEST NUMBER: N0018308RQCC003 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0007 12 Months Maintenance in Accordance with Section C FFP on 1 ea. Workstation Muse CV Model: Muse CV Serial # 2VA33904J2 Manufacturer: GE Marquette PA# 0018397647 Location: Cardiology Build-2 (rm: 260823) FOB: Destination MILSTRIP: N0018308RQCC003 PURCHASE REQUEST NUMBER: N0018308RQCC003 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0008 12 Months Maintenance in Accordance with Section C FFP on 1 ea. Recorder Abulatory ECG Model: SEER CE Serial # A2HW7571F Manufacturer: GE Marquette PA# 0018386349 Location: Cardiology Build-2 (rm: 260823) FOB: Destination MILSTRIP: N0018308RQCC003 PURCHASE REQUEST NUMBER: N0018308RQCC003 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0009 12 Months Maintenance in Accordance with Section C FFP on 1 ea. Recorder Abulatory ECG Model: SEER CE Serial # A2HW7548F Manufacturer: GE Marquette PA# 0018386351 Location: Cardiology Build-2 (rm: 260823) FOB: Destination MILSTRIP: N0018308RQCC003 PURCHASE REQUEST NUMBER: N0018308RQCC003 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0010 12 Months Maintenance in Accordance with Section C FFP on 1 ea. Recorder Abulatory ECG Model: SEER CE Serial # A2HW7549F Manufacturer: GE Marquette PA# 0018386352 Location: Cardiology Build-2 (rm: 260823) FOB: Destination MILSTRIP: N0018308RQCC003 PURCHASE REQUEST NUMBER: N0018308RQCC003 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0011 12 Months Maintenance in Accordance with Section C FFP on 1 ea. Recorder Abulatory ECG Model: SEER MC Serial # F3HX0706F Manufacturer: GE Marquette PA# 001833327 Location: Cardiology Build-2 (rm: 260823) FOB: Destination MILSTRIP: N0018308RQCC003 PURCHASE REQUEST NUMBER: N0018308RQCC003 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0012 12 Months Maintenance in Accordance with Section C FFP on 1 ea. Recorder Abulatory ECG Model: SEER MC Serial # F3HX0712F Manufacturer: GE Marquette PA# 001833329 Location: Cardiology Build-2 (rm: 260823) FOB: Destination MILSTRIP: N0018308RQCC003 PURCHASE REQUEST NUMBER: N0018308RQCC003 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0013 12 Months Maintenance in Accordance with Section C FFP on 1 ea. Recorder Abulatory ECG Model: SEER MC Serial # F3HX0703F Manufacturer: GE Marquette PA# 001833330 Location: Cardiology Build-2 (rm: 260823) FOB: Destination MILSTRIP: N0018308RQCC003 PURCHASE REQUEST NUMBER: N0018308RQCC003 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0014 12 Months Maintenance in Accordance with Section C FFP on 1 ea. Recorder Abulatory ECG Model: SEER MC Serial # F3HX0710F Manufacturer: GE Marquette PA# 001833331 Location: Cardiology Build-2 (rm: 260823) FOB: Destination MILSTRIP: N0018308RQCC003 PURCHASE REQUEST NUMBER: N0018308RQCC003 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0015 12 Months Maintenance in Accordance with Section C FFP on 1 ea. Recorder Abulatory ECG Model: SEER MC Serial # F3HX0705F Manufacturer: GE Marquette PA# 001833332 Location: Cardiology Build-2 (rm: 260823) FOB: Destination MILSTRIP: N0018308RQCC003 PURCHASE REQUEST NUMBER: N0018308RQCC003 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0016 12 Months Maintenance in Accordance with Section C FFP on 1 ea. MARS-PC Pepartment Server System (w/tape) To includse total maintenance of all hardware and software systems. Manufacturer: GE Marquette Location: Cardiology Build-2 FOB: Destination MILSTRIP: N0018308RQCC003 PURCHASE REQUEST NUMBER: N0018308RQCC003 NET AMT Section C - Descriptions and Specifications CLAUSES INCORPORATED BY FULL TEXT DESCRIPTION/SPECIFICATION/WORK STATEMENT Statement of Work The selected contractor shall ensure no break in service between awarded contract and N00183-06-P-1222. 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. 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. 1. General 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 current 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. The Government shall maintain the right to seek proof of qualification prior to award and anytime during contract period of performance. 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. 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. 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. 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 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. Upgrades 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. 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. (Biomedical Engineering located in Build-250 1st floor; 757-953-5336). 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. 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 the Original Equipment Manufactures (OEM) recommendations. b. The Government shall select the months in which preventive maintenance services are to be performed. The preventive maintenance visits shall be performed during the following months: July 2008. (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 must be calibrated (if required / as required by manufacture of test equipment) and shall be in compliance with Joint Commission on Accreditation of Healthcare Organizations (JCAHO), Original Equipment Manufacturer (OEM) and Federal Drug Administration (FDA) standards as required. 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. A contractor Service Tech shall respond via telephone within 2 hours after receipt of trouble call, and provide on-site service no later than the close of business (4:30 pm) on the next business day. Equipment shall be operational within 48 hours. The Government reserves the right to deduct from the Contractor?s payment an amount not to exceed the hourly rate of $50.00 per hour for each hour the Contractor fails to respond, as specified in the contract. a. In the event that emergency service outside the normal working hours are required by the Government, additional work shall be billable to the Government at published commercial rates, and negotiated and approved by a Contracting Officer prior to services rendered. b. Government request for corrective maintenance will be placed by BME, 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. Contractor?s pricing shall be inclusive of all cost including parts, labor, travel and shipping, unless otherwise indicated. Any/all exclusions are listed as follows: No Exclusions f. 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 Government Property a. Whenever the repair of equipment cannot be performed at the Government site as determined by the Contractor, the Contractor shall notify BME who will make arrangements for the Contractor to remove the item to the Contractor?s designated site. The Contractor may be required to sign a Government form accepting responsibility for the Government equipment. The Contractor shall provide a detailed description of removed items. For associated items / accessories, contractor to provide a detailed description and quantities of items to be removed. Description to include as a minimum manufacturers serial numbers and equipment control number (ECN) of all equipment / items removed. In the event that items / sub-assemblies / accessories are repaired via ?Repair by Replacement? a detailed description of replaced items is to be included upon return of repaired components. b. All charges resulting from a Contractor determined requirement to transport Government owned property, covered by this contract, to and from an alternate repair location shall be the responsibility of the Contractor.
 
Place of Performance
Address: 620 John Paul Jones Circle, Portsmouth, VA
Zip Code: 23708
Country: UNITED STATES
 
Record
SN01399264-W 20070909/070907222440 (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  © 1994-2020, Loren Data Corp.