Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2012 FBO #3890
SOURCES SOUGHT

J -- Sources Sought Notice for Preventative Maintenance on Getinge Group USA Inc.'s sterilizers, washers, steam generators, and disinfectors at the Kimbrough Ambulatory Care Center's (KACC) new Operating Rooms, Ft. Meade, MD.

Notice Date
7/17/2012
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ12R0204
 
Response Due
7/20/2012
 
Archive Date
9/18/2012
 
Point of Contact
Debra Parker, (XXX) XXX-XXXX
 
E-Mail Address
Medcom Contracting Center North Atlantic
(debra.j.parker@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NARCO seeks information on commercial vendors that are capable of providing preventive maintenance, safety inspection, software updates, and calibration services to the Kimbrough Ambulatory Care Center's (KACC), Ft Meade, MD, new Operating Room's Getinge Group USA Inc.'s sterilization equipment. Contractor must have access to all original equipment manufacturer (OEM) parts, knowledge, and schematics. A.1.0. SCOPE OF WORK: A.1.1 The contractor shall provide all resources, labor, travel, material, equipment, and management necessary to perform all stated and enclosed preventive maintenance, safety inspection, and calibration, between the stated and predetermined period of performance and perform unlimited routine and emergency on-site service calls on equipment listed. The contractor shall furnish a detailed listing of any parts/services not provided under the terms of this contract. This listing shall contain the part number, nomenclature, normal life expectancy and price, and shall indicate whether the item is an exchange part. It shall become part of the contract. A.1.2. Information herein concerning the equipment to be serviced is furnished from the best available source. The contractor is required to have all necessary access to all equipment diagnostic tools and or software (i.e. passwords). However, this shall not relieve the contractor of the responsibility to arrange for a site visit, and to become thoroughly familiar with the conditions under which the work is to be performed. Point of contact to set up a site visit is: Chief, Equipment Management Branch BLDG 2484 Medical Maintenance Kimbrough Ambulatory Care Center (KACC) Fort Meade, MD 20755 A.1.3. All work shall be performed in a professional manner by an authorized service representative. The service representative shall be manufacturer trained and have no less than 24 months work experience on the equipment listed in Attachment II or on units of similar make and model. The contractor shall furnish training certificates to the Chief, Equipment Management Branch, for all on-site service representatives prior to the onset of any repair or service. If any deficiencies are found due to negligence of the service representative, the contractor shall be required to correct the deficiency to a fully operational status in accordance with manufacturer specifications at no additional cost to the U.S. Government. A.2.0 A.2.1. This contract has one contract price. This price is all inclusive, i.e. all required parts, (unless excluded on detailed listing as required under section A.1.1.), any necessary software-updates, all resources, labor, travel, material, test equipment, and management required to maintain the equipment listed in the schedule in proper operational condition, as described in the manufacturer's literature, are included. Specifically, this coverage shall include: A.2.1.1. One (1) coordinated scheduled calibration/safety inspection, and one (1) preventive maintenance service to be performed during the month indicated above. All unscheduled routine and all emergency service as required. Preventive maintenance shall include the exchange of defective parts and modules, a complete inspection, cleaning, and preventive maintenance of the unit, the exchange of missing or defective covers, lamps, and keys, an inspection or repair of cables, plugs, and wiring, a thorough function test of the input- and safety circuits, and information and training of new personnel. The safety inspection shall include a mechanical check (examination of the casing, the readings, user interfaces, connections, cables, labeling, soiling which would affect safety, etc.), a function test, as services include written documentation of servicing, cleaning, lubrication, adjustments, operational tests, and calibration/verification in accordance with the manufacturer's specifications and all applicable U.S. government and Army regulations. A.2.1.2. All preventive maintenance inspections/verifications/calibrations shall be performed in accordance with the manufacture's service manual or Army Regulations, whichever is more stringent. A.2.1.3. In accordance with MEDCOM directives: Upon completion of calibration, the contractor shall complete a DD Form 2164 and affix a DD Form 2163 to the equipment in accordance with instructions provided in TB 38-750-2. The record of calibration shall include all those requirements specified in TB MED 521, paragraph 10-5, and the information required shall be furnished to the contracting officer or his designated representative. Required DD Forms and extracts from pertinent directives will be furnished to the contractor by the Equipment Management Branch. The contractor will provide a complete listing of all Test. Measurement, and Diagnostic Equipment (TMDE), utilized during maintenance actions to include serial number, model, manufacturer, and calibration date. A.3.0. ROUTINE/EMERGENCY SERVICE: A.3.1. The contractor shall provide unlimited routine/emergency service during normal workdays. Monday through Friday, between 0700-1600 hours. A.3.2. The contractor's qualified service technician shall perform a minimum of one on-site equipment inspection during the contract period. A.3.3. The Contractor's qualified service technician shall be on site to provided unlimited emergency Service (service requiring immediate repair) within 4 hours. The equipment shall be repaired and operational within 48 hours after initial response by the contractor. A.3.4. If the equipment is out of service for longer than 48 hours (from the time of service technician's arrival on site), the contractor shall notify the Chief, Equipment Management Branch, in writing as to the reason(s) (i.e. nonavailability of parts, etc.) for non-compliance with para A.3.2. or A3.3. A.3.5. The U.S. government will make the equipment available to the contractor for servicing at such time and duration necessary to perform needed repairs. A.3.6. The contractor shall only accept calls for service/repairs from the Chief, Equipment Management Branch, or his/her authorized designated representative. A.3.7. Prior to, and upon completion of "any" scheduled or unscheduled service, the contractor service representative must report to the Chief, Equipment Management Branch, or his/her designated representative, during normal duty hours, 0700-1600, Chief, Equipment Management Branch BLDG 2484 Medical Maintenance Kimbrough Ambulatory Care Center (KACC) After normal duty hours and on weekends and Holidays; Administrative Officer of the Day (AOD) BLDG 2484 Kimbrough Ambulatory Care Center (KACC) Fort Meade, MD 20755 The contractors' representative shall sign in/sign out on visitors' log, and will be issued/shall turn in a temporary visitor's badge. On the day services (scheduled and/or unscheduled) are completed, the contractor's service technician shall prepare and initial, legible service report and present it to the Chief, Equipment Management Branch or his/her designated representative for signature. This report will include the following information: (1) Services performed (2) What systems or components failed (reason for call) (3) Start date/time (4) Completion date/time (5) Name of service technician (6) Part numbers, quantities, and prices of replaced parts (7) Travel time (8) Repair time (9) Travel, repair and parts cost In the event that all the necessary information is not available to the service technician at the time of completion of service, the initial service report shall include all information available. The contractor shall provide/fax the remainder of the required information to, Chief of: Equipment Management Branch Kimbrough Ambulatory Care Center (KACC) Fort Meade, MD 20755 within 10 days after completion of service. A.3.8. The contractor "must" obtain authorization from the Chief, Equipment Management Branch, or his/her authorized representative, prior to starting "any" repair that is attributed to instrument abuse, and/or instrument misuse, theft, neglect, fire, and anything else not covered in this contract. If these types of repairs are performed without the prior approval of the Chief, Equipment Management Branch or his/her designated representative, the U.S. Government shall not pay the contractor. If approved, a separate purchase order shall be issued prior to performance. A.3.9 The Government and the contractor will exchange hazard communication information before the commencement of any repair. The contractor will comply with the OSHA lockout/tagout standard while performing maintenance on electrical equipment. A.4.0. THE USE OF CELLULAR PHONES AND 2-WAY RADIOS: The use of cellular phones and 2-way radios is expressly forbidden in all Health Clinics. A.5.0. PAYMENT: Payment shall be made at the end of each quarter for the duration of the contract, after receipt of all complete service reports for any scheduled calibration, preventive maintenance and unscheduled routine and emergency services performed during the respective quarter. Payment will not be made until all such completed service reports containing all required information are in the possession of the Chief, Equipment Management Branch or his/her designated representative. A.6.0 OPERATING SYSTEM VIABILITY: When a total system is contracted for, the contractor is responsible for ensuring that, in the event of published operating system obsolescence, the contractor shall upgrade to a viable operating system if available. The service shall be covered under this contract. In keeping with this service contract, labor for this service shall be at no additional cost. Required purchase information will be furnished for all necessary parts and/or software required to complete the upgrade. The contractor shall ensure all calculations are accurate and successful in the event of an operating system upgrade. The prime contractor is responsible for their subcontractor's products and services provided under this contract. When responding, please submit capability statements by 5:00 pm, 20 July 2012. When responding to this market research, please ensure your submittal references the solicitation number. The Government accepts no responsibility for misplacement of any capabilities statements being submitted without the solicitation number. Small businesses under this requirement are defined under the associated NAICS code for this effort, 811219, as those domestic sources having $19 million or less. Please include your company's size classification in any response to this notice. Companies that are capable of providing preventive maintenance on Getinge sterilization equipment services to NARMC, are requested to email a detailed report describing their abilities to debra.j.parker@us.army.mil no later than the response date for this sources sought notice. The report should include achievable qualifications and any other information relevant to your service or capabilities. Also, the following information is requested to be provided as part of the response to this sources sought notice: 1. Name of the company, POC name, phone number, address and email address; 2. NAICs code; 3. Describe the experience your company has in managing similar program(s). 4. Any other relevant information that is not listed above which the Government should consider in developing its minimum requirements and finalizing its market research. Equipment List: QtyModel #Description 3 ea7331HCSterilization, 61" SD 2 ea8668Clean/Disinf, Vaxjo 2 ea9128Clean/disinf, 9100 HC 2 ea2460RD Clean/Disinf, Sonic S 2 ea433Sterilization 2 eaCAS30Boiler 2 eaHS333Watts RO Modernizati 2 ea5624Warming Cabinet Point of Contact Debra Parker, Acquisition Analyst, Phone (703) 806-0166, Email debra.j.parker@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ12R0204/listing.html)
 
Place of Performance
Address: Kimbrough Ambulatory Care Center, Chief Equipment Management Branch Building 2484 (Medical Maintenance) Fort Meade MD
Zip Code: 20755-5129
 
Record
SN02806141-W 20120719/120718000636-a2ef56262b9809868b24accbed18a452 (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.