Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 01, 2022 SAM #7580
AWARD

66 -- Cost-Per-Reportable-Result Dimension EXL200 Analyzers

Notice Date
8/30/2022 3:20:35 PM
 
Notice Type
Award Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NAVAL MEDICAL CENTER SAN DIEGO CA SAN DIEGO CA 92134-5000 USA
 
ZIP Code
92134-5000
 
Solicitation Number
N0025922F0161
 
Archive Date
09/30/2022
 
Point of Contact
ZHAO LI, Phone: 619-532-9583
 
E-Mail Address
zhao.k.li.civ@mail.mil
(zhao.k.li.civ@mail.mil)
 
Award Number
N0025922F0161
 
Award Date
08/30/2022
 
Awardee
SIEMENS HEALTHCARE DIAGNOSTICS INC. NY 10591-5005 USA
 
Award Amount
214855.42
 
Description
�������������������������������������������������������������������� Statement of Work The requirement is for a cost-per-reportable contract for two (2) Siemens Dimension EXL 200 Analyzers (SN DR270845 & SN DR270837), Chemistry, reagents, maintenance, and consumables for Naval Health Clinic Cherry Point Center (NHCCP). �The contracted shall be capable of performing general Chemistry and immunoassay testing for a minimum annual workload of 128,540 test. The Chemistry Floor analyzers shall be capable of operating in various modes including: continuous, random STAT and batch specimen.� The analyzers shall be capable of processing various adult and pediatric test tubes.� The Chemistry analyzers will require an external water source (for lab grade water) a drainage tube that will be used with the floor drain for operation. The dimensions for the floor model analyzer shall not exceed 73"" L x 36"" W. The electrical requirements: 11SV AC 60HZ Single Phase 20A for both instruments that are on a separate dedicated line with 3-wire distribution to the receptacle is required The vendor shall provide installation, validation testing, onsite and offsite user training and preventive maintenance coverage. �The vendor shall provide validation of the analyzers, including normal range verification, demonstration of linearity, reportable range, replication studies, recovery studies and establishment of initial control ranges using control materials.� Corrective system maintenance coverage shall include response times, as specified in the Statement of Work (SOW). �Training shall be provided by the vendor, as specified in the SOW. �The system shall bi-directionally interface with the Military Health System (MHS) GENESIS as specified in the SOW. �The vendor shall provide two (2) operational and two (2) service manuals, each in English. The contract will have one (1) base year and no option years. The system, including claims made for the product, shall be compliant with Food and Drug Administration (FDA) regulations, with respect to marketing and delivering medical products for use in the United States of America. �Contractor shall be an Original Equipment Manufacturer. �A 24/7 troubleshooting (support) hotline and next day service for repairs by manufactures representative and quarterly preventive maintenance performed by manufacturer. The instrument daily maintenance shall not exceed 25 minutes a day due to the hours we are open. Reagent and supply will be delivered by manufacturer at no cost. The system, including claims made for the product, shall be compliant with Food and Drug Administration (FDA) regulations, with respect to marketing and delivering medical products for use in the United States of America. �Contractor shall be an Original Equipment Manufacturer. A 24/7 troubleshooting (support) hotline and next day service for repairs by manufactures representative and quarterly preventive maintenance performed by manufacturer. The instrument daily maintenance shall not exceed 25 minutes a day due to the hours we are open. Reagent and supply will be delivered by manufacturer at no cost. All supplied items and reagents shall be certified for use with the vendor equipment provided. All supplied items and reagents shall be delivered IAW manufacturer's shelf life recommendations and delivered at no cost. All supplied items and reagents that require special handling (e.g. refrigeration, time sensitive, immediate open, etc.) will be marked in a clear manner with a label that is easily read, understandable, and a minimum of3"" x 3"" (9 sq. inches). The label will be placed in three (3) or more locations on the container (top & two sides). Supplies/items that require refrigeration will have both the required Celsius and Fahrenheit temperature identified. The contractor shall provide deliveries to the delivery point identified below: Navy Medicine Readiness and Training Command Cherry Point Attention: Laboratory Department BLDG4389 Cherry Point, NC, 28533 Facility Constraints Laboratory Footprint �Each instrument will be installed in a separate 73"" L x 36"" W space and will be set up back to back. These analyzers are floor models and will not be sitting on a bench The facility has floor drainage in which a rubber tub from the instrument is inserted into the drain. The facility has biohazard collection containers which wastes is manual placed in container Due to the small space and our heating/cooling requirements, the instrument must function within the following parameters: Room temperature must be >/= 65 degrees F and 20 % and 80%. Power requirements- 115V AC 60HZ Single Phase 20A for both instruments that are on a separate dedicated line with 3-wire distribution to the receptacle is required. Maintenance The vendor shall provide trained, experienced, English-speaking personnel. �The vendor shall provide all labor, tools, diagnostic equipment, software, material, supplies, transportation, parts, and equipment necessary to perform Preventive Maintenance (PM), Calibration (CAL), Safety Testing (ST), and corrective maintenance. The vendor shall provide telephonic communications with the Government to discuss technical matters relating to the performance of this contract. �A systems operator shall be made available to answer technical questions regarding system operations and applications. Equipment listed in this contract will be maintained to meet and retain the original equipment manufacturers (OEM) specifications/equipment certification.� The vendor shall provide maintenance services Monday through Friday from 0730- 1615 local time, excluding Federal Government holidays as seen at the following site: https://www.opm.gov/policy-data-oversight/pay-leave/pay-administration/fact� sheets/holidays-work-schedules-and-pay. �This includes annually required performance maintenance. �Customer and Technical support should be available by phone 24 hours, 7 days a week. Preventive Maintenance (PM) Services. Normal Business Hour Maintenance Coverage will be Monday through Friday, from 0730-1615 local time, excluding Federal Government holidays. �Vendor shall provide full service preventive maintenance. Preventive maintenance shall be performed in accordance to manufacturer�s recommendations. The vendor shall perform PM service checks during the base contract period at the manufacturer�s recommended intervals. �Vendor will also perform PM service checks during each option year at a date and time mutually agreed upon by the vendor and the Government. All test equipment used in the performance of this contract shall be calibrated, as required by the OEM, and shall be in compliance with Joint Commission (JC), OEM, the College of American Pathologist's (CAP), Food and Drug Administration (FDA), and National Institute of Standards and Technology (NIST) standards. Corrective Maintenance Vendor shall provide on-site corrective maintenance from 0730-1615 Local Time, Monday-Friday, to include unlimited service calls.� Telephonic technical support shall be available 24 hours per day, 7 days per week. A vendor service technician shall respond via telephone within two (2) hours after receipt of trouble call and provide on-site service within twenty four (24) hours after receipt of trouble call. �Equipment shall be repaired and deemed operational within 48 hours. The Government's request for corrective maintenance will be placed by Laboratory personnel, in coordination with Biomedical Engineering Division (BIOMED) personnel, directly to the vendor or its representatives. Corrective maintenance shall be completed during the hours specified in the contract. The vendor's response to requests for service may include telephone consultation with the equipment user/operator and a vendor FSE. Telephone consultation shall: 1) provide instruction in determining operator error; 2) determine the most likely cause of the problem; 3) determine if resolution of the problem requires the dispatch of a FSE; and 4) identify replacement parts likely to be required in order to return the equipment to 100% operational condition as specified by the OEM. The vendor's quoted annual pricing shall be inclusive of all costs including parts, consumables, labor, travel, and shipping. The Vendor shall have and provide to its representatives its own service manuals, specifications, schematic diagrams, and parts lists to assist in the evaluation and/or repair of all equipment included in this contract. The vendor will (shall) provide a UPS for both instruments. Replacement Parts/Upgrades. The vendor and its representatives shall have ready access to unique and/or high mortality replacement parts. �All parts supplied shall be compatible with the existing system. �In the event that replacement parts require shipment, shipping shall be performed in the fastest reasonable means possible at no additional cost to the Government The vendor shall replace all worn or defective parts necessary to restore the equipment to 100% operational condition as specified by the OEM. Freight, postage, and storage charges associated with shipment and receipt of replacement parts and the return of parts shall be the responsibility of the vendor. All replacement parts shall be new and certified as OEM replacement parts. The vendor shall provide software revisions, updates, and upgrades (field service changes) required by FDA-announced or manufacturer-announced hazards, alerts, or recalls, including those falling under the most recent applicable FDA Compliance Directive, as part of the contract at no additional cost to the Government. �Upgrades shall be performed as soon as possible after release, but no later than during the first scheduled PM inspection after release. For any updates that have been identified as critical, or required for the proper operation of equipment, the vendor shall provide installation within 30 days of release regardless of PM schedules. With approval from the Government, the vendor may perform hardware/software upgrades as they become available. Training The vendor shall provide initial on-site operator training to all technicians assigned to the NMRTCCP Chemistry Department prior to the initial use of the equipment. The vendor shall provide a minimum of one (1) operator training at the vendor's training facility prior to the delivery and installation of the equipment. System Interface Requirement The system shall be capable of bi-directionally interfacing with the MHS ����������� �GENESIS. If the vendor is not already approved to connect to MHS GENESIS bi-directionally, the vendor shall agree to complete any bi-directional interface integration at no additional cost to the Government. Interface integration must be completed prior to final acceptance of the system. Government furnished prope1iy, Materials and Services. 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 damage or loss due to fire, theft, accident, or other disaster of vendor supplies, materials, or for the personal belongings brought onto Government property by vendor personnel. Vendor Furnished Property and Material. The vendor shall provide all service literature, reference publications, laptop computers and diagnostic software to be used by the Vendor service technicians and as required for the completion of the services in accordance with this contract. Vendor Report Requirements During normal duty hours, vendor FSE personnel shall check-in with the Biomedical Engineering Division (BIOMED)� located at Naval Health Clinic Cherry Point, BLDG 438, 1st floor, Room 1423, Phone (252) 466-0112 or (252) 466-0260, upon arrival at the Government site and again prior to departure. The vendor FSEs shall personally notify BIOMED personnel of problems that result in the equipment being left disabled upon their departure. If equipment is left disabled, a method of physical use prevention of the disabled equipment shall be implemented, and the disabled equipment shall be locked out with a letter of intent in compliance with OSHA regulation to prevent any patient hazards. After normal duty hours, vendor FSEs shall notify the Officer of the Day Desk and the systems' operator designated by BIOMED personnel. The vendor shall provide to BIOMED and Laboratory personnel a full service report within two (2) days after completion of all services performed. Each service report shall at a minimum document the following data legibly, in complete detail, and in English: Name of Vendor Contract Number Name of field service technician performing service Vendor log/control number Date, time (beginning and ending), and hours on-site for service call Description of problem reported by user Equipment identification factors to include manufacturer, make, model, serial number and Facility Equipment Control Number (ECN) Itemized description of service performed to include labor and travel costs, parts used, parts cost, parts number/nomenclature, part new or reconditioned, pa1i manufacturer, and problem/corrective action taken or recommended Problem resolution or pending action Total billing cost Signatures: Field Service Technician performing services BMET verifying service rendered (NMRTCCP) In the event that agents/sub-vendors are used in the performance of repairs, said agent shall be identified on the service report by company name, point of contact, and contact information (i.e. telephone number and email) Vendor Responsibility. The vendor shall be responsible for the repair and/or replacement of damaged Government-owned equipment and property, resulting from the negligence of the vendor or its representatives. All such replacement or repair shall be completed at the vendor's expense and shall be inspected to the satisfaction of the Contracting Officer (KO) or his/her appointed representative. Removal of Government Property No equipment shall be removed without the approval of the Contracting Officer's Representative and Materials Management Department (MMD) of the Medical Treatment Facility (MTF). Property passes for equipment removal shall be obtained by the vendor via the MMD of the MTF. Any failure to obtain such passes, which results in detainment or prosecution of service vendor personnel, is the sole responsibility of the service vendor and their personnel The vendor shall provide a detailed description of removed items on the vendor's company letterhead. For associated items/accessories, the vendor shall provide a detailed written description and quantities of items to be removed. Descriptions shall include, at a minimum, the manufacturer's serial numbers and facility equipment control numbers (ECNs) of all equipment/items removed. In the event that items/sub� assemblies/accessories are ""repaired by replacement"", a detailed description of replaced items is to be included upon return of repaired components. No additional charge shall be allowed for work performed off-site, or any additional time required. All charges resulting from a vendor determined requirement to transport Government-owned property, covered by this contract, to and from an alternate repair location shall be the responsibility of the vendor. The vendor shall provide insurance coverage for damage to or loss of equipment while in vendor or service vendor's custody. In regards to patient information confidentiality and privacy, all vendors and/or service vendors shall not remove equipment containing personally identifiable information or patient health information from the Government site. The equipment hard drive (HDD) shall be removed by MTF personnel prior to equipment removal from the site. Furthermore, equipment removed from the MTF will be prorated from the date of removal for service maintenance fees. If HDD are to be replaced, the HDD in disrepair shall be left at the MTF for disposal. Service Beyond the Scope of the Contract The vendor shall immediately, but not later than 24 consecutive hours after discovery, notify BIOMED in writing of the existence of or the development of any defects in the scheduled equipment, for which the Vendor considers they are not responsible for repairing under the terms of this contract. At the same time of this notification, the vendor shall furnish BIOMED 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/62292e3ab5544e1d9b1dc4f7629a6673/view)
 
Place of Performance
Address: Cherry Point, NC 28533, USA
Zip Code: 28533
Country: USA
 
Record
SN06445717-F 20220901/220830230121 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.