Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2006 FBO #1672
SOLICITATION NOTICE

J -- MAINTENANCE AGREEMENT FOR STERIS SYSTEM 1 STERILIZERS

Notice Date
6/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NNMC Bethesda, Bldg 54 8901 Wisconsin Avenue, Bethesda, MD, 20889-5600
 
ZIP Code
20889-5600
 
Solicitation Number
N00168-06-T-6207
 
Response Due
6/30/2006
 
Archive Date
7/15/2006
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION, using Simplified Acquisition Procedures as supplemented with the additional information included in this notice. This notice constitutes the ONLY solicitation; quotes are being requested and a written solicitation WILL NOT be issued. CLOSING DATE: 6/30/06 @ 3:00PM EST. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.arnet.gov/far. YOU ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF 52.212-3 AND 52.222-48 WITH YOUR QUOTE. You MUST be registered in the Central Contractor Registration (CCR) database. To access CCR database log on http://www.ccr.gov. CONTRACT WILL CONSIST OF A BASE YEAR (12 MONTHS) PLUS 2 OPTION YEARS. PROVIDE QUARTERLY PRICING FOR THE BASE AND OPTION YEARS. 1. BASE PERIOD ? LOT I PERIOD: 03 JUL 06 THRU 02 JUL 07 MODEL 99A2 STERIS SYSTEM 1 STERILIZERS S/N?s 303661, 303659, 303655, 303663, 303656, 303652 2. OPTION I ? LOT II PERIOD: 03 JUL 07 THRU 02 JUL 08 MODEL 99A2 STERIS SYSTEM 1 STERILIZERS S/N?s 303661, 303659, 303655, 303663, 303656, 303652 3. OPTION II ? LOT III PERIOD: 03 JUL 08 THRU 02 JUL 09 MODEL 99A2 STERIS SYSTEM 1 STERILIZERS S/N?s 303661, 303659, 303655, 303663, 303656, 303652 1. Statement of Work. This contract shall provide on-site preventive maintenance inspections and all remedial repairs on "Department of Defense Owned Equipment" located at the National Naval Medical Center, GASTRO DEPT. Equipment details are listed on SF Form 1449, "Solicitation/Contract/Order for Commercial Items". (6) STERIS SYSTEM 1 STERILIZERS SN# 303661, ECN# 81879 SN# 303659, ECN# 81877 SN# 303655, ECN# 81880 SN# 303663, ECN# 81878 SN# 303656, ECN# 81876 SN# 303652, ECN# 81875 1.a. General 1.b. The Contractor shall comply with Federal, State, Local laws, and Federal Regulations as applicable to the performance of this contract. 1.c. The Contractor shall not accept instructions issued by any person employed by the U.S. Government, other than: the Contracting Officer (KO), or Bio-Medical Repair (BMR), all acting within the limits of their authority. 2. Scope of Work 2.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 Preventative Maintenance (PM), Calibration (CAL), Safety testing (ST). 2.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. 2.c. Equipment listed in this contract will be maintained to meet the original equipment manufacturer's (OEM's) specifications. 2.d. Equipment and associated components shall be serviced as listed on: SF Form 1449, "Solicitation/Contract/Order for Commercial Items". 2.e. "Contractor's Point-of-Contact" (POC). The Contractor shall provide in writing; the name and the telephone number of the primary and alternate English-speaking individual to act as their representative for the scheduling and coordination of service calls, and shall be responsible for the coordination of the contract with the Government. 2.f. The Contracting Officer (KO) and Bio-Medical Repair (BMR) shall immediately be notified, in writing, whenever changes are made to the contract. 3. Identification of Contractor Personnel. 3.a. The Government (BMR) will provide 'Identification Badges' to the Contractor. The ID badge must be worn during the performance of services at the Government site, and this badge must be returned to (BMR) prior to contractor's departure. 4. Government Furnished Property, Materials and Services. 4.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, will be repaired using a separate purchase order. Under this contract, the Government certifies that the equipment to be maintained 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 the need for remedial maintenance. The Contractor agrees to leave the equipment in good operating condition at the expiration of this contract. During the last two weeks of this contract, the Government shall make an equipment inspection, and any correction or deficiencies noted during this inspection, shall be resolved prior to contract end. 4.b. If applicable, the Government will furnish expendable supplies consumed during procedural sequence and necessary for the completion of the required maintenance/ services. SEE CLAUSE 10.g. for any exclusions. 4.c. The Contractor shall not be responsible for delays encountered due to the non-availability of Government furnished property. 4.d. The Government will be responsible for maintaining the proper environment, utilities, and site requirements necessary for the equipment to function properly as specified by the OEM. 4.e. The Government will operate the equipment in accordance with the instruction provided in the OEM manual. 4.f. During a service visit, the Government will not be responsible for damage or loss due to fire, theft, accident, or other disasters to contractor's supplies, materials, or personal belongings. 5. Contractor Furnished Property and Material. 5.a. Unless otherwise stated, the Government shall furnish supplies/material referenced in section 4.b; the Contractor shall furnish replacement parts required during the performance of this contract, unless stated in 10.g. 5.b. The Contractor shall provide all service literature, reference publications, laptop computers, and diagnostic software to be used by the contractor service technicians, as required for the completion of the services in accordance with this contract. 6. Replacement Parts. 6.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. 6.b. The Contractor shall replace all worn or defective parts necessary to restore the equipment to a 100% operational condition as specified by the OEM. 6.c. Contractor installed replacement parts shall become the property of Government and malfunctioning parts shall become the property of the Contractor. 6.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. 6.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. 6.f. The Contractor must include software revisions and upgrades (field service changes) required due to a manufacturer announced safety-hazard and FDA recall as part of the contract, at no additional cost to the Government. 7. Specific Tasks. 7.a. Contractor Report Requirements. 7.b. During normal duty hours, Contractor personnel shall check-in with Bio-Medical Repair (BMR), located in Bldg. 3, 3rd Floor, Rm. 248, upon arrival at the Government site and again prior to departure. The Bio-Medical Repair shop can be reached on: 301-295-5515. The Contractor's FSEs shall personally notify (BMR) of problems that result in the equipment being left disabled upon their departure. During other than normal duty hours, Contractor FSEs shall notify the equipment operator designated by (BMR). 7.c. The Contractor shall provide a full service report upon departure or within two (2) days after completion of all service rendered. The service report shall include, but not be limited to: contract number, contractors log number, detailed description of the services(s) performed, replacement part(s) information (part number, part value, nomenclature, unit price, manufacturer. Identify the part as new/used/reconditioned if other than OEM parts are use. Also note the completion date and time. The man-hours expended. The hourly rates normally charged for the type of service performed, and the technicians' name performing the service. 8. Contractor Responsibility. 8.a. The Contractor shall be responsible for all government equipment listed on SF Form 1449 during the period listed in this contract and under his control. 8.b. The Contractor shall be responsible for any damages to Government owned equipment/property and shall replace or repair any property damaged due to the fault of the Contractor or his representatives. All such replacement or repairs shall be at the Contractor's expense and contract officers approval. 8.c. The Contractor shall ensure all areas where equipment is serviced, on-site, shall be left in a clean, neat, safe and orderly condition. To prevent safety hazards, no equipment shall be left pulled out or apart upon Contractor departure from the work site. Equipment being repaired shall be safely secured at all times. 8.d. The Contractor is not responsible for service required due to Government misuse, abuse, or damage to the system or its components when it has been determined that the damage resulted from an act of God. The Contractor has four hours to make this determination and submit it to (BMR) for resolution. 9. Preventative Maintenance Services. 9.a. The Contractor shall, as a minimum, perform all preventative maintenance services in accordance with the OEMs suggested service intervals, unless otherwise stated in 9.b. And the contractor shall supply all parts required to successfully complete the preventive maintenance process at no additional charge to the government. 9.b. The Government will establish the required intervals for the performance of preventative maintenance services. Preventative maintenance shall be performed as follows: (1) TIME(S) PER CONTRACT YEAR. **9.c. The Government shall select the months in which preventative maintenance services are to be performed: FEBRUARY OF EACH CONTRACT YEAR. *Note* The Contractor shall schedule and complete preventative maintenance services prior to the 15th of the selected month. 9.d. The Contractor shall confirm scheduled dates with (BMR) at least five working days prior to performing preventative maintenance services. 9.e. The Contractor shall schedule preventative maintenance for other than peak patient examination times determined by (BMR) at each site. 9.f. The Contractor shall, at a minimum, perform all preventative maintenance services as prescribed by the OEM using a detailed services checklist. The completed checklist shall be provided to the Government with the Contractor's service report. 9.g. All test equipment used in the performance of this contract will be routinely calibrated and the calibration shall be in compliance with Joint Commission on Accreditation of Healthcare Organizations (JCAHO), Original Equipment Manufacturer (OEM) and Federal Drug Administration (FDA) standards. These can be found at www.jcaho.org or www.fda.gov. 10. Remedial Repairs. 10.a. There are two levels of remedial repair response times available. * The Government will indicate by marking an (x) which level of coverage is needed* 1) 24-Hour Emergency Service or; 2) 8:00 a.m. - 5:00 p.m. Normal Working Hour Maintenance Coverage **10.b. _(N/A)_ 24-Hour Emergency Service Monday thru Sunday and scheduled government holidays with a published telephone number that is active 24 hours a day. (No separate charge shall be made for labor, travel or living expenses). *The contractor shall telephonically respond within _()_ hours after receipt of notification of equipment failure, and shall provide on-site service within _()_ hours. Equipment shall be operational within _()_ 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. ***10.c. _(X)_ Normal Working Hour Maintenance Coverage The contractor shall respond Monday thru Friday, between 8:00 a.m. to 5:00 p.m. **EXCLUDING FEDERAL HOLIDAYS. The contractor shall telephonically respond within _(4)_ business hours after receipt of notification of equipment failure, and shall provide on-site service within _(8)_ business hours, (1-day). Equipment shall be operational within _(16)_ business hours, (2-days). **ALL AFTER HOUR REQUESTS FOR SERVICE, SHALL ONLY BE PLACED BY THE (BMR) BIO-MEDICAL REPAIR SHOP** A SEPARATE PURCHASE ORDER WILL BE ISSUED AT THAT TIME. 10.d. All requests for remedial repair, (requests for service), shall be placed by Bio-medical Repair (BMR) personnel. And Bio-medical personnel will contact the Contractor. Remedial Maintenance shall be performed during normal duty hours, unless otherwise indicated above. 10.e. The contractor shall assign a unique log number (reference #) whenever the government requests remedial repairs. 10.f. The Contractor's response to requests for remedial repairs may include telephone consultation between the equipment user/operator and a contractor's field service engineer. The purpose of this telephone consultation shall be: 1) to 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 field service engineer; 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. 10.g. Unless otherwise indicated, each level of service shall include all parts furnished by the Contractor at no additional cost to the Government. **Contract exclusions are listed as follows: CONSUMABLES & EXPENDABLE ITEMS, OVERHAULS, WELDING, REBUILDS, RELOCATIONS, DOOR ASSBEMLIES, LIGHT CAMERAS MONITORS OR ERECORDERS, PUMPS OR MOTORS GREATER THAN $1500, GENERATORS, WATER TANKS, RESERVIORS, TRAYS & LIDS. 10.h. 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. 11. Removal of Government Property. 11.a. When the repair of equipment cannot be performed at the Government site, as determined by the Contractor, the Contractor shall notify (BMR) 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, Optional Form 7 (Property Pass) accepting responsibility for the Government equipment. 11.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. 12. Equipment Modification Upgrades.**NOT COVERED** 12.a. The Contractor shall only incorporate OEM specified modifications, alterations and upgrades. Approval shall be obtained from the (BMR) prior to the Contractor installation of any modification, alteration, or upgrades. **12.b. The Contractor shall perform all OEM field modifications and safety inspections without charge to the Government. 12.c. The Contractor shall maintain contact with the OEM to determine the requirement for field modifications and to ensure accomplishment of these field modifications in accordance with the time schedule set forth by the OEM. 12.d. The Government shall not alter the system without prior notification to the Contractor. 12.e. The contractor shall perform software upgrade(s) at no additional cost to the Government. Installation of upgrades will be left to the discretion of the Government. 13. Service Beyond the Scope of the Contract. 13.a. The Contractor shall immediately, but not later than 24 consecutive hours after discovery, notify (BMR) in writing, of the existence or the development of any defects in/or repair required to the scheduled equipment that the contractor considers they are not responsible for under the terms of this contract. 13.b. At the same time of the notification, the Contractor shall furnish (BMR) with a 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. The following FAR provisions and clauses apply to this solicitation: 52.252-1 Solicitation Provisions Incorporated By Reference FEB 1998 52.212-1 Instruction to Offers- Commercial Item (JAN 2004) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of precedence (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304) 52.212-3 Offeror Representations and Certification-Commercial Items , JAN 2004 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2003 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, JAN 2004 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.222-3 Convict Labor , JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2006 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity, APR 2002 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 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans DEC 2001 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) 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration (OCT 2003)
 
Place of Performance
Address: 8901 WISCONSIN AVENUE, BETHESDA, MD 20889-5600
 
Record
SN01076852-W 20060625/060623221223 (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.