SOLICITATION NOTICE
66 -- maintenance of Lab Furnace
- Notice Date
- 5/5/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMC Portsmouth, 54 Lewis Minor St, Portsmouth, VA, 23708-2297, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- N00183-07-T-0071
- Response Due
- 5/11/2007
- Archive Date
- 5/26/2007
- Small Business Set-Aside
- Total Small Business
- Description
- Fill in Blanks: TIN (tax ID): ________________ CAGE: ________________ DUNS: __________________ Vendor Point of Contact: ______________________Phone: ____________________ Vendor email: ______________________ Navy Enviromental Health Center POC: CIHL Det San Deigo, CA Vendors quoted price shall be inclusive of all cost including parts, labor and travel. Payment Monthly, 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 N00183-07-T-0071 on all inquires. Government reserves the right to: (1) award based on an "All or Nothing Evaluation". (2) award a ?Best Value? requirement. Vendors with superior past performance histories may be given 1st consideration. PROMPT PAYMENT For Prompt Payment Act Purposes, this contract is: Subject to the 7-calender day constructive acceptance period. Section B - Supplies or Services and Prices ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Maintenance for the Period FFP 18 May 07 through 17 May 08 FOB: Destination MILSTRIP: N6854607RCC5046 PURCHASE REQUEST NUMBER: N6854607RCC5046 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AA 12 Months Maintenance in Accordance with Section C FFP on 1 ea. Instruments-2 Furnaces System Model # SIMAA6000 Serial # 5325 Manufacturer: PerkinElmer Location: CHI Det San Deigo, CA Note that system also includes total maintenance of the following: FURNACE AUTOSAMPLER MODEL AS72 SERIAL # 2094 INSTRUMENT OPERATING AA SOFTWARE SERIAL # 5325 FOB: Destination MILSTRIP: N6854607RCC5046 PURCHASE REQUEST NUMBER: N6854607RCC5046 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AB 12 Months Maintenance in Accordance with Section C FFP on 1 ea. Instruments-2 Furnaces System Model # AANALYST600 Serial # 601S3030104 Manufacturer: PerkinElmer Location: CHI Det San Deigo, CA Note that system includes total maintenance of the following: AASOFTWARE (AA WINLAB SOFTWARE) SERIAL # 601S3030104 AS800 FURNACE AUTOSAMPLER SERIAL # 801S3031001 FOB: Destination MILSTRIP: N6854607RCC5046 PURCHASE REQUEST NUMBER: N6854607RCC5046 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 OPTION Maintenance for the Period FFP 18 May 08 through 17 May 09 FOB: Destination MILSTRIP: N6854607RCC5046 PURCHASE REQUEST NUMBER: N6854607RCC5046 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002AA 12 Months OPTION Maintenance in Accordance with Section C FFP on 1 ea. Instruments-2 Furnaces System Model # SIMAA6000 Serial # 5325 Manufacturer: PerkinElmer Location: CHI Det San Deigo, CA Note that system also includes total maintenance of the following: FURNACE AUTOSAMPLER MODEL AS72 SERIAL # 2094 INSTRUMENT OPERATING AA SOFTWARE SERIAL # 5325 FOB: Destination MILSTRIP: N6854607RCC5046 PURCHASE REQUEST NUMBER: N6854607RCC5046 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002AB 12 Months OPTION Maintenance in Accordance with Section C FFP on 1 ea. Instruments-2 Furnaces System Model # AANALYST600 Serial # 601S3030104 Manufacturer: PerkinElmer Location: CHI Det San Deigo, CA Note that system includes total maintenance of the following: AASOFTWARE (AA WINLAB SOFTWARE) SERIAL # 601S3030104 AS800 FURNACE AUTOSAMPLER SERIAL # 801S3031001 FOB: Destination MILSTRIP: N6854607RCC5046 PURCHASE REQUEST NUMBER: N6854607RCC5046 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 OPTION Maintenance for the Period FFP 18 May 09 through 17 May 10 FOB: Destination MILSTRIP: N6854607RCC5046 PURCHASE REQUEST NUMBER: N6854607RCC5046 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003AA 12 Months OPTION Maintenance in Accordance with Section C FFP on 1 ea. Instruments-2 Furnaces System Model # SIMAA6000 Serial # 5325 Manufacturer: PerkinElmer Location: CHI Det San Deigo, CA Note that system also includes total maintenance of the following: FURNACE AUTOSAMPLER MODEL AS72 SERIAL # 2094 INSTRUMENT OPERATING AA SOFTWARE SERIAL # 5325 FOB: Destination MILSTRIP: N6854607RCC5046 PURCHASE REQUEST NUMBER: N6854607RCC5046 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003AB 12 Months OPTION Maintenance in Accordance with Section C FFP oon 1 ea. Instruments-2 Furnaces System Model # AANALYST600 Serial # 601S3030104 Manufacturer: PerkinElmer Location: CHI Det San Deigo, CA Note that system includes total maintenance of the following: AASOFTWARE (AA WINLAB SOFTWARE) SERIAL # 601S3030104 AS800 FURNACE AUTOSAMPLER SERIAL # 801S3031001 FOB: Destination MILSTRIP: N6854607RCC5046 PURCHASE REQUEST NUMBER: N6854607RCC5046 NET AMT Section C - Descriptions and Specifications CLAUSES INCORPORATED BY FULL TEXT EQUIPMENT SERVICE/MAINTENANCE CONTRACT STATEMENT OF WORK FOR THE FOLLOWING: 1. GRAPHITE FURNACE AA SIMAA 6000 SERIAL # 5325 2. FURNACE AUTOSAMPLER MODEL AS72 SERIAL # 2094 3. INSTRUMENT OPERATING AA SOFTWARE SERIAL # 5325 4. AANALYST600 (AA INSTRUMENT-GFF) SERIAL # 601S3030104 5. AASOFTWARE (AA WINLAB SOFTWARE) SERIAL # 601S3030104 6. AS800 FURNACE AUTOSAMPLER SERIAL # 801S3031001 GENERAL REQUIREMENTS: The effort required hereunder should be performed in accordance with Statement of work and in accordance with all other terms and conditions set forth herein. Vendor to be responsible for total maintenance of all equipment listed, including all systems, subsystem components, and assemblies, (i.e.: contractor responsible for total maintenance of entire system). All maintenance provisions shall apply to hardware, firmware, and software, as appropriate, unless otherwise stated. Vendor price shall be inclusive of all cost including parts, labor and any required travel. The Contractor shall comply with Federal, State, and Local Laws, plus any Federal Regulations as applicable to the performance of this contract. The Contractor shall not accept any instructions issued by any person employed by the U. S. Government, other than: the Contracting Officer (KO), or end user, all acting within the limits of their authority. The Contractor shall be qualified / authorized by the Original Equipment Manufacturer (OEM) in the repair of all equipment listed within this contract. Contractor shall maintain qualifications throughout entire contract period. Qualification includes but not limited to the certification of all repair persons and repair facilities by the OEM as being trained / qualified to perform required repairs. Qualifications must be current (within 2 years) The Government shall maintain the right to seek proof of qualification prior to award and anytime during contract period of performance. The contractor shall provide all services, materials and equipment necessary for the maintenance of the Graphite Furnace Atomic Absorption Spectrometers: AA Instrument Model: SIMAA 6000; the Autosampler Model # AS72; and the Instrument operating AA Software, AANALYST-600; with the accompanying proprietary WinLab Software, and the AS800 Furnace Autosampler, located in the Comprehensive Industrial Hygiene Laboratory (CIHL), Naval Base, at the Navy Environmental Health Center (NEHC) Detachment, San Diego, CA 92136, to ensure dependable and reliable operation of the equipment. The scope of work performed under these specifications as defined by the original equipment manufacturer (OEM). INSPECTION shall include cleaning, lubrication, verifying electronic calibration, mechanical and electrical adjustments and installation of all necessary parts. 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. 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. 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. The Contractor representative(s) at each site is encouraged to request a pre-maintenance inspection prior to the onset of the contract. As all apparent discrepancies must be identified upon submittal of quote, any and all claims must be received within 30 days of contract award or prior to contract start which ever occurs first. All non-apparent / hidden discrepancies, must be identified no later that the first scheduled preventative maintenance. Any claims resulting from hidden defects must be received within 30 days of first scheduled preventative maintenance. Any equipment found to be inoperable during this pre-maintenance inspection would be repaired using a separate purchase order. The cost of repairs shall not exceed contractor?s normal retail rate for required repairs. 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. The Government reserves the right to request the repair (at no additional cost to the Government) of items identified with latten defects after contract termination, when it has been determined that defects either are a result of contractor?s performance or should have been discovered during normal performance of work under this contract. 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. The Government will operate the system in accordance with the instruction manual provided by the OEM. 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. THE CONTRACTOR SHALL PERFORM THE FOLLOWING FUNCTIONS: 1. Perform routine and emergency maintenance on the Govt. owned instrument listed above. 2. Perform all maintenance to OEM and industry standards. 3. Insure that only FULLY QUALIFIED FIELD ENGINEERS AND TECHNICIANS, who have completed original equipment manufacturer (OEM) for the above mentioned equipment, shall be employed in the performance of any and all work performed under this contract. The highest standard of professional capability and electrical/mechanical workmanship is to be maintained throughout the life of this contract. 4. Make repairs to the extent necessary (as determined by inspection tests or disassembly) to ensure a functional system that will efficiently serve its intended purpose. 5. Correct inoperable condition in a timely manner including service response time of no later than (48) forty-eight hours after telephone notification, to a daytime 8 hour, 365 day, monitored contractor telephone number to be provided by the contractor, to the Comprehensive Industrial Hygiene Laboratory and the Purchasing Division immediately upon contract award. 6. Check, clean, adjust and calibrate operation and scanning functions regularly and according to written schedule. 7. Replace worn, failed or doubtful components and parts including worn or frayed electrical wire or power cords. Where statistical data on similar equipment indicated failure point is approaching for any component, said component will be repaired or replace in advance to prevent system downtime/failure. 8. Provide work necessary to restore the equipment to a serviceable/operating condition by adjustments, replacement parts, or minor repairs when it is determined that extensive repairs and parts replacement are not necessary. 9. Install upgraded components and make system modification and improvements on a regular basis that is recommended by the manufacturer. Equipment improvements/modifications shall be made only or written approval and direction of the Comprehensive Industrial Hygiene Laboratory of NEHC. 10. Notify the Comprehensive Industrial Hygiene Laboratory of NEHC immediately upon receipt of OEM or replacement parts/equipment safety recall notices. 11. Insure that original design and functional capabilities will not be changed, modified, or altered unless the Comprehensive Industrial Hygiene Laboratory of NEHC authorizes such changes. 12. Provide suitable modern recommended repair equipment/tools required for the satisfactory execution of all repairs made. 13. Furnish manufacturer OEM approved lubricants and lubricate wear points within the equipment. 14. Insure that all work areas are properly cleaned of all repair/maintenance work residual immediately after completion of service call. 15. Extend to the Government all commercial warranties on replacement parts, consistent with standard industry practices. 16. Maintain an adequate spare parts inventory on parts with a history of high failure/replacement rates in an established service facility located geographically to permit a forty-eight (48) hour service call response arrival at Comprehensive Industrial Hygiene Laboratory of NEHC. SPECIAL CONDITIONS: TITLE TO EQUIPMENT: The contractor will not assume possession or control of any part of the equipment. The Government retains ownership to title thereof. LIABILITY: The contractor shall not be liable for any loss, damage, or delay due to any cause beyond his reasonable control including, but not limited to, acts of government, strikes, lockouts, fire, explosion, theft, floods, riot, civil commotion, war, malicious mischief or acts of God. UTILITIES: The contractor may use Government utilities, (electrical power, compressed air, and vacuum) that is available and required for any service performed under this contract. Contractor electrical equipment must be approved by the building engineer to ensure compatibility with Comprehensive Industrial Hygiene Laboratory of NEHC electrical wiring and equipment. Vendor will be responsible to supply all tooling including adapters to Government utilities. ACCESS TO EQUIPMENT: Contractor personnel shall first report to the Laboratory Director, CIHL, or his designated representative, prior to commencement of any work under this contract. The contractor will be provided reasonable access to all equipment that is to be serviced and utility outlets required to the service. The contractor will be free to start and stop all primary equipment incidental to the operation of the maintained equipment after permission is received from Laboratory Director, CIHL, or his designated representative, responsible for such equipment. GOVERNMENT PERSONNEL: Comprehensive Industrial Hygiene Laboratory of NEHC employees will not perform maintenance or attempt repairs to equipment while such equipment is under the purview of this contract unless agreed to in writing by the contractor: MAINTENANCE INSPECTION DEFINITION: One (1) scheduled Preventive Maintenance visit per year shall be performed to ensure proper equipment function. The work must be provided as defined above by a qualified technician. Scheduling of maintenance shall be per mutually agreed upon time frame between the vendor and the Government and shall be schedules as a minimum of 2 weeks in advance. PARTS AVAILABILITY: To ensure minimal downtime to equipment, the contractor shall maintain replacement parts and materials necessary to perform each task or supply said parts and materials within two (2) days. 1. Parts/Supplies Quality: Parts and supplies provided under this contract shall be guaranteed to be equal in all respects, including performance, interchangeability, durability and quality to the OEM parts with new or as presently recommended by the manufacturer. 2. All replacement parts shall be new and certified as OEM replacement parts. In the event that new parts are not available, rebuilt parts and sub-assemblies are allowed provided that they are warranted to be free of defects for a period of time that meets or exceeds warranties of similar replacement parts. The contractor shall specifically annotate on the final Field Service report the use and identification of rebuilt parts and the period of warranty. When discrepancies occur, the Government will make the final determination on whether a replacement part is of equal or better quality 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 from Naval Hospital Camp Lejeune (i.e. obtain property pass for material) to the Contractor?s designated site. The Contractor may be required to sign a Government form accepting responsibility for the Government equipment. The Contractor shall provide a detailed description of removed items. For associated items / accessories, contractor to provide a detailed description and quantities of items to be removed. Description to include as a minimum manufacturers serial numbers and equipment control number (ECN) of all equipment / items removed. In the event that items / sub-assemblies / accessories are repaired via ?Repair by Replacement? a detailed description of replaced items is to be included upon return of repaired components. 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. Service Beyond the Scope of the Contract a. The Contractor shall immediately, but not later than 24 consecutive hours after discovery, notify the Government, 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 Government 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. EQUIPMENT TO BE SERVICED/MAINTAINED IS LOCATED IN THE COMPREHENSIVE INDUSTRIAL HYGIENE LABORATORY, NAVY ENVIRONMENTAL HEALTH CENTER, BUILDING 3235, NAVAL BASE, SAN DIEGO, CA 92136. BUILDING PHONE NO: 619-556-7070. FAX: 619-556-7071. POINT OF CONTACT IS CHARLES A. KUBROCK, PHONE: 619-556-1427. ITEM # 1: GRAPHITE FURNACE ATOMIC ABSORPTION SPECTRO. SIMAA 6000 MANUF NAME: PERKIN ELMER LAS, INC. LOCATION: BLDG: #: 3235, (NEPMU-5) ROOM 210 DECK: 2nd SERIAL: SERIAL # 5325 USE: METAL ANALYSIS ITEM # 2: FURNACE AUTOSAMPLER MODEL AS72 MANUF NAME: PERKIN ELMER LAS, INC. LOCATION: BLDG: #: 3235, (NEPMU-5) ROOM 210 DECK: 2nd SERIAL: SERIAL # 2094 USE: METAL ANALYSIS ITEM # 3: INSTRUMENT OPERATING AA SOFTWARE MANUF NAME: PERKIN ELMER LAS, INC. LOCATION: BLDG: #: 3235, (NEPMU-5) ROOM 210 DECK: 2nd SERIAL: SERIAL # 5325 USE: METAL ANALYSIS ITEM # 4: AANALYST600 AA INSTRUMENT MANUF NAME: PERKIN-ELMER LAS, INC. LOCATION: BLDG: #: 3235, (NEPMU-5) ROOM 210 DECK: 2nd SERIAL: SERIAL # 601S3030104 USE: BLOOD LEAD ANALYSIS ITEM # 5: AA SOFTWARE FOR ABOVE AANALYST600 INSTRUMENT MANUF NAME: PERKIN-ELMER LAS, INC. LOCATION: BLDG: #: 3235, (NEPMU-5) ROOM 210 DECK: 2nd SERIAL: SERIAL # 601S3030104 USE: BLOOD LEAD ANALYSIS ITEM # 6: AS800 FURNACE AUTOSAMPLER MANUF NAME: PERKIN-ELMER LAS, INC. LOCATION: BLDG: #: 3235, (NEPMU-5) ROOM 210 DECK: 2nd SERIAL: SERIAL # 801S3031001 USE: BLOOD LEAD ANALYSIS
- Place of Performance
- Address: CIHL Det San Deigo, NEPMU-5 Naval Base, 3232 Albacore Alley, San Deigo, CA
- Zip Code: 92136
- Country: UNITED STATES
- Zip Code: 92136
- Record
- SN01288490-W 20070507/070505220228 (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 |