Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2008 FBO #2578
SOLICITATION NOTICE

65 -- Ventilator Training

Notice Date
12/15/2008
 
Notice Type
Modification/Amendment
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, Maryland, 21702-9203
 
ZIP Code
21702-9203
 
Solicitation Number
N6264509RCES056
 
Response Due
12/22/2008 12:00:00 PM
 
Archive Date
1/6/2009
 
Point of Contact
Erin Cotter, Phone: 301-619-1086
 
E-Mail Address
erin.cotter@med.navy.mil
 
Small Business Set-Aside
N/A
 
Description
The Naval Medical Logistics Command intends to negotiate on a sole source basis with the manufacturer Draegar Medical Inc, 3135 Quarry Rd, Telford, PA 18969-1051, as the only responsible source that can provide training for their equipment. The government intends to issue a contract for training and instruction services for corrective and preventive maintenance with the contractor, Draegar Medical, Inc., for the Draegar Evita 2 ventilators. This sole source procurement is sought as Draegar Medical, Inc. is the exclusive manufacturer of the Evita 2 ventilators and as such, is the sole entity with the capability to provide this training to the Navy for this specific equipment. This acquisition is being conducted under simplified acquisition procedures FAR 13. There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 423450. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data, including cost, sufficient to determine capability in providing the same training. All capability statements received by the closing date of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. PERFORMANCE WORK STATEMENT TRAINING SERVICES FOR DRAEGAR EVITA 2 VENTILATORS 1.0 Scope of Services. 1.1 The Contractor shall provide training and instruction for corrective and preventive maintenance for the Draegar Evita 2 ventilators. This training shall be conducted in accordance with the schedule and locations as outlined in Attachment 001. The training and examination shall be completed within one week (e.g., Monday through Friday). 1.2 At a minimum, the training shall consist of the following: - Provide comprehensive instruction on the Draegar Evita 2 ventilator unit to enable the student to successfully perform corrective and preventive maintenance. - Successfully prepare for the student for examination following completion of the training program. 1.3 The Contractor shall furnish sufficient personnel to ensure that qualified individuals, as specified herein are available to perform services described herein. 1.4 INDEPENDENT CONTRACTOR. The services rendered by the Contractor are rendered in the capacity of an independent Contractor. The Government will evaluate the quality of services for purposes of contract inspection and acceptance. The Contractor shall be solely responsible for any and all liability caused by the acts or omissions of its agents or employees. The Contractor shall not in any manner represent or infer that it is an instrumentality or agent of the United States Government. The Contractor shall recognize that the Commander maintains administrative and operational responsibility for all activities within the Command and may take such actions as necessary to preserve and maintain the integrity of the Command, subject to the limitations prescribed by law and U.S. Navy Regulations. 1.5 MODIFICATIONS. The Contracting Officer will designate and authorize an individual to act as the Contracting Officer's Representative (COR). Any such representative appointed will be specifically designated by letter from the Contracting Officer. The COR exclusively represents the Contracting Officer in all technical phases of the work, but is not authorized to issue Change Orders, Supplemental Agreements, or direct any contract performance requiring contractual modification or adjustment. Changes in the scope of work can only be made by modification properly executed by the Contracting Officer. All observations made by persons other than the Contracting Officer or the COR are strictly advisory and shall not influence the Contractor's operations except for administrative requirements and responsibilities specified herein. 1.6 The contractor shall protect, defend, indemnify, save and hold harmless the Government and assignees from any and all claims, liability (including the settlement of any claim), loss, damage, cost, or expense, including but not limited to, attorney’s fees, arising from the negligence or intentional misconduct of the contractor, its employees, agents, assignees, contractors, or successors, in the performance of services under this contract. 1.7 All medical, financial, statistical, personnel, and technical data which are furnished, produced, or otherwise available to the contractor during the performance of this contract are considered confidential business information and shall not be used for purposes other than performance of work under this contract. Such data shall not be released by the contractor without prior written consent of the contracting officer. 2.0 GOVERNMENT FURNISHED ITEMS. 2.1 GENERAL. With the exception of the training held at the Contractor’s facility at Telford, Pennsylvania, the Government will furnish the location and space for the training. 3.0 CONTRACTOR FURNISHED ITEMS 3.1 SUPPLIES. The Contractor shall furnish all personnel, equipment (to include test calibration equipment), and supplies, except those listed as Government furnished, required to perform the services described in this contract. In addition, the Contractor shall furnish the location and space for the training held at the Contractor’s facility at Telford, Pennsylvania. 3.1.1 The Contractor shall furnish all textbooks, equipment, instructional materials, and examinations required to perform services as described herein. 3.1.2 The Contractor shall furnish a post-course evaluation form and a Certificate of Completion letter for students. 3.2 INSURANCE. 3.2.1 The Contractor shall comply with the Workers' Compensation Insurance Laws of the State in which the services are performed. 4.0. SPECIFIC TASKS 4.1 GENERAL. 4.1.1 The Contractor shall provide training and instruction for operation of the Draegar Evita II ventilators in accordance with locations as specified in Attachment 001. 4.2 SPECIFIC DUTIES. 4.3.1 The Contractor shall conduct the training to successfully prepare students to sit for the examination leading to satisfactory passing of the examination by a minimum score of 70%. 4.3.2 The Contractor shall pace the tempo of the training to have it completed and allow for examination preparation within the one week period (e.g., Monday through Friday). 4.3.3 Upon completion of the training program, the Contractor shall develop and distribute course evaluations to be submitted to the Government for purposes of assessing future training courses. 5.0 PERSONNEL QUALIFICATIONS. The Contractor shall provide personnel who meet the following minimum personnel qualifications: 5.1.1 Possess current certification as a trainer/instructor for the Evita 2 ventilator equipment. Prior to provision of services, the contractor shall provide the Government with a copy of the Trainer Certificate for any trainer/instructor that the contractor proposes to utilize in performance of this contract. 5.1.2 Shall read, write, and speak English fluently in order to effectively communicate with all personnel eligible for medical care and the staff of the MTF. Contract employees shall have the ability to enunciate with sufficient clarity to be readily understood. ATTACHMENT 001 TRAINING SCHEDULED AND LOCATIONS The Contractor shall provide training and instruction for corrective and preventive maintenance of the Draegar Evita II ventilators. This training shall be conducted for 52 BMETs (10/12 BMETs per location) at the following locations: 1. Camp Pendleton February 2 - 6 2009 2. Sheppard AFB February 23 - 27 2009 3. NAS JAX March 30 - April 3 2009 4. NMC Portsmouth June 15 - 19 2009 5. Telford, PA July 27 - 31
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=09c4a4ffc0b833baf17ae7c141431f05&tab=core&_cview=1)
 
Place of Performance
Address: 1. Camp Pendleton February 2 - 6 2009, 2. Sheppard AFB February 23 - 27 2009, 3. NAS JAX March 30 - April 3 2009, 4. NMC Portsmouth June 15 - 19 2009, 5. Telford, PA July 27 - 31, United States
 
Record
SN01719251-W 20081217/081215215827-09c4a4ffc0b833baf17ae7c141431f05 (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.