Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2006 FBO #1558
SOLICITATION NOTICE

J -- Maintenance of Cell Washers

Notice Date
3/1/2006
 
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, NMC Portsmouth, 54 Lewis Minor St, Portsmouth, VA, 23708-2297
 
ZIP Code
23708-2297
 
Solicitation Number
N00183-05-T-0224
 
Response Due
3/3/2006
 
Archive Date
3/18/2006
 
Description
VENDOR TO COMPLETE THE FOLLOWING: TIN: CAGE: DUNS: Vendor Point of Contact: Phone: Vendor E-Mail: Fax: Payment in Arrears (Check One): Monthly Quarterly Semi-Annually Annually Note: Vendor will be required to provide billing electronically via the WAWF Electronic Invoicing Method per Section G of this RFQ. 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 Request for Quotation (RFQ) Number N00183-05-T-0224 on all correspondence relating to this RFQ. GOVERNMENT RESERVES THE RIGHT TO MAKE AWARD BASED ON AN ?ALL OR NONE EVALUATION.? Section B - Supplies or Services and Prices ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001 Base Year Contract for period 10 March 2006 through 30 September 2006 for Maintenance on Cell Saver, Centrifuge Tabletop, low-speed nonrefrigerated cell washing systems as identified in the following contract line items and in accordance with Statement of Work, Section C. FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1002 6 Months One (1) Cell Saver 5, Centrifuge Tabletop, low-speed, nonrefrigerated, cell washing, Manufacturer Haemonetics, Model: CS-5, Serial Number 96J096, PA# 0018303663. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1003 6 Months One (1) Cell Saver 5, Centrifuge Tabletop, low-speed, nonrefrigerated, cell washing, Manufacturer Haemonetics, Model: CS-5, Serial Number 96J101, PA# 0018303664 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1004 6 Months One (1) Cell Saver 5, Centrifuge Tabletop, low-speed, nonrefrigerated, cell washing, Manufacturer Haemonetics, Model: CS-5, Serial Number Serial# 96J100, PA #0018303665. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001 OPTION LOT II Option Year I Contract for the period 01 October 2006 through 30 September 2007 for Annual Maintenance on Cell Saver, Centrifuge Tabletop, low-speed nonrefrigerated cell washing systems as identified in the following contract line items and in accordance with Statement of Work, Section C. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2002 12 Months OPTION One (1) Cell Saver 5, Centrifuge Tabletop, low-speed, nonrefrigerated, cell washing, Manufacturer Haemonetics, Model: CS-5, Serial Number 96J096, PA# 0018303663. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2003 12 Months OPTION One (1) Cell Saver 5, Centrifuge Tabletop, low-speed, nonrefrigerated, cell washing, Manufacturer Haemonetics, Model: CS-5, Serial Number 96J101, PA# 0018303664 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2004 12 Months OPTION One (1) Cell Saver 5, Centrifuge Tabletop, low-speed, nonrefrigerated, cell washing, Manufacturer Haemonetics, Model: CS-5, Serial Number Serial# 96J100, PA #0018303665. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001 OPTION LOT III Option Year II Contract for the period 01 October 2007 through 30 September 2008 for Annual Maintenance on Cell Saver, Centrifuge Tabletop, low-speed nonrefrigerated cell washing systems as identified in the following contract line items and in accordance with Statement of Work, Section C. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3002 12 Months OPTION One (1) Cell Saver 5, Centrifuge Tabletop, low-speed, nonrefrigerated, cell washing, Manufacturer Haemonetics, Model: CS-5, Serial Number 96J096, PA# 0018303663. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3003 12 Months OPTION One (1) Cell Saver 5, Centrifuge Tabletop, low-speed, nonrefrigerated, cell washing, Manufacturer Haemonetics, Model: CS-5, Serial Number 96J101, PA# 0018303664 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3004 12 Months OPTION One (1) Cell Saver 5, Centrifuge Tabletop, low-speed, nonrefrigerated, cell washing, Manufacturer Haemonetics, Model: CS-5, Serial Number Serial# 96J100, PA #0018303665. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4001 OPTION LOT IV Option Year III Contract for the period 01 October 2008 through 30 September 2009 for Annual Maintenance on Cell Saver, Centrifuge Tabletop, low-speed nonrefrigerated cell washing systems as identified in the following contract line items and in accordance with Statement of Work, Section C. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4002 12 Months OPTION One (1) Cell Saver 5, Centrifuge Tabletop, low-speed, nonrefrigerated, cell washing, Manufacturer Haemonetics, Model: CS-5, Serial Number 96J096, PA# 0018303663. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4003 12 Months OPTION One (1) Cell Saver 5, Centrifuge Tabletop, low-speed, nonrefrigerated, cell washing, Manufacturer Haemonetics, Model: CS-5, Serial Number 96J101, PA# 0018303664 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4004 12 Months OPTION One (1) Cell Saver 5, Centrifuge Tabletop, low-speed, nonrefrigerated, cell washing, Manufacturer Haemonetics, Model: CS-5, Serial Number Serial# 96J100, PA #0018303665. Section C - Descriptions and Specifications 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 Department of Defense owned 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 (BME), 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. Government furnished property, Materials and Services. a. The Contractor representative(s) at each site may request a pre-maintenance inspection prior to the onset of the contract. Any equipment found to be inoperable during this pre-maintenance inspection would be repaired using a separate purchase order. 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. 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. 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. 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. 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. 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. 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 Biomedical Engineering (BME) 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 (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, 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 two (2) times per year. b. The Government shall select the months in which preventive maintenance services are to be performed. The preventive maintenance visits for the Base year shall be performed during the following months: March 2006 and September 2006. Preventive maintenance services for the option years, shall be performed as follows: Lot II, Option Year I ? March 2007 and September 2007 Lot III, Option Year II ? March 2008 and September 2008 Lot IV, Option Year III ? March 2009 and September 2009 (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 within calibration shall be in compliance with Joint Commission on Accreditation of Healthcare Organization (JCAHO), Original Equipment Manufacturer (OEM) and Federal Drug Administration (FDA) standards. 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 (BME), 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. Each level of service shall include all parts to be furnished by the Contractor at No cost to the Government, unless otherwise indicated. Any/all exclusions are listed as follows: NO EXCLUSIONS f. 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. Whenever the repair of equipment cannot be performed at the Government site as determined by the Contractor, the Contractor shall notify (BME) who will make arrangements for the Contractor to remove the item to the Contractor?s designated site. The Contractor may be required to sign a Government form accepting responsibility for the Government equipment. 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. 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. CLAUSES INCORPORATED BY REFERENCE 252.246-7000 Material Inspection And Receiving Report MAR 2003 52.242-15 Stop-Work Order AUG 1989 Section G - Contract Administration Data Section I - Contract Clauses CLAUSES INCORPORATED BY REFERENCE 52.203-3 Gratuities APR 1984 52.213-2 Invoices APR 1984 52.215-8 Order of Precedence--Uniform Contract Format OCT 1997 52.217-8 Option To Extend Services NOV 1999 52.219-3 Notice of Total HUBZone Set-Aide JAN 1999 52.219-6 Notice Of Total Small Business Set-Aside JUN 2003 52.219-6 Alt I Notice of Total Small Business Set-Aside (Jun 2003) - Alternate I OCT 1995 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans DEC 2001 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-42 Statement Of Equivalent Rates For Federal Hires MAY 1989 52.222-47 Service Contract Act (SCA) Minimum Wages And Fringe Benefits MAY 1989 52.222-49 Service Contract Act -- Place Of Performance Unknown MAY 1989 52.226-1 Utilization Of Indian Organizations And Indian-Owned Economic Enterprises JUN 2000 52.232-1 Payments APR 1984 52.232-8 Discounts For Prompt Payment FEB 2002 52.232-23 Alt I Assignment of Claims (Jan 1986) - Alternate I APR 1984 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.237-3 Continuity Of Services JAN 1991 52.243-1 Alt I Changes--Fixed Price (Aug 1987) - Alternate I APR 1984 52.243-5 Changes and Changed Conditions APR 1984 52.244-6 Subcontracts for Commercial Items DEC 2004 52.246-1 Contractor Inspection Requirements APR 1984 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A NOV 2003 252.219-7011 Notification to Delay Performance JUN 1998 252.225-7001 Buy American Act And Balance Of Payments Program JUN 2005 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.225-7016 Restriction On Acquisition Of Ball and Roller Bearings JUN 2005 252.232-7003 Electronic Submission of Payment Requests JAN 2004 252.232-7010 Levies on Contract Payments SEP 2005 252.243-7001 Pricing Of Contract Modifications DEC 1991 52.213-4 TERMS AND CONDITIONS--SIMPLIFIED ACQUISITIONS (OTHER THAN COMMERCIAL ITEMS) (JUL 2005) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (JUL 2005) 52.222-48 EXEMPTION FROM APPLICATION OF SERVICE CONTRACT ACT PROVISIONS FOR CONTRACTS FOR MAINTENANCE, CALIBRATION, AND/OR REPAIR OF CERTAIN INFORMATION TECHNOLOGY, SCIENTIFIC AND MEDICAL AND/OR OFFICE AND BUSINESS EQUIPMENT--CONTRACTOR CERTIFICATION (AUG. 1996) 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.arnet.gov/far PRIVACY AND SECURITY OF PROTECTED HEALTH INFORMATION (a) Definitions. As used in this clause: Individual has the same meaning as the term ``individual'' in 45 CFR 164.501 and 164.103 and shall include a person who qualifies as a personal representative in accordance with 45 CFR 164.502(g). Section K - Representations, Certifications and Other Statements of Offerors 52.204-8 Annual Representations and Certifications JAN 2005 52.204-3 TAXPAYER IDENTIFICATION (OCT 1998) 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (MAY 2004) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 811219. (2) The small business size standard is $6.0 Mil. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b) Representations. (1) The offeror represents as part of its offer that it ( ) is, ( ) is not a small business concern. Section L - Instructions, Conditions and Notices to Bidders 52.214-34 Submission Of Offers In The English Language APR 199 52.214-35 Submission Of Offers In U.S. Currency APR 1991 CLAUSES INCORPORATED BY FULL TEXT 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.arnet.gov/far (End of provision Section M - Evaluation Factors for Award CLAUSES INCORPORATED BY REFERENCE 52.217-4 Evaluation Of Options Exercised At The Time Of Contract Award JUN 1988 52.217-5 Evaluation Of Options JUL 1990 Prospective bidders may contact the Contract Specialist for complete copy of this RFQ incorporating all clauses, terms and conditions.
 
Place of Performance
Address: Naval Medical Center, Laboratory/Blood Bank, Charette Health Care Center, Bldg 2, 27 Effingham Street, Portsmouth, VA
Zip Code: 23708
Country: USA
 
Record
SN00997168-W 20060303/060301212755 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.