Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2007 FBO #2061
SOLICITATION NOTICE

65 -- Maintenance of GE Medical Ultrasonic Units and Probes

Notice Date
7/17/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00183-07-T-0210
 
Response Due
7/27/2007
 
Archive Date
8/11/2007
 
Small Business Set-Aside
Total Small Business
 
Description
EMAIL chantay.johnson@med.navy.mil FOR A COMPLETE COPY OF THE SOLICITATION. Section A - Solicitation/Contract Form CLAUSES INCORPORATED BY FULL TEXT VENDOR TO COMPLETE THE FOLLOWING: TIN: CAGE: DUNS: VENDOR?S PUBLISHED OR COMMERCIAL PRICE LIST CONTAINING THE ITEMS SPECIFIED HEREIN, MUST ACCOMPANY THIS RFQ PACKAGE WHEN SUBMITTED FOR EVALUATION. Vendor Point of Contact: Phone: Vendor E-Mail: Fax: Naval Medical Center Portsmouth Point of Contact: Contracting: Chantay Johnson 757-953-5005 E-Mail: Chantay.Johnson@med.navy.mil Payment in Arrears (Check One): Monthly Quarterly 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 N00183-07-T-0210 on all correspondence relating to this RFQ. PROMPT PAYMENT: For Prompt Payment Act purposes, any contract resulting from this solicitation is subject to the 7-calendar day constructive acceptance period. "AVAILABILITY OF FUNDS?. Pursuant to Section I, Availability of Funds (FAR 52.232-18), of the contract, funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing to the Contracting Officer. GOVERNMENT RESERVES THE RIGHT TO MAKE AWARD BASED ON AN ?ALL OR NONE? EVALUATION. 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 FFP 1 each Ultrasound Unit, Physical Therapy Model: Voluson PA# 0018361384 S/N: A10280 Mfr: GE Medical Systems LOCATION: 2/441802 POP: 01-OCT-2007 through 30-SEP-2008 FOB: Destination MILSTRIP: N0018308RQGY002 PURCHASE REQUEST NUMBER: N0018308RQGY002 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 12 Months Maintenance Service IAW Section C for FFP 3 each Probes - Used with CLIN 0001 LOCATION: 2/441802 POP: 01-OCT-2007 through 30-SEP-2008 FOB: Destination MILSTRIP: N0018308RQGY002 PURCHASE REQUEST NUMBER: N0018308RQGY002 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 12 Months Maintenance Service IAW Section C for FFP 1 each Sony Videocassette Recorder - Used with CLIN 0001 Model: SVD-9500MD Mfr: Sony LOCATION: 2/441802 POP: 01-OCT-2007 through 30-SEP-2008 FOB: Destination MILSTRIP: N0018308RQGY002 PURCHASE REQUEST NUMBER: N0018308RQGY002 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 12 Months Maintenance Service IAW Section C for FFP 1 each Ultrasound Unit, Physical Therapy Model: Voluson PA# 0018365545 S/N: A12422 Mfr: GE Medical Systems LOCATION: 2/441802 POP: 01-OCT-2007 through 30-SEP-2008 FOB: Destination MILSTRIP: N0018308RQGY002 PURCHASE REQUEST NUMBER: N0018308RQGY002 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 12 Months Maintenance Service IAW Section C for FFP 3 each Probes - Used with CLIN 0004 LOCATION: 2/441802 POP: 01-OCT-2007 through 30-SEP-2008 FOB: Destination MILSTRIP: N0018308RQGY002 PURCHASE REQUEST NUMBER: N0018308RQGY002 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 12 Months Maintenance Service IAW Section C for FFP 1 each Sony Videocassette Recorder - Used with CLIN 0004 Model: SVD-9500MD Mfr: Sony LOCATION: 2/441802 POP: 01-OCT-2007 through 30-SEP-2008 FOB: Destination MILSTRIP: N0018308RQGY002 PURCHASE REQUEST NUMBER: N0018308RQGY002 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0007 12 Months Maintenance Service IAW Section C for FFP 1 each Ultrasound Unit, Physical Therapy Model: LOGIQ700MR PA# 001830102C S/N: 6997US1 Mfr: GE Medical Systems LOCATION: 2/441804 POP: 01-OCT-2007 through 30-SEP-2008 FOB: Destination MILSTRIP: N0018308RQGY002 PURCHASE REQUEST NUMBER: N0018308RQGY002 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0008 12 Months Maintenance Service IAW Section C for FFP 3 each Probes - Used with CLIN 0007 LOCATION: 2/441804 POP: 01-OCT-2007 through 30-SEP-2008 FOB: Destination MILSTRIP: N0018308RQGY002 PURCHASE REQUEST NUMBER: N0018308RQGY002 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0009 12 Months Maintenance Service IAW Section C for FFP 1 each Sony Videocassette Recorder - Used with CLIN 0007 Model: SVD-9500MD Mfr: Sony LOCATION: 2/441804 POP: 01-OCT-2007 through 30-SEP-2008 FOB: Destination MILSTRIP: N0018308RQGY002 PURCHASE REQUEST NUMBER: N0018308RQGY002 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0010 12 Months Maintenance Service IAW Section C for FFP 1 each Scanning System, Ultrasonic Model: 2270969 PA# 0018386655 S/N: 01748WX3 Mfr: GE Medical Systems LOCATION: 2/442003 POP: 01-OCT-2007 through 30-SEP-2008 FOB: Destination MILSTRIP: N0018308RQGY002 PURCHASE REQUEST NUMBER: N0018308RQGY002 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0011 12 Months Maintenance Service IAW Section C for FFP 2 each Probes - Used with CLIN 0010 LOCATION: 2/442003 POP: 01-OCT-2007 through 30-SEP-2008 FOB: Destination MILSTRIP: N0018308RQGY002 PURCHASE REQUEST NUMBER: N0018308RQGY002 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0012 12 Months Maintenance Service IAW Section C for FFP 1 each Scanning System, Ultrasonic Model: 2270969 PA# 0018386654 S/N: 01748WX5 Mfr: GE Medical Systems LOCATION: 2/441302 POP: 01-OCT-2007 through 30-SEP-2008 FOB: Destination MILSTRIP: N0018308RQGY002 PURCHASE REQUEST NUMBER: N0018308RQGY002 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0013 12 Months Maintenance Service IAW Section C for FFP 2 each Probes - Used with CLIN 0012 LOCATION: 2/441302 POP: 01-OCT-2007 through 30-SEP-2008 FOB: Destination MILSTRIP: N0018308RQGY002 PURCHASE REQUEST NUMBER: N0018308RQGY002 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0014 12 Months Maintenance Service IAW Section C for FFP 1 each Scanning System, Ultrasonic OB/GYN Model: 2270969 PA# 0018396615 S/N: 68175sm9 Mfr: GE Medical Systems LOCATION: 2/441402 POP: 01-OCT-2007 through 30-SEP-2008 FOB: Destination MILSTRIP: N0018308RQGY002 PURCHASE REQUEST NUMBER: N0018308RQGY002 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0015 12 Months Maintenance Service IAW Section C for FFP 2 each Probes - Used with CLIN 0014 LOCATION: 2/441402 POP: 01-OCT-2007 through 30-SEP-2008 FOB: Destination MILSTRIP: N0018308RQGY002 PURCHASE REQUEST NUMBER: N0018308RQGY002 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0016 12 Months Maintenance Service IAW Section C for FFP 1 each Scanning System, Ultrasonic OB/GYN Model: 2270969 PA# 0018396614 S/N: 68330SM0 Mfr: GE Medical Systems LOCATION: 2/440810 POP: 01-OCT-2007 through 30-SEP-2008 FOB: Destination MILSTRIP: N0018308RQGY002 PURCHASE REQUEST NUMBER: N0018308RQGY002 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0017 12 Months Maintenance Service IAW Section C for FFP 2 each Probes - Used with CLIN 0016 LOCATION: 2/440810 POP: 01-OCT-2007 through 30-SEP-2008 FOB: Destination MILSTRIP: N0018308RQGY002 PURCHASE REQUEST NUMBER: N0018308RQGY002 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0018 12 Months Maintenance Service IAW Section C for FFP 1 each Ultrasound Unit, Physical Therapy Model: 2205675 PA# 0018301570 S/N: 2745SG8 Mfr: GE Medical Systems LOCATION: 2/280601 POP: 01-OCT-2007 through 30-SEP-2008 FOB: Destination MILSTRIP: N0018308RQFP001 PURCHASE REQUEST NUMBER: N0018308RQFP001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0019 12 Months Maintenance Service IAW Section C for FFP 2 each Probes - Used with CLIN 0018 LOCATION: 2/280601 POP: 01-OCT-2007 through 30-SEP-2008 FOB: Destination MILSTRIP: N0018308RQFP001 PURCHASE REQUEST NUMBER: N0018308RQFP001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0020 12 Months Maintenance Service IAW Section C for FFP 1 each Scanning System, Ultrasonic OB/GYN Model: 400MD PA# 0018313570 S/N: 517746YM4 Mfr: GE Medical Systems LOCATION: Boone Clinic POP: 01-OCT-2007 through 30-SEP-2008 FOB: Destination MILSTRIP: N3252908RQGY001 PURCHASE REQUEST NUMBER: N3252908RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0021 12 Months Maintenance Service IAW Section C for FFP 2 each Probes - Used with CLIN 0020 LOCATION: Boone Clinic POP: 01-OCT-2007 through 30-SEP-2008 FOB: Destination MILSTRIP: N3252908RQGY001 PURCHASE REQUEST NUMBER: N3252908RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0022 12 Months Maintenance Service IAW Section C for FFP 1 each Scanning System, Ultrasonic OB/GYN Model: 400MD PA# 183M40659, ECN 13595 S/N: 401186YM2 Mfr: GE Medical Systems LOCATION: Dam Neck/208 POP: 01-OCT-2007 through 30-SEP-2008 FOB: Destination MILSTRIP: N4610608RQGY001 PURCHASE REQUEST NUMBER: N4610608RQGY001 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0023 12 Months Maintenance Service IAW Section C for FFP 2 each Probes - Used with CLIN 0022 LOCATION: Dam Neck/208 POP: 01-OCT-2007 through 30-SEP-2008 FOB: Destination MILSTRIP: N4610608RQGY001 PURCHASE REQUEST NUMBER: N4610608RQGY001 NET AMT Section C - Descriptions and Specifications CLAUSES INCORPORATED BY FULL TEXT DESCRIPTION/SPECIFICATION/WORK STATEMENT Statement of Work The 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 updates (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. Updates 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.
 
Place of Performance
Address: Naval Medical Center, 620 John Paul Jones Circle, Portsmouth, VA
Zip Code: 23708
Country: UNITED STATES
 
Record
SN01344564-W 20070719/070717221740 (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.