SOLICITATION NOTICE
65 -- Maintenance Contract for Ultrasound Units, Probes and Scanning Systems.
- Notice Date
- 9/10/2006
- Notice Type
- Solicitation Notice
- NAICS
- 622110
— General Medical and Surgical Hospitals
- 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
- N00183-06-T-0303
- Response Due
- 9/14/2006
- Archive Date
- 9/29/2006
- Small Business Set-Aside
- Total Small Business
- Description
- EMAIL Y.WILLIAMS @ YKWILLIAMS@MAR.MED.NAVY.MIL FOR A COMPLETE COPY OF THE RFQ. Section B - Supplies or Services and Prices ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 12 Months Maintenance Service IAW Section C for 1 each Ultrasound Unit, Physical Therapy MN: VOLUSON, PA: 0018361384, SN:A10280 LOCATION: 2/441802 FOB: Destination MILSTRIP: N0018307RQGY001 PURCHASE REQUEST NUMBER: N0018307RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 12 Months Maintenance Service IAW Section C for 3 each Probes to be sued with CLIN 0001 LOCATION: 2/441802 FOB: Destination MILSTRIP: N0018307RQGY001 PURCHASE REQUEST NUMBER: N0018307RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 12 Months Maintenance Service IAW Section C for 1 each Sony Videocassett Recorder to be used with CLIN 0001 Mfr: Sony MN: SVD-9500MD LOCATION: 2/441802 FOB: Destination MILSTRIP: N0018307RQGY001 PURCHASE REQUEST NUMBER: N0018307RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 12 Months Maintenance Service IAW Section C for 1 each Ultrasound Unit, Physical Therapy MN :LOGIQ700MR, PA: 001830102C, SN: 6997US1 LOCATION:2/441804 FOB: Destination MILSTRIP: N0018307RQGY001 PURCHASE REQUEST NUMBER: N0018307RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 12 Months Maintenance Service IAW Section C for 3 Probes to be used with CLIN 0004 LOCATION: 2/441804 FOB: Destination MILSTRIP: N0018307RQGY001 PURCHASE REQUEST NUMBER: N0018307RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 12 Months Maintenance Service IAW Section C for 1 each Sony Videocassette Recorder to be used with CLIN 0004 Mfr: Sony MN:SVD-9500MD LOCATION:2/441804 FOB: Destination MILSTRIP: N0018307RQGY001 PURCHASE REQUEST NUMBER: N0018307RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0007 12 Months Maintenance Service IAW Section C for 1 each Scanning System, Ultrasonic, general purpose MN:LOGIQ200PRO, PA: 0018309611, SN:6162562 LOCATION:2/HALLWAY FOB: Destination MILSTRIP: N0018307RQGY001 PURCHASE REQUEST NUMBER: N0018307RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0008 12 Months Maintenance Service IAW Section C for 2 each Probes to be used with CLIN 0007 LOCATION:2/HALLWAY FOB: Destination MILSTRIP: N0018307RQGY001 PURCHASE REQUEST NUMBER: N0018307RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0009 12 Months Maintenance Service IAW Section C for 1 each Scanning System, Ultrasonic, OB/GYN MN:LOGIQ200PRO, PA:0018313590, SN:2772SG2 LOCATION:2/442003 FOB: Destination MILSTRIP: N0018307RQGY001 PURCHASE REQUEST NUMBER: N0018307RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0010 12 Months Maintenance Service IAW Section C for 2 each Probes to be used with CLIN 0009 LOCATION:2/442003 FOB: Destination MILSTRIP: N0018307RQGY001 PURCHASE REQUEST NUMBER: N0018307RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0011 12 Months Maintenance Service IAW Section C for 1 each Ultrasound Unit, Physical Therapy MN:LOGIQ200PRO, PA:0018314005, SN:2788SG8 LOCATION:2/441308 FOB: Destination MILSTRIP: N0018307RQGY001 PURCHASE REQUEST NUMBER: N0018307RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0012 12 Months Maintenance Service IAW Section C for 2 each Probes to be used with CLIN 0011 LOCATION:2/441308 FOB: Destination MILSTRIP: N0018307RQGY001 PURCHASE REQUEST NUMBER: N0018307RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0013 12 Months Maintenance Service IAW Section C for 1 each Scanning System, Ultrasonic, OB/GYN MN:LOGIQ200PRO, PA:0018314006, SN:2756SG5 LOCATION:2/441308 FOB: Destination MILSTRIP: N0018307RQGY001 PURCHASE REQUEST NUMBER: N0018307RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0014 12 Months Maintenance Service IAW Section C for 2 each Probes to be used with CLIN 0013 LOCATION:2/441308 FOB: Destination MILSTRIP: N0018307RQGY001 PURCHASE REQUEST NUMBER: N0018307RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0015 12 Months Maintenance Service IAW Section C for 1 each Scanning System, Ultrasonic, OB/GYN MN:2270969, PA:0018386655, SN:01748WX3 LOCATION:2/442003 FOB: Destination MILSTRIP: N0018307RQGY001 PURCHASE REQUEST NUMBER: N0018307RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0016 12 Months Maintenance Service IAW Section C for two each Probes to be used with CLIN 0015 LOCATION:2/442003 FOB: Destination MILSTRIP: N0018307RQGY001 PURCHASE REQUEST NUMBER: N0018307RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0017 12 Months Maintenance Service IAW Section C for 1 each Scanning System, Ultrasonic, OB/GYN MN:2270969, PA:0018386654, SN:01748WX5 LOCATION:2/441302 FOB: Destination MILSTRIP: N0018307RQGY001 PURCHASE REQUEST NUMBER: N0018307RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0018 12 Months Maintenance Service IAW Section C for 2 each Probes to be used with CLIN 0017 LOCATION:2/441302 FOB: Destination MILSTRIP: N0018307RQGY001 PURCHASE REQUEST NUMBER: N0018307RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0019 12 Months Maintenance Service IAW Section C for 1 each Scanning System, Ultrasonic, General Purpose MN:LOGIQ200PRO, PA:0018391057, SN:57909SM4 LOCATION:2/441302 FOB: Destination MILSTRIP: N0018307RQGY001 PURCHASE REQUEST NUMBER: N0018307RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0020 12 Months Maintenance Service IAW Section C for 2 each Probes to be used with CLIN 0019 LOCATION:2/441302 FOB: Destination MILSTRIP: N0018307RQGY001 PURCHASE REQUEST NUMBER: N0018307RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0021 12 Months Maintenance Service IAW Section C for 1 each Scanning System, Ultrasonic, General Purpose MN:LOGIQ200PRO, PA:0018390991, SN:5375SM1 LOCATION:2/441308 FOB: Destination MILSTRIP: N0018307RQGY001 PURCHASE REQUEST NUMBER: N0018307RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0022 12 Months Maintenance Service IAW Section C for 2 each Probes to be used with CLIN 0021 LOCATION: 2/441308 FOB: Destination MILSTRIP: N0018307RQGY001 PURCHASE REQUEST NUMBER: N0018307RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0023 12 Months Maintenance Service IAW Section C for 1 each Scanning System, Ultrasonic,OB/GYN MN:LOGIQ200PRO, PA0018390992, SN:57349SM3 LOCATION:2/4/HALLWAY FOB: Destination MILSTRIP: N0018307RQGY001 PURCHASE REQUEST NUMBER: N0018307RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0024 12 Months Maintenance Service IAW Section C for 2 each Probes to be used with CLIN 0023 LOCATION:2/4/HALLWAY FOB: Destination MILSTRIP: N0018307RQGY001 PURCHASE REQUEST NUMBER: N0018307RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0025 12 Months Maintenance Service IAW Section C for 1 each Scanning System, Ultrasonic, OB/GYN MN:2270969, PA0018396615, SN:68175SM9 LOCATION:2/441402 FOB: Destination MILSTRIP: N0018307RQGY001 PURCHASE REQUEST NUMBER: N0018307RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0026 12 Months Maintenance Service IAW Section C for 2 each Probes to be used with CLIN 0025 LOCATION:2/441402 FOB: Destination MILSTRIP: N0018307RQGY001 PURCHASE REQUEST NUMBER: N0018307RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0027 12 Months Maintenance Service IAW Section C for 1 each Scanning System, Ultrasonic, General Purpose MN:2270969, PA:0018396614, SN:68330SM0 LOCATION:2/440810 FOB: Destination MILSTRIP: N0018307RQGY001 PURCHASE REQUEST NUMBER: N0018307RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0028 12 Months Maintenance Service IAW Section C for 2 each Probes to be used with CLIN 0027 LOCATION:2/440810 FOB: Destination MILSTRIP: N0018307RQGY001 PURCHASE REQUEST NUMBER: N0018307RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0029 12 Months Maintenance Service IAW Section C for 1 each Scanning System, Ultrasonic, OB/GYN MN:400MD, PA:183M40659 ECN 13595, SN:401186YM2 LOCATION: DAM NECK/208 FOB: Destination MILSTRIP: N4610607RQGY001 PURCHASE REQUEST NUMBER: N4610607RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0030 12 Months Maintenance Service IAW Section C for 2 each Probes to be used with CLIN 0029 LOCATION: DAM NECK/208 FOB: Destination MILSTRIP: N4610607RQGY001 PURCHASE REQUEST NUMBER: N4610607RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0031 12 Months Maintenance Service IAW Section C for 1 each Scanning System, Ultrasonic, OB/GYN MN:400MD, PA:0018313570, SN:517746YM4 LOCATION:BOONE CLINIC FOB: Destination MILSTRIP: N3252907RQGY001 PURCHASE REQUEST NUMBER: N3252907RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0032 12 Months Maintenance Service IAW Section C for 2 each Probes to be used with CLIN 0031 LOCATION:BOONE CLINIC FOB: Destination MILSTRIP: N3252907RQGY001 PURCHASE REQUEST NUMBER: N3252907RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0033 12 Months Maintenance Service IAW Section C for 1 each Ultrasound Unit, Physical Therapy MN:2205675, PA:0018301570, SN:2745SGB LOCATION:Family Practice 2/280601 FOB: Destination MILSTRIP: N0018307RQFP001 PURCHASE REQUEST NUMBER: N0018307RQFP001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0034 12 Months Maintenance Service IAW Section C for 2 each Probes to be used with CLIN 0033 FOB: Destination MILSTRIP: N0018307RQFP001 PURCHASE REQUEST NUMBER: N0018307RQFP001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0035 12 Months Maintenance Service IAW Section C for 1 each Scanning System, Ultrasonic, General Purpose MN:LOGIQ200PRO, PA:0018312180, SN:18801SM1 LOCATION: Radology 2/441308 FOB: Destination MILSTRIP: N0018307RQXR612 PURCHASE REQUEST NUMBER: N0018307RQXR612 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0036 12 Months Maintenance Service IAW Section C for 2 each Probes for CLIN 0035 FOB: Destination MILSTRIP: N0018307RQXR612 PURCHASE REQUEST NUMBER: N0018307RQXR612 NET AMT Section C - Descriptions and Specifications CLAUSES INCORPORATED BY FULL TEXT DESCRIPTION/SPECIFICATION/WORK STATEMENT Statement of Work Selected vendor must be able to provide full contract support immediately upon award of a resulting order. Vendor will provide full maintenance support for the items listed in Section B and all support items / components. 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) and 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, (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. 1. General a. The Contractor shall comply with Federal, State, and Local Laws, plus any 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. c. 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. The Government shall maintain the right to seek proof of qualification prior to award and anytime during contract period of performance. 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 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. 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. In the event that replacements parts are required to be shipped. Shipping shall be performed in the fastest reasonable means possible (i.e., next day air) at no additional cost to the Government. 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. Replaced items shall be properly disposed of at no additional cost to the Government (contractor to pay all ?environmental fees? where required). 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. 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. 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. Upgrades shall be performed as soon as possible after release, but no later than the first scheduled Preventative Maintenance Inspection after release. For any updates that have been identified as critical, or required for the proper operation of equipment by the OEM, contractor shall provide installation within 30 days of release regardless of Preventative Maintenance Schedules. 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. (Biomedical Engineering located in Build-250 1st floor; 757-953-5336). 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 FSE?s 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, equipment description (model, serial number, equipment control 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. In the event that agents / sub-contractor?s are used in the performance of repairs, said agent shall be identified on the service report by company name and contact information (i.e., telephone number). Additionally contractor will be required to affix a tag on equipment upon the completion of a preventative maintenance inspection. Tag may either be a ?sticker? or ?hanging tag?. As a minimum the tag shall contain: the name of the contractor, technician performing inspection and date of inspection legibly printed. 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 one (1) time per year in accordance with the Original Equipment Manufactures (OEM) recommendations. b. The Government shall select the months in which preventive maintenance services are to be performed. The preventive maintenance visits shall be performed during the following months: February 2007 (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 must be calibrated (if required / as required by manufacture of test equipment) and shall be in compliance with Joint Commission on Accreditation of Healthcare Organizations (JCAHO), Original Equipment Manufacturer (OEM) and Federal Drug Administration (FDA) standards as required.
- Place of Performance
- Address: NAVAL MEDICAL CENTER, CHARETTE HEALTH CARE CENTER, PORTSMOUTH VA, AND IAW RFQ
- Zip Code: 23708
- Country: UNITED STATES
- Zip Code: 23708
- Record
- SN01139144-W 20060912/060910220236 (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 |