Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2006 FBO #1714
SOLICITATION NOTICE

J -- Maintenance on Ophthalmology Instruments

Notice Date
8/4/2006
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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-0206
 
Response Due
8/15/2006
 
Archive Date
8/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Section A - Solicitation/Contract Form VENDOR TO COMPLETE THE FOLLOWING: TIN: CAGE: DUNS: Vendor Point of Contact: Vendor Phone: Vendor Fax: Vendor E-Mail: Payment in Arrears (Check One): Monthly Quarterly Semi-Annually Annually Note: Vendor will be required to provide billing electronically via the WAWF Electronic Invoicing Method per Section G of this RFQ. 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 Request for Quotation (RFQ) Number N00183-06-T-0206 on all correspondence relating to this RFQ. The Government reserves the right to make an award based on an ?All or None Evaluation.? Section B - Supplies or Services and Prices Annual maintenance contract Ophthalamology instruments identified herein for the period 10/1/06 thru 9/30/07, in accordance with Statement of Work, Section C as follows: ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1 Each Ophthalmometer Model: EPIC 2100, Serial #: 21265, Manufacturer: Marco Ophthalmic LOCATION: NMCP 2/250102; PA# 0018309692 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 1 Each Ophthalmometer Model: EPIC 2100, Serial #: 21369, Manufacturer: Marco Ophthalmic LOCATION: NMCP 3/6.1-119, PA# 0018309865 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 1 Each Ophthalmometer Model: EPIC 2100; Serial #: 21370, Manufacturer: Marco Ophthalmic LOCATION: NMCP 3/6.1-125, PA# 0018309863 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 1 Each Ophthalometer Model: EPIC 2100; Serial #: 21375, Manufacturer: Marco Ophthalmic LOCATION: NMCP 3/6.1-122; PA# 0018309864 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 1 Each Ophthalmometer Model: EPIC 2100; Serial #: 21632, Manufacturer: Marco Ophthalmic LOCATION: NMCP 3/6.1-118; PA# 0018385870 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 1 Each Ophthalmometer Model: EPIC 2100; Serial #: 21732; Manufacturer: Marco Ophthalmic LOCATION: NMCP 3/6.1-128 PA# 0018392987 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0007 1 Each NIDEK REFRACTOMETER Model: ARK700A; Serial #: 13361; Manufacturer: Nidek, Inc LOCATION: NMCP 3/6.1-119; PA# 0018393432 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0008 1 Each NIDEK REFRACTOMETER Model: ARK700A; Serial #: 23528; Manufacturer: Nidek, Inc LOCATION: NMCP 2/250102 PA# 0018393431 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0009 1 Each NIDEK REFRACTOMETER Model: ARK700A; Serial #: 24247; Manufacturer: Nidek, Inc LOCATION: NMCP 3-6.1-125, PA# 0018393418 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0010 1 Each NIDEK REFRACTOMETER Model: ARK700A; Serial #: 24249; Manufacturer: Nidek, Inc LOCATION: NMCP 3-6.1-122, PA# 0018393421 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0011 1 Each NIDEK REFRACTOMETER Model: ARK700A; Serial #: 25849; Manufacturer: Nidek, Inc LOCATION: Model 3-6.1-118, PA# 0018393427 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0012 1 Each NIDEK REFRACTOMETER Model: ARK700A; Serial #: 27490; Manufacturer: Nidek, Inc LOCATION: NMCP 3-6.1-128, PA# 0018393057 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0013 1 Each NIDEK REFRACTOMETER Model: RT2100; Serial #: 14814; Manufacturer: Nidek, Inc LOCATION: NMCP 3-6.1-118, PA# 0018385847 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0014 1 Each NIDEK REFRACTOMETER Model: ARK700A; Serial #: 24248; Manufacturer: Nidek, Inc LOCATION: NMCP 3-6.1-119A, PA# 0018393424 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0015 1 Each LENSMETER Model: LM9900A; Serial #: 24321; Manufacturer: Nidek, LOCATION: NMCP 2/250102, PA# 0018393432 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0016 1 Each LENSMETER Model: LM990A; Serial #: 24770; Manufacturer: Nidek, Inc LOCATION: NMCP 3/6.1-119, PA# 0018393425 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0017 1 Each LENSMETER Model: LM990A; Serial #: 24771; Manufacturer: Nidek, Inc LOCATION: NMCP 3/6.1-125, PA# 0018393419 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0018 LENSMETER Model: LM990A; Serial #: 24769; Manufacturer: Nidek, LOCATION: NMCP 3/6.1-122, PA# 0018393422 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0019 1 Each LENSMETER Model: LM990A; Serial #: 25475; Manufacturer: Nidek, Inc LOCATION: NMCP 3/6.1-118, PA# 0018393428 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0020 1 Each LENSMETER Model: LM990A; Serial #: 27288; Manufacturer: Nidek, Inc LOCATION: NMCP 3/6.1-128; PA# 0018393059 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0021 1 Each Refractometer Model: ARK760A; Serial #: 30282 LOCATION: BMC SEWELL'S Point, PA# 0018386963 Section C - Descriptions and Specifications DESCRIPTION/SPECIFICATION/WORK STATEMENT 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) or 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 that were part of the original system purchased. 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, Local laws, and 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. 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 may request a pre-maintenance inspection prior to the onset of the contract. Any equipment found to be inoperable during this pre-maintenance inspection would be repaired using a separate purchase order. 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. 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. 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. 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. The Contractor shall use only new or warranted replacement parts where the quality is equal to or better than the OEM?s original part. 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. 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. The Contractor FSEs shall personally notify Biomedical Engineering (BME) of problems that result in the equipment being left disabled upon their departure. For Contract Line Items 0001 through 0020, after normal duty hours, Contractor FSEs shall notify the Officer of the Day Desk (Bldg 2, 2nd Floor) and the systems operator designated by (BME). For Contract Line item 0021, Contractor FSEs shall notify the Officer of the Day Desk at the Branch Medical Clinic 1721 Admiral Taussig Blvd, Naval Station, Norfolk, VA 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, 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. 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) times during the length of this contract. 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: JANUARY 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 will be within calibration shall be in compliance with Joint Commission on Accreditation of Healthcare Organization (JCAHO), Original Equipment Manufacturer (OEM) and Federal Drug Administration (FDA) standards. 9. Corrective Maintenance a. Normal Working Hour Maintenance Coverage Maintenance Coverage will be Monday through Friday, between 8:00 A.M. to 4:30 P.M. The contractor shall respond via telephone within 2 hours after receipt of trouble call, and provide on-site service within 24 hours. Equipment shall be operational within 48 hours. The Government reserves the right to deduct from the Contractor?s payment an amount per hour equal to the number of hours the Contractor fails to respond, as specified in the contract. Emergency service outside the normal working hours by the Government site shall be billable to the Government at published commercial rates, and negotiated prior to services rendered. b. Government request for corrective maintenance will be placed by (BME), to the Contractor?s POC. Corrective Maintenance shall be completed during the hours specified in the contract. c. The Contractor shall assign a unique Log/Reference Number to each Government request for corrective Maintenance. d. Contractor?s response to requests for service may include telephone consultation with the equipment user/operator and a Contractor FSE. Telephone consultation shall: 1) 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 a 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. e. Each level of service shall include all parts to be furnished by the Contractor at No cost to the Government, unless otherwise indicated. Any/all exclusions are listed as follows: No Exclusions f. The Contractor shall have his/her own service manuals, specifications, schematic diagrams, and parts lists to assist in the evaluation/repair of all equipment included in this contract. 10. Removal of Government Property a. 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 to the Contractor?s designated site. The Contractor may be required to sign a Government form accepting responsibility for the Government equipment. b. 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. 11. Equipment Modification Upgrades a. The Contractor shall only incorporate OEM specified modifications, alterations and upgrades. Approval shall be obtained from (BME) prior to the Contractor installation of any modification, alteration, or upgrades. b. The Contractor shall maintain contact with the OEM to determine the requirement for field modifications and to ensure accomplishment of these modifications in accordance with the time schedule set forth by the OEM. c. The Government shall not alter the system without prior notification to the Contractor. d. The contractor at no additional cost shall provide software upgrade to the Government. Installation of upgrades will be left to the discretion of the Government. 12. Service Beyond the Scope of the Contract a. The Contractor shall immediately, but not later than 24 consecutive hours after discovery, notify (BME), 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 (BME) 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. Place of Performance - Item 0021 only: SEWELLS POINT BRANCH MEDICAL CLINIC OPTOMETRY 1721 TAUSSIG BLVD BLDG CD-2 NORFOLK VA 23511-2899 Section I - Contract Clauses CLAUSES INCORPORATED BY REFERENCE 52.213-4 TERMS AND CONDITIONS--SIMPLIFIED ACQUISITIONS (OTHER THAN COMMERCIAL ITEMS) (FEB 2006) 52.232-18 AVAILABILITY OF FUNDS (APR 1984) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.arnet.gov/far (End of clause) Interested parties may contact the Contract Specialist for a complete copy of this Request for Quotation containing all terms and conditions.
 
Place of Performance
Address: NAVAL MEDICAL CENTER, OPHTHALMOLOGY, CHARETTE HEALTH CARE CENTER, BLDG. 2, 27 EFFINGHAM STREET, PORTSMOUTH VA
Zip Code: 23708
Country: UNITED STATES
 
Record
SN01107186-W 20060806/060804222928 (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.