SOLICITATION NOTICE
65 -- Cost per test 2 Sta-Compact Hemostasis Systems
- Notice Date
- 8/10/2004
- Notice Type
- Solicitation Notice
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMC Portsmouth, 54 Lewis Minor St, Portsmouth, VA, 23708-2297
- ZIP Code
- 23708-2297
- Solicitation Number
- N00183-04-T-0155
- Response Due
- 8/18/2004
- Archive Date
- 9/2/2004
- Point of Contact
- Keith Haskett, Contract Specialist, Phone 757-953-7571, Fax 757-953-5739, - Lisa Price, Contracting Officer, Phone 757-953-5737, Fax 757-953-5738,
- E-Mail Address
-
khaskett@mar.med.navy.mil, ljprice@mar.med.navy.mil
- 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 POC: Laboratory / HM2 McLean: (757) 953-1591 Payment Monthly, Quarterly, Annually (circle one) 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 N00183-04-T-0155 on all Inquires. Government reserves the right to award contract based on an "All or Nothing Evaluation". NAPS 5232.903 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. Pursuant to FAR 52.232-18, the Contracting Officer will provide confirmation of availability of funds at http://www.nmlc.med.navy.mil/acquisitions/services.htm.? Section B - Supplies or Services and Prices ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 12 Months Cost Per Test Contract for Two (2)FFPSTA-Compact Hemostasis System including on-site maintenance service. Contract based on an estimated 23,064 PT tests per year and 16,748 PT tests per year, total of 39,812 tests. Same lot number is required for all reagents. Period of performance: 10/1/04 through 9/30/05 Cost per test___________ (fill in)MILSTRIP: N0018305RQLC006PURCHASE REQUEST NUMBER: N0018305RQLC006 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 48 Box Cat #0667, Prothrombin Reagent,FFPDeliver Schedule:4 boxes Oct 20044 boxes Nov 20044 boxes Dec 20044 boxes Jan 20054 boxes Feb 20054 boxes Mar 20054 boxes Apr 20054 boxes May 20054 boxes Jun 20054 boxes Jul 20054 boxes Aug 20054 boxes Sep 2005MILSTRIP: N0018305RQLC006PURCHASE REQUEST NUMBER: N0018305RQLC006 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 48 Box Cat #0595 APTT Reagent,FFPDeliver Schedule:4 boxes Oct 20044 boxes Nov 20044 boxes Dec 20044 boxes Jan 20054 boxes Feb 20054 boxes Mar 20054 boxes Apr 20054 boxes May 20054 boxes Jun 20054 boxes Jul 20054 boxes Aug 20054 boxes Sep 2005MILSTRIP: N0018305RQLC006PURCHASE REQUEST NUMBER: N0018305RQLC006 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 24 Box Cat #0367 Calcium Chloride,FFPDeliver Schedule:2 boxes Oct 20042 boxes Nov 20042 boxes Dec 20042 boxes Jan 20052 boxes Feb 20052 boxes Mar 20052 boxes Apr 20052 boxes May 20052 boxes Jun 20052 boxes Jul 20052 boxes Aug 20052 boxes Sep 2005MILSTRIP: N0018305RQLC006PURCHASE REQUEST NUMBER: N0018305RQLC006 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 12 Box Cat #38669 Cuvettes,FFPDeliver Schedule:3 boxes Oct 20043 boxes Jan 20053 boxes Apr 20053 boxes Jul 2005MILSTRIP: N0018305RQLC006PURCHASE REQUEST NUMBER: N0018305RQLC006 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 24 Box Cat #0973 Wash Solution,FFPDeliver Schedule:2 boxes Oct 20042 boxes Nov 20042 boxes Dec 20042 boxes Jan 20052 boxes Feb 20052 boxes Mar 20052 boxes Apr 20052 boxes May 20052 boxes Jun 20052 boxes Jul 20052 boxes Aug 20052 boxes Sep 2005MILSTRIP: N0018305RQLC006PURCHASE REQUEST NUMBER: N0018305RQLC006 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0007 48 Box Cat #0975 STA Desorb U,FFPDeliver Schedule:4 boxes Oct 20044 boxes Nov 20044 boxes Dec 20044 boxes Jan 20054 boxes Feb 20054 boxes Mar 20054 boxes Apr 20054 boxes May 20054 boxes Jun 20054 boxes Jul 20054 boxes Aug 20054 boxes Sep 2005MILSTRIP: N0018305RQLC006PURCHASE REQUEST NUMBER: N0018305RQLC006 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0008 96 Box Cat #0679, Normal & Abnormal Controls,FFPDeliver Schedule:8 boxes Oct 20048 boxes Nov 20048 boxes Dec 20048 boxes Jan 20058 boxes Feb 20058 boxes Mar 20058 boxes Apr 20058 boxes May 20058 boxes Jun 20058 boxes Jul 20058 boxes Aug 20058 boxes Sep 2005MILSTRIP: N0018305RQLC006PURCHASE REQUEST NUMBER: N0018305RQLC006 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0009 12 Box Cat #00801, Sta Maxi Reducer,FFPDeliver Schedule:3 boxes Oct 20043 boxes Jan 20053 boxes Apr 20053 boxes Jul 2005MILSTRIP: N0018305RQLC006PURCHASE REQUEST NUMBER: N0018305RQLC006 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0010 12 Box Cat #00797, Sta Reducer 5ml,FFPDeliver Schedule:3 boxes Oct 20043 boxes Jan 20053 boxes Apr 20053 boxes Jul 2005MILSTRIP: N0018305RQLC006PURCHASE REQUEST NUMBER: N0018305RQLC006 NET AMT FOB: Destination Section C - Descriptions and Specifications CLAUSES INCORPORATED BY FULL TEXT Includes: DESCRIPTION/SPECIFICATION/WORK STATEMENT Statement of work 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) or 24-hour emergency service and routine preventive maintenance services to Contracted Lease/Rental equipment, as listed on the: DD Form 1155 ?Order for Supplies or Services?. It shall include all systems, subsystem components, and assemblies that were part of the original system purchased. 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, Local laws, and 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 (BMED), all acting within the limits of their authority. 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. Materials and Services a. 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. b. The Government will operate the system in accordance with the instruction manual provided by the OEM. c. 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. 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. 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. d. The Contractor shall use only new or warranted replacement parts where the quality is equal to or better than the OEM?s original part. When discrepancies occur, the Government will make the final determination on whether a replacement part is of equal or better quality. e. 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. 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. The Contractor FSEs shall personally notify BMED of problems that result in the equipment being left disabled upon their departure. After normal duty hours, Contractor FSEs shall notify the Officer of the Day Desk (Bldg 2, 2nd Floor) and the systems operator designated by the BMED. b. The Contractor shall provide the BMED 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, 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. 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 manufacturer?s specifications. b. The Contractor shall select the months in which preventive maintenance services are to be performed. The preventive maintenance visits shall be performed on schedule agreed upon by the contractor and the user. Vendor to contact end user within 30 days of award to schedule maintenance. Maintenance to be completed per manufactures guide lines and shall be completed no later than 31 Jul 05 (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 will be Joint Commission on Accreditation of Healthcare Organization (JCAHO), Original Equipment Manufacturer (OEM) and Federal Drug Administration (FDA) calibration standards. d. Affix safety/inspection sticker with date completed and due date on equipment. Safety/Inspection stickers will be obtained from the BMED 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. The contractor shall respond via telephone within 2 hours after receipt of trouble call, and provide on-site service within 24 hours. Equipment shall be operational within 48 hours. The Government reserves the right to deduct from the Contractor?s payment an amount per hour equal to the number of hours the Contractor fails to respond, as specified in the contract. Emergency service outside the normal working hours by the Government site shall be billable to the Government at published commercial rates, and negotiated prior to services rendered. b. Government request for corrective maintenance will be placed by the BMED, 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. 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 Equipment a. Whenever the repair of equipment cannot be performed at the Government site as determined by the Contractor, the Contractor shall notify the BMED who will make arrangements for the Contractor to remove the item to the Contractor?s designated site. The Contractor will provide interim equipment replacement. b. All charges resulting from a Contractor determined requirement to transport such equipment, 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 the BMED 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. 12. Service Beyond the Scope of the Contract a. The Contractor shall immediately, but not later than 24 consecutive hours after discovery, notify the BMED, 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 the BMED 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.
- Place of Performance
- Address: 54 Lewis Minors St, Portsmouth, VA
- Zip Code: 23708
- Country: USA
- Zip Code: 23708
- Record
- SN00640805-W 20040812/040810212724 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |