Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2020 SAM #6625
SPECIAL NOTICE

99 -- Stryker LifePak-15 Preventative Maintenance Agreement

Notice Date
1/17/2020 7:04:33 AM
 
Notice Type
Special Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
FBI-JEH WASHINGTON DC 20535 USA
 
ZIP Code
20535
 
Solicitation Number
DJF200700PR0001736
 
Response Due
1/30/2020 2:00:00 PM
 
Archive Date
01/31/2020
 
Point of Contact
Adelle Bolton, Phone: 2562135014
 
E-Mail Address
albolton@fbi.gov
(albolton@fbi.gov)
 
Description
PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE PUBLISHED. The Federal Bureau of Investigation (FBI) intends to negotiate a sole source, fixed price contract with Stryker Emergency Care, 3800 E. Centre Ave, Portage, MI. 49009 for the purpose of a preventative maintenance service contract.�� The FBI's Laboratory Division, Technical Hazardous Response Unit (THRU), requires a maintenance service contract to maintain 20, LifePak-15 cardiac monitors/defibrillators through the manufacturer to maintain the current warranty.� This maintenance will include the following: A Stryker Po-care certified technician will inspect the units according to NFPA guidelines, for damage and complete an electronic analysis of each device to determine that the latest software is loaded and in use. �If it is determined that it is not, the software update must be completed.� � All patient monitoring parameters on the LP-15 will be tested and adjusted as necessary. All LP-15 batteries that are past life cycle or are otherwise not in service will be replaced with new batteries to include the battery pins. This maintenance must be completed at the FBI facility located in Fredericksburg, Virginia.� Location will be given to the awarding contractor. Must cover damages or malfunctions from accidents and normal wear and tear during the coverage period.� Must include all parts and labor necessary to restore equipment to manufacturer specifications.� Must include all parts and labor necessary to restore equipment to manufacturer specifications.� Must provide a loaner device if equipment needs to be removed from service for additional repairs.� Must include a two-hour response time with the service request completed within twenty-four hours.� �� Certified technician will need to undergo a comprehensive background check.� The technician will be required to submit personal information and fingerprints. Based on market research, and Government end-users, Stryker Emergency Care is uniquely qualified to provide these services to The FBI Technical Hazards Response Unit based upon the following: As the manufacturer of these devices, Stryker Emergency Care has proprietary control of the device software that powers these cardiac monitors.� Only Stryker Emergency Care can provide regular software updates and software maintenance as needed and not just when it�s mandated.� �� Stryker Emergency Care, as Physio Control, has serviced the unit�s cardiac monitors since purchase.� This unbroken length of service provides the unit with an incomparable warranty that covers any damage or malfunction, at any time, during the coverage period.� If the contract was awarded to another vendor, the unit would be required to submit each of the cardiac monitors to an inspection, at an additional charge before they could re-engage a comprehensive maintenance contract with Stryker Emergency Care.� Though other companies can provide inspection of these devices, only Stryker Emergency Care can perform the repairs onsite, which minimizes the time that these devices would be out of service. Stryker Emergency Care coverage plan covers these units for annual inspections, and any repairs for malfunction and damage.� The damage coverage includes all damage from accidents, improper operation and normal wear and tear.� The only damage not covered by Stryker Emergency Care is obvious deliberate damage. �� This notice will be distributed solely through the General Services Administration's Federal Business Opportunities (FBO) Website (www.beta.sam.gov). Interested parties are responsible for monitoring the FBO site to ensure they have the most up-to-date information about this acquisition. The North American Classification System Code is 811219, Other electronic and Precision Equipment Repair and Maintenance.� The FBI intends to negotiate with only one source under the authority of FAR 6.302-1. This notice of intent is not a request for competitive quotations; however, per FAR 5.207(16)(ii) all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.� All capability statements or quotes shall be submitted to the Contracting Officer Adelle Bolton by email.� The email address is albolton@fbi.gov� Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. Telephone requests will not be considered. A determination by the Government not to compete this proposed contract based upon response to this notice is solely within the discretion of the Government. All responses to this intent to sole source are due to the contracting officer by 05:00 PM EST on January 30, 2020 please.� �� System for Award Management (SAM) Requirement Vendors must be registered in the System for Awards Management (beta.SAM.gov) to receive government contracts. The FBI uses a financial system that has a direct interface with SAM. Please ensure that your company's SAM information is updated and accurate. This includes TIN, EFT, DUNS, addresses and contact information. The EFT banking information on file in SAM will be what the FBI uses to process payment. Access to Federal Bureau of Investigation (FBI) Locations Performance under this contract may require access to FBI locations to provide some service, product, or perform some other official function of interest to the FBI. Requirements, as identified below, to include approval by the FBI's Security Division, must be satisfied prior to access. �Contractors who will require escorted access, to include short-term, intermittent, or infrequent access, to an FBI facility must complete an ""Access of Non-FBI Personnel to FBI Facilities, Background Data Information Form,"" (FD 816), a ""Privacy Act of 1974 Acknowledgment Form"" (FD 484) and two Fingerprint Cards (FD 258). Completed and accepted forms should be provided to the assigned Contracting Officer's Technical Representative (COTR) at least 10 business days prior to required access. DJAR-PGD-02-02A Non-U.S. Citizens Prohibited from Access to DOJ Information Technology (IT) Systems The Department of Justice does not permit the use of Non-U.S. citizens in the performance of this contract or commitment for any position that involves access to or development of any DOJ IT system. By signing the contract or commitment document, the contractor agrees to this restriction. [In those instances where other non-IT requirements contained in the contract or commitment can be met by using Non-U.S. citizens, those requirements shall be clearly described.].�� (End of Clause) DJAR-PGD-02-02B Non-U.S. Citizens Prohibited from Access to DOJ Information Technology (IT) Systems The Department of Justice (DOJ) will no longer permit the use of Non-U.S. citizens in the performance of this contract or commitment for any position that involves access to or development of any DOJ IT system. By signing the contract or commitment document, the contractor agrees to this restriction with respect to all new employees utilized directly to perform duties on the contract. Non-U.S. citizens currently employees under this contract or commitment may continue performance unless otherwise directed by the Department of Justice. No new, replacement, or additional Non-U.S. citizens may be added to the contract without the express approval of the Department of Justice. [In those instances where other non-IT requirements contained in the contract or commitment can be met by using Non-U.S. citizens, those requirements shall be clearly described.].�� (End of Clause)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f8ee2b450de14f0eb04da40ce0b2534b/view)
 
Place of Performance
Address: Fredericksburg, VA 22406, USA
Zip Code: 22406
Country: USA
 
Record
SN05537979-F 20200119/200117230133 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.