SOLICITATION NOTICE
J -- Repair/Maintenance of Medical Instruments
- Notice Date
- 8/13/2004
- Notice Type
- Solicitation Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NH Pensacola, 6000 West Highway 98, Pensacola, FL, 32512-0003
- ZIP Code
- 32512-0003
- Solicitation Number
- N00203-05-Q-0356
- Response Due
- 8/23/2004
- Archive Date
- 9/7/2004
- Point of Contact
- Wanda Lee, Contracting Officer, Phone 850-505-6017, Fax 850-505-6340, - Wanda Lee, Contracting Officer, Phone 850-505-6017, Fax 850-505-6340,
- E-Mail Address
-
wanda.j.lee@pcola.med.navy.mil, wanda.j.lee@pcola.med.navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- Naval Hospital Pensacola Florida has a requirement for repair/maintenance agreement for various government owned medical instruments (e.g. Flexible and Rigid Scopes, Surgical Camera, Light Cord Service...). Period of coverage 2004 October 01 through 2005 September 30 with one (1) additional option year. Request for solicitation shall be accepted by e-mail. Bids/quotes shall be accepted by fax, e-mail, or hard copy. ?Note To Contractor? Each repair shall have a minimal of 90 days warranty. If an instrument is returned within the 90 days warranty period for the same type of repair, it shall be a no charge repair. All pricing shall be FOB Destination pricing. Contractor shall also provide shipping labels for shipment of scope repairs to our facility. STATEMENT OF WORK A minimal of four (4) Preventative Maintenance Inspections shall be performed Quarterly. Contractor shall schedule all Preventative Maintenance Inspections with the Biomedical Engineering Division to ensure that the equipment/instruments will be made available by the Equipment Custodian. Contractor shall also provide Educational Offerings on Equipment/Instrument Care and Infection Control Offerings. Education Offerings Flexible Endoscope: Equipment Care and Infection Control Objectives 1. Describe the internal and external structure and functions of the endoscope; discuss preventive maintenance measures with flexible endoscope; describe how to trouble shoot the most common problems with flexible endoscope. 2. Perform a diagnostic evaluation of the endoscope. (This presentation may be hands-on). 3. Demonstrate proper leak testing of the endoscope. (This presentation may be hands-on). 4. Discuss regulations and proper procedures for returning devices for repair. 5. List the standards and guidelines relative to infection prevention in the endoscope setting. 6. Discuss infection prevention issues in the endoscopy setting including the incidence and transmission of relevant pathogens. 7. Discuss the specific guidelines for the environment, personnel, and equipment in the endoscopy settings. 8. Describe the chemicals used for reprocessing endoscopes and accessories 9. Discuss current issues with disposable and reusable endoscopic accessories. 10. Describe latex allergies including signs and sympt6oms, physiology, treatment and prevention. In additional to the Education Offerings Contractor shall implement an exclusive Repair Management Program, profile plus report, website tracking, and service reports. The following are some of the types of scopes to be repaired. Rigid Scopes, 0 degree and 30 degree/10mm SSI Ultra Model, 0 degree 5mm/10mm, 70 degree/3mm, 25 degree/3mm Wolf Model, 0 degree/10mm, 8 degree/10mm, 30 degree/5mm, 70 degree/5mm 12 degree/5mm Olympus Models, 30 degree/5mm, 70 degree/5mm, 0 degree/5mm, 12 degree/5mm Circon ACMI Model, 0 degree/5mm, o degree/10mm, 30 degree/3mm, 30 degree/5mm Karl Storz Models, 30 degree/4mm and 5mm 70 degree/4mm Linvatec Models, 30 degree/5mm, 0 degree/5mm Richards Models, Flexible- Scopes, Olympus Models, Karl Storz Models, Pentax Models, and Endoscopy Sigmoid, Gastric, Colon, Gastro and Optical, Pentax Models. The Contractor shall provide Corrective Maintenance in accordance with manufacturers literature. Period of coverage 01 October 2004 through 30 September 2004. All maintenance ans repair service shall be performed by Competent, Professionally trained and Technically Qualified Service Technician. The contractor shall provide a field service report, which includes incomming inspection and outgoing inspection photos for all work actions performed, to Biomedical Engineering Division upon completion of work. Such documentation shall be in accordance with current regulations and industry standard practice. Contractor?s Responsibilities: Performance: The Contractor shall be either called to come and pick up or sent the equipment for the repair. If equipment needs to be sent to contractor for repair, Contractor will provide paperwork and account information for shipment. If estimated repair time will exceed forth-eight (48) hours, a loaner must be provided. The Head of Materiels Management Department shall be notified by the Contractor immediately so that appropriate action may be taken. The contractor shall furnish maintenance service support to include as a minimum corrective and preventive maintenance for the instruments toensure that it is kept in good operating condition. The contractor shall provide travel necessary to keep the instruments in good operating condition and meet all published specifications listed by the original equipment manufacturer. Preventive Maintenance: The Contractor shall comply with the original equipment manufacturer?s preventive maintenance procedures, and shall include as a minimum lubrication, cleaning, functional checks and adjustments, measurements, and other maintenance to keep the equipment in good operating condition. All field service reports shall be documented using reference to the equipment serial # and contract Purchase Order Number. All field service reports shall be sent to the Biomedical Engineering Division for service history documentation requirements. Work Verification and Maintenance Records: The Contractor shall only respond to service requests from Biomedical Engineering Division Personnel. For On-site service located at the Naval Hospital Pensacola, Building 2268, the contractor shall check in at the Materiel Management Receiving Building for a temporary Vendor Badge, and then to Biomedical Engineering Division prior to performing any work. Parts Availability Maintenance action shall not be delayed for more than twenty-four (24) hours due to awaiting parts. All replacement parts shall be new and of first rate quality. Point of Contact: The contractor shall provide a point of contact for all maintenance/repair service that is required. This information shall include the name, address, and telephone number of contractor service personnel. Credentialing The Contractor shall provide when asked for, documentation indicating the Technician is certified/qualified to perform such maintenance and or repairs. Note: Contractor shall provide a minimal and a maximum repair cost for each level of repair. PERIOD OF COVERAGE: October 1, 2004 through September 30, 2005 1. Contractor shall provide Level I, Rigid Scope Repair. Level I shall consist of but not limited to: complete disassemble, resureface objective lens, Polish and re-bond Fibers, Replace a minimum of one (1) Broken Rod Lens, Adjust Lens Spacing, Complete Optical Cleaning, Re-align Ocular Test, and Video Camera Test. Minimal Charge ________________ Maximum Charge _________________ 2. Contractor shall provide Level II, Rigid Scope Repair. Level II shall consist of: Complete Disassemble, Re-surface Objective Lens, Polish and Re-bond Fibers, Replace a minimum of two (2) Broken Rod Lens, adjust Lens Spacing, Complete Optical Celaning, Re-align Ocular Test, Replace Objective Lens System, Rebuild Ocular Housing, Replace Eyepiece, and Video Camera Test. Minimal Charge _________________ Maximum Charge _________________ 3. Contractor shall provide Level III, Rigid Scope Repair, Level III shall consist of: Complete Disassemble, Resurface Objective Lens, Polish and Rebond Light Fibers. Re-align Ocular Test, Replace Complete Lens System, Rebuild Ocular Housing, Replace Fiber Optics, Replace Broken Lens Tubing, Replace Eyepiece, and Video Camera Test. Minimal Charge _______________ Maximum Charge _________________ 4. Contractor shall provide Minor Repair of Flexible Scope. Minor Repair shall consist of: Clear Air/Water Channels. Repair Water Connector, Replace Bending Section Sheath, Tighten Knobs and Adjust Angulation, Elevator Wire Adjustment, and Resurface Distal Tip Lens. Minimal Charge ________________ Maximum Charge ___________________ 5. Contractor shall provide Major Repair to Flexible Scopes, Major repairs shall consist of: Replace/Repair Air/Water Channels, Replace/Repair Biopsy Channel, Major Fluid Invasion, Replace/Repair Light Fiber, Ocular Rebuild CD Chip Scopes. Replace/Repair Suction Cylinder, Replace/Repair Elevator Wire. Replace/Repair Elevator Control Knob. Replace/Repair Angulation Control Knob. Replace/Repair Twisted Insertion Tube, and Replace/Repair Distal Tip Lens. Minimal Charge ________________ Maximum Charge __________________ 6. Contractor shall provide Complete Overhaul of Flexible Scopes. Overhaul shall consist of but not limited to: Replacement of Insertion Tube, Rebuilding Bending Section, Replacement of Angulation Wires, Replacement of Angulation Wire Coil Pipes, Replacement of Biopsy Channel, Adjustment of Angulation and Replacement of Bending Section Sheath. Minimal Charge _________________ Maximum Charge _________________ 7. Contractor shall provide Surgical Camera Repair. Repair to consist of Cleaning Internal Componenets and Reseal, Replace Ground Strap, Replace Front Glass Window, Replace Camera Cable, Remove Fluid Invasion, Clean Internal Component and Reseal. Rebuild Camera Head (Includes Components on Board) Replace Connectors at Camera Console. Minimal Charge _________________ Maximum Charge _________________ 8. Contractor shall provide Light Cord Repair. Repair to consist of Replacement of Light Fibers, Replacement of Outer Sheathing, Polish and Retain End Fittings to ensure proper fit. Minimal Charge _________________ Maximum Charge _________________ 9. Contractor shall provide Air Hose Repair. Repair to consist of Replace/Repair of Inner Hose, Replace Outer Hose, Replace. Repair Ferrules and O-Rings. Retain and Reuse Fittings to ensure proper fit. Minimal Charge _________________ Maximum Charge _________________ 10. Contractor shall provide Pneumatic Power Air Electric Equipment Repair. Repair to consist of Replace/Repair the following: Replace/Repair as needed: Seals, Replace Roto Vanes, Replace Gears, Replace Washers, Replace O-Rings, Repair Locking Mechanism, Repair Switches, Re-align Shaft, Lubricate, Clean, Adjust and Test all units. Minimal Charge _______________ Maximum Charge _________________ PERIOD OF COVERAGE: October 1, 2005 through September 30, 2006 11. Contractor shall provide Level I, Rigid Scope Repair. Level I shall consist of but not limited to: complete disassemble, resureface objective lens, Polish and re-bond Fibers, Replace a minimum of one (1) Broken Rod Lens, Adjust Lens Spacing, Complete Optical Cleaning, Re-align Ocular Test, and Video Camera Test. Minimal Charge ________________ Maximum Charge _________________ 12. Contractor shall provide Level II, Rigid Scope Repair. Level II shall consist of: Complete Disassemble, Re-surface Objective Lens, Polish and Re-bond Fibers, Replace a minimum of two (2) Broken Rod Lens, adjust Lens Spacing, Complete Optical Celaning, Re-align Ocular Test, Replace Objective Lens System, Rebuild Ocular Housing, Replace Eyepiece, and Video Camera Test. Minimal Charge _________________ Maximum Charge _________________ 13. Contractor shall provide Level III, Rigid Scope Repair, Level III shall consist of: Complete Disassemble, Resurface Objective Lens, Polish and Rebond Light Fibers. Re-align Ocular Test, Replace Complete Lens System, Rebuild Ocular Housing, Replace Fiber Optics, Replace Broken Lens Tubing, Replace Eyepiece, and Video Camera Test. Minimal Charge _______________ Maximum Charge _________________ 14. Contractor shall provide Minor Repair of Flexible Scope. Minor Repair shall consist of: Clear Air/Water Channels. Repair Water Connector, Replace Bending Section Sheath, Tighten Knobs and Adjust Angulation, Elevator Wire Adjustment, and Resurface Distal Tip Lens. Minimal Charge ________________ Maximum Charge ___________________ 15. Contractor shall provide Major Repair to Flexible Scopes, Major repairs shall consist of: Replace/Repair Air/Water Channels, Replace/Repair Biopsy Channel, Major Fluid Invasion, Replace/Repair Light Fiber, Ocular Rebuild CD Chip Scopes. Replace/Repair Suction Cylinder, Replace/Repair Elevator Wire. Replace/Repair Elevator Control Knob. Replace/Repair Angulation Control Knob. Replace/Repair Twisted Insertion Tube, and Replace/Repair Distal Tip Lens. Minimal Charge ________________ Maximum Charge __________________ 16. Contractor shall provide Complete Overhaul of Flexible Scopes. Overhaul shall consist of but not limited to: Replacement of Insertion Tube, Rebuilding Bending Section, Replacement of Angulation Wires, Replacement of Angulation Wire Coil Pipes, Replacement of Biopsy Channel, Adjustment of Angulation and Replacement of Bending Section Sheath. Minimal Charge _________________ Maximum Charge _________________ 17. Contractor shall provide Surgical Camera Repair. Repair to consist of Cleaning Internal Componenets and Reseal, Replace Ground Strap, Replace Front Glass Window, Replace Camera Cable, Remove Fluid Invasion, Clean Internal Component and Reseal. Rebuild Camera Head (Includes Components on Board) Replace Connectors at Camera Console. Minimal Charge _________________ Maximum Charge _________________ 18. Contractor shall provide Light Cord Repair. Repair to consist of Replacement of Light Fibers, Replacement of Outer Sheathing, Polish and Retain End Fittings to ensure proper fit. Minimal Charge _________________ Maximum Charge _________________ 19. Contractor shall provide Air Hose Repair. Repair to consist of Replace/Repair of Inner Hose, Replace Outer Hose, Replace. Repair Ferrules and O-Rings. Retain and Reuse Fittings to ensure proper fit. Minimal Charge _________________ Maximum Charge ________________ 20. Contractor shall provide Pneumatic Power Air Electric Equipment Repair. Repair to consist of Replace/Repair the following: Replace/Repair as needed: Seals, Replace Roto Vanes, Replace Gears, Replace Washers, Replace O-Rings, Repair Locking Mechanism, Repair Switches, Re-align Shaft, Lubricate, Clean, Adjust and Test all units. Minimal Charge _______________ Maximum Charge _______________ NOTE: Contractor shall provide available LONER equipment as requested by Biomedical Engineering Personnel. Loaners shall be provided at NO COST to the Government.
- Place of Performance
- Address: Naval Hospital Pensacola, 6000 West Highway 98, Building 2269, Pensacola FL
- Zip Code: 32512
- Country: USA
- Zip Code: 32512
- Record
- SN00643827-W 20040815/040813212813 (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 |