Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2005 FBO #1214
SOURCES SOUGHT

65 -- Medical X-Ray Computed Radiography/Teleradiology Support, Repair, Maintenance, & Calibration aboard US Navy ships CONUS & OCONUS; 24/7/365 Tech Support phone/pager/email required.

Notice Date
3/22/2005
 
Notice Type
Sources Sought
 
NAICS
517910 — Other Telecommunications
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, MD, 21702-9203
 
ZIP Code
21702-9203
 
Solicitation Number
Reference-Number-RT-06-05
 
Response Due
4/4/2005
 
Archive Date
4/19/2005
 
Description
Request for Information Computed Radiography/ Teleradiology Maintenance Support Naval Medical Logistics Command (NMLC) intends award as Sole-Source to Grove Resource Solutions, INC. a contract for the maintenance support services of Computed Radiography/ Teleradiology (CR/TR) shipboard equipment. This Request for Information (RFI) is to make available to any competing contractors that are also capable of providing required services. To be considered competitive in this solicitation, the contractor must provide adequate documented responses to all requested information. The contractor must submit three (3) support options on separate Contract Line Item Number (CLIN)s: (Option A) A full service maintenance option (includes: preventive maintenance, 24/7/365 hotline service support, and spares kits); (Option B) A preventive maintenance support only option, and (Option C) A 24/7/365 hotline service support, with corrective maintenance capability option. This will provide the Government the choice to select the level of support needed to fit their requirements. This RFI is requiring multiple submitted prices to all three options, if the contractor does not provide a price for each option, that contractor will NOT be considered. RFIs may be used when the Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract (FAR 15.201 (e)). The Navy requires that the contractor provide maintenance service support to Government owned Computed Radiography and Teleradiology (CR/TR) equipment located onboard United States Naval vessels. Maintenance service support will be requested by issuance of Delivery Orders (DD Form 1155 "Order for Supplies or Services"). Request must include an inventory of all equipment and software to be serviced. Technology refresh will be performed while the ships are in their availability period. Maintenance service support will be provided whether the ships are in CONUS or deployed OCONUS. Maintenance service will include all systems, subsystem components, and assemblies that were part of the original system. All maintenance provisions shall apply to hardware, firmware, software, and wire or WAN connections as appropriate, unless otherwise stated herein. Option A ? Full Service Maintenance The contractor shall provide trained, experienced, English speaking personnel, labor, tools, diagnostic equipment, software, test probes, material, supplies, transportation, parts, and equipment necessary to perform Preventative Maintenance (PM), Calibration (CAL), Safety Testing (ST), and Corrective Maintenance (CM). Preventative Maintenance (PM) ? The Government will schedule the performance of preventative maintenance services, in accordance with ship?s scheduled periods of availability. Preventative maintenance shall be performed TWICE per year on each of the 28 ships with CR/TR equipment. Equipment will be required to be calibrated to meet or exceed Original Equipment Manufacturer?s (OEM) specifications. Corrective Maintenance (Remedial Maintenance) ? Corrective maintenance shall be performed Monday thru Friday, between 8:00 a.m. to 5:00 p.m., local time, excluding holidays. The contractor shall telephonically respond within one (1) business hour after receipt of notification of equipment failure; provide on-site emergency service by the next business day; and have equipment operational within 24 hours. Contractor personnel will have his/her own service manuals, specifications, schematic diagrams, laptops, diagnostic equipment and software, and parts lists to assist in the evaluation/repair of all equipment. Replacement Parts ? This contract includes replacement parts. The contractor shall have ready access to unique and/or high mortality replacement parts. All parts supplied must be compatible with the existing system. The contractor shall replace all worn or defective parts necessary to restore the equipment to 100% operational condition as specified by the OEM. 24/7/365 Helpline ? The contractor shall provide a technical support email address and a 24/7/365 technical support hotline to telephonically respond to CONUS and OCONUS service calls. Response to requests for remedial maintenance may include telephone consultation between the equipment user/operator or the BMET and the FSE. 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 an FSE; 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. Safety Testing (ST) ? Safety Testing will be performed at every visitation to each ship during PM and Corrective Maintenance at no additional cost to the government. Option B ? Preventative Maintenance The contractor shall provide trained, experienced, English speaking personnel, labor, tools, diagnostic equipment, software, test probes, material, supplies, transportation, parts, and equipment necessary to perform Preventative Maintenance (PM), Calibration (CAL), and Safety Testing (ST). Preventative Maintenance (PM) ? The Government will schedule the performance of preventative maintenance services, in accordance with ship?s scheduled periods of availability. Preventative maintenance shall be performed TWICE per year on each of the 28 ships with CR/TR equipment. Equipment will be required to be calibrated to meet or exceed Original Equipment Manufacturer?s (OEM) specifications. The contractor shall, at a minimum, perform all preventative maintenance services as prescribed by the OEM using a detailed service checklist. The completed checklist will be provided to the Government with the contractor's field service report. Corrective Maintenance (Remedial Maintenance) ? No Corrective Maintenance is provided for in this option. If the need for corrective maintenance is found during the PM, the contractor shall immediately, but not later than 2 working days after discovery, notify the BMET, in writing of the existence or the development of any defects in, or repairs required to the scheduled equipment which the contractor considers they are not responsible for under the terms of this contract. At the same time of the notification, the contractor shall furnish the BMET with a written estimate of the cost to make the necessary repairs. There will be separate billing for repairs. Arranging for Corrective Maintenance will be the responsibility of the ships/commands for all discrepancies. Safety Testing (ST) ? Safety Testing will be performed at every visitation to each ship during PM and Corrective Maintenance at no additional cost to the government. Option C ? Corrective Maintenance and 24/7/365 Helpline The contractor shall provide trained, experienced, English speaking personnel, labor, tools, diagnostic equipment, software, test probes, material, supplies, transportation, parts, and equipment necessary to perform Safety Testing (ST) and Corrective Maintenance (CM). Preventative Maintenance (PM) ? There are no provisions for preventative maintenance in this Option. Corrective Maintenance (Remedial Maintenance) ? Corrective maintenance shall be performed Monday thru Friday, between 8:00 a.m. to 5:00 p.m., local time, excluding holidays. The contractor shall telephonically respond within one (1) business hour after receipt of notification of equipment failure; provide on-site emergency service by the next business day; and have equipment operational within 24 hours. Contractor personnel will have his/her own service manuals, specifications, schematic diagrams, laptops, diagnostic equipment and software, and parts lists to assist in the evaluation/repair of all equipment. Replacement Parts ? There are no replacement parts provided in this option. 24/7/365 Helpline ? The contractor shall provide a technical support email address and a 24/7/365 technical support hotline to telephonically respond to CONUS and OCONUS service calls. Response to requests for remedial maintenance may include telephone consultation between the equipment user/operator or the BMET and the FSE. 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 an FSE; 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. Safety Testing (ST) ? Safety Testing will be performed at every visitation to each ship during Corrective Maintenance at no additional cost to the government. Conclusion and Point of Contact Each contractor desiring to be considered for receiving the Request for Proposals must submit a complete package containing a separate estimated price for each option and a description of the technical approach to achieve the desired results. This is a RFI, which may be used when the Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. All information and questions regarding this request shall be sent to: Naval Medical Logistics Command Attn: Code 02 (Richard Taylor) 1681 Nelson Street Fort Detrick, Md 21702-9203 Comm: 301-619-3015 Fax: 301-619-2925 Email: rtaylor@nmlc.med.navy.mil Submit all packages no later than 4:30 PM EST, 11 April 2005. The Government reserves the right to reject any packages that are submitted after the closing time/ date. We look forward to receiving your submissions.
 
Place of Performance
Address: Multiple Ships on Both East and West Coasts plus OCONUS, Norfolk, VA or San Diego, CA
Zip Code: NA
Country: USA
 
Record
SN00773469-W 20050324/050322212440 (fbodaily.com)
 
Source
FedBizOpps.gov 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.