Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2008 FBO #2253
SOLICITATION NOTICE

R -- MAINTENANCE ON A MOBILE CATHETERIZATION LABORATORY UNIT

Notice Date
1/25/2008
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Kings Bay Det, 930 USS Hundley, Bldg 2012 Naval Submarine Base, Kings Bay, GA, 31547, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-N6156408RC81004
 
Response Due
2/5/2008
 
Archive Date
2/20/2008
 
Point of Contact
Nina Miller, Purchasing Agent, Phone (912) 573-6963, Fax (912) 573-2191
 
E-Mail Address
Nina.Miller@navy.mil
 
Description
This is a combined Synopsis/Solicitation for Commercial Items prepared in accordance with the Format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Proposals are being requested and a written solicitation will not be issued. The Reference Number N6051408RC81004 is issued as a request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 97-19. This solicitation is Unrestricted. NAICS 811219. The Naval Hospital, Naval Station, Guantanamo Bay Cuba requires the following Maintenance service and Preventive Maintenance Service on a Mobile Catheterization Laboratory Unit that was manufactured by Modular Devices Inc. Period of Service will be One Year from date of Award of Contract. Service shall include: (1) Bi-Yearly Preventative Maintenance (plus travel expenses) All parts and glassware that need to be replaced will be billed at cost (plus shipping charges), Qty 2 per year; (2) Backup, Secondary service on the Lab: with a First Call service contract, the vendor will provide secondary technical support for BIOMED Tech over the phone for a period of one (1) year; (3) If issues cannot be resolved over the phone, the vendor is to send one of their technicians within 72 hours, the cost for time, materials and travel expenses will be billed at cost (plus shipping charges) Qty 1 Ea. Must meet the following requirements. The contractor must be able to provide full contract support immediately upon award of a resulting order. The vendor will perform Preventive Maintenance (PM) bi-annually and full maintenance support for all equipment, parts, software, material, and supplies within the Mobile Catheterization Laboratory unit and all support items/components when required. This contract shall provide for maintenance services which include over the telephone consultation and on-site corrective repairs. Services will be provided within 72 hours of initial contact and completed within 7 days. Routine preventive maintenance services to Department of Defense owned equipment, as listed on the Contract shall include all systems, subsystem components, and assemblies, (i.e.: contractor is 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 fully qualified in the repair of all equipment listed within this contract. Contractor shall maintain current (within 2 years) qualifications throughout entire contract period. Qualifications include, but not limited to the certification of all repair persons and repair facilities by the OEM; training by independent schools; and continuous hands-on repair experience with listed equipment. 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 twice a year (bi-annual). 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 to the BME. c. Equipment listed in this contract will be maintained to meet and retain the original equipment manufacturer's (OEM's) specifications / equipment certification. d. Equipment and associated components shall be serviced as listed on the Contract. 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. f. When required, the contractor will send a qualified service technician within 72 hours of service call for any maintenance repair when contacted by contracting officer or BME. The service technician will perform maintenance repair and/or replace any parts within 7 days. Contractor and Contractors personnel or technicians must be American Citizens.(3.) Government furnished property, Materials and Services. a. The Contractor representative(s) at each site are 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 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 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. (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 Building H3, 011-5399-72590. 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 H1, Quarterdeck, 1st 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 telephone number) (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. Vendor shall perform PM bi-annually (twice a year). Parts and glassware will be at the cost to the government. (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. Based on location, maintenance coverage will be seven (7) days a week. A contractor Service Tech shall respond via telephone within 2 hours after receipt of trouble call, and provide on-site service no later than 72 hours. Equipment shall be operational within 48 hours or 24 hours after receipt of parts, if required. The Government reserves the right to deduct from the Contractor's payment an amount not to exceed the vendor's normal hourly rate for each hour the Contractor fails to respond, as specified in the contract. b. 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. c. 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. d. The Contractor shall assign a unique Log Reference Number to each Government request for corrective Maintenance. e. 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. f. Contractor's pricing shall be inclusive of all cost including parts, labor, travel and shipping (of required parts), unless otherwise indicated. Any/all exclusions are listed as follows: No Exclusions; g. 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. 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. (11) Equipment Modification Upgrades: a. The Contractor shall only incorporate OEM specified modifications, alterations and upgrades. Approval shall be obtained from BME 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. All supplied software is to be warranted current and free of defects such as viruses.(12.) Service Beyond the Scope of the Contract: a. The Contractor shall immediately, but not later than 24 consecutive hours after discovery, notify BME, 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 BME 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. (13.) Training: a. Training, if required, will be provided by vendor to provide on-site biomedical technicians first call diagnostics of the equipment. Training will equip personnel the ability to trouble shoot or repair issues over the telephone with technical personnel to determine nature of problem and need of an on-site visit by the vendor b. At the same time of the notification, the Contractor shall furnish BME 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. The following Provisions apply: 52.212-1 Instructions to Offerors-Commercial Items; 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2006); 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items; 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, and Citing: 52.219-6, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.204-7 Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition Of Commercial items, and Citing:252.225-7001 and 252.232-7003 Electronic Submission of Payment Request. Offers are Due by close of business on 05 Feb 2008 and may be faxed to 912-573-2191 or email to nina.miller@navy.mil.
 
Place of Performance
Address: U.S. NAVAL HOSPITAL, NAVAL STATION, GUANTANAMO BAY, CUBA
Country: CUBA
 
Record
SN01493175-W 20080127/080125234135 (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.