Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2008 FBO #2501
SPECIAL NOTICE

99 -- Maintenance and repair service Philips IE33 Ultrasound unit for a period of performance: 1 October 2008 through 30 September 2009.

Notice Date
9/29/2008
 
Notice Type
Special Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Southeast Regional Contracting Office, Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W33BWP81508809
 
Archive Date
12/28/2008
 
Point of Contact
Linda Spindler, 706-787-2378<br />
 
Small Business Set-Aside
N/A
 
Description
The US Army Medical Command, Southeast Region has a requirement for 12 months maintenance and service, Philips IE33 Ultrasound, at Eisenhower Army Medical Center, Fort Gordon, Georgia. The Government intends to award a sole source contract for this requirement. The suggested contractor is Philips Medical System North America, 2210 Bothell Everett Highway. Bothell, Washington 98021-8431 12 months Philips IE33 Ultrasound maintenance service for a Period of Performance: 1 October 2008 through 30 September 2009. Maintenance contract is to provide total scheduled and unscheduled maintenance to the Philips IE33 Ultrasound System located in Cardiology. To include all repair parts and training of 1 each Biomedical Technician. The contractor shall provide 24 hour per day toll free telephonic applications and technical support to assist in-house personnel in solving problems or failures that can be resolved quickly. Remote dial-in access shall be made available to the MTF if the service is offered to the contractors other clients, but must be specifically authorized by the Military Treatment Facility (MTF) prior to use. Preventive maintenance inspections shall include all services necessary, including calibrations and parts replacement, to keep the equipment in serviceable condition. Contractor shall follow the manufacturers recommendations and requirements in scope and execution. Contractor shall perform PMIs during the month of March. The Contracting Officers Representative (COR) will contact the contractor to request a PMI be scheduled for the month due, unless contractor has a technical representative assigned to the MTF in which case the contractor shall be wholly responsible to schedule and perform PMIs with no further direction from the COR. The contractor will contact the COR within 5 duty days of the original request for the PMI service to schedule the PMI date. PMIs will be completed no later than 20 days after initial contact for services, but always within the month they are due. Contractor shall maintain a sufficient supply of replacement parts in order to complete the PMI on time. Contractor will immediately apprise the COR of any actual or potential delays that will prevent the successful completion of the PMI in the month due. On call remedial maintenance is the service requested by Medical Maintenance through the contractors point of contact and is required to restore equipment to an operational condition within the manufacturers specifications. Remedial maintenance includes the inspection, testing, trouble shooting, servicing, re-calibration (if incidental to repair), and all other actions necessary to return item to full service state. Remedial maintenance includes all minor or major malfunctions of the equipment systems and subsystems itself and not as a result of damage to the equipment by accident, neglect, abuse, power surge, power failure, or operation in an environment not compatible with the equipments published specifications, unless such damage is caused by the contractor. The contractors technician must notify the COR of any malfunctions resulting from damage to the equipment by accident, neglect, abuse, power surge, power failure, or operation in an environment not compatible with the equipments published specifications anytime these actions are the probable cause of the malfunction and regardless of who is at fault. Contractor will respond within one (1) hour of receiving call from COR or Medical Maintenance requesting service and will be on-site within four (4) hours for critical system/equipment malfunctions in which said equipment is inoperable. On site support shall be between the hours of 8:00 AM through 5:00 PM Monday through Friday excluding federal holidays. Overtime charges for any service performed by contractor after standard hours must be pre-approved by COR or Chief, Equipment Management Branch. Recalls, Field Change Orders, and Upgrades: Recalls and manufacturer initiated field changes shall be performed expeditiously. Notification of same shall be made to Chief, Equipment Management Branch immediately when initiated and upon completion. Upgrades to applications and/or operating system software will be included in the contract price and will be performed when available from the manufacturer, unless such an upgrade would require a non-covered hardware upgrade. Software packages will be kept current with the latest releases. Upgrades to hardware that are not covered under this contract will be offered to the Government and will reflect at least a 30% discount. No hardware upgrade will be initiated without the express consent of the COR. The contractor shall use only new or refurbished repair parts. The parts must meet OEM specifications. All refurbished shall be quality tested by the OEMs Quality Assurance Department and be certified as meeting the OEMs minimum requirements. Non-OEM parts must be approved by the COR prior to installation. The contractor must provide written evidence from OEMs or parts suppliers, of their ability to obtain parts that meet OEM specifications and in the quantities and times sufficient to meet the terms of the contract, if requested by the Government. Warranties of parts used in the repair shall meet or exceed that of the OEM. After completion of each service, the contractor will ensure the equipment is in compliance with the latest published editions of NFPA-99, manufacturers specifications, and Federal and DOD guidelines, regulation, performance standards, and specifications. The Contractor will provide all parts and incidentals for repairs and PMIs at no additional cost to the government. Upon request by the COR, parts replacement shall require written approval by the COR or technical representative prior to installation. The Government reserves the right to furnish replacement parts, to include x ray tubes, for the equipment covered by this contract. On request, the contractor will provide the Government the parts that were replaced by non- exchange parts. Freight, postage, and storage charges associated with shipment and receipt of replacement parts and the return of worn or defective parts shall be the responsibility of the contractor, unless said parts are supplied by the Government. Cost of priority shipping, when authorized in writing by the COR to meet emergency situations, may be added to the cost of the part and billed as one single item line on the invoice. Approval or non approval does not relieve the contractor from meeting timeframes established in the contract. It is the contractors responsibility to provide a trained, qualified technician with travel, expenses, parts, labor, literature, tools, test equipment, and software necessary to maintain and repair the listed equipment to manufacturers published specifications. Hardware upgrades are not included. The contractor shall obtain, have on file, and make available to all operational and technical documentation necessary to meet the performance requirements of this contract. Government literature of non proprietary nature, if deemed appropriate by the COR, may be made available to the contractor. (The government may not possess all literature for the equipment in its inventory). Contractors service representative shall have factory training and at least two (2) years of experience working on the contracted equipment. All contractors service personnel shall read, understand, fluently speak, and legibly write English. The Contractor shall not employ current DOD employees, military or civilian, to provide services under this contract. Contractor shall provide a POC who can be reached 24 hours a day. If the contractor changes the POC, the government shall be notified in writing 5 days prior to change. This is a non personal contract whereby Contractor personnel are considered employees and/or subcontractors of the Contractor and not subject, either by the contract terms or by the manner of its administration, to the supervision and control usually prevailing in a relationship, between the Government and its employees. The Government may evaluate the quality of professional and administrative service provided, but it retains no control over the professional aspects of services rendered. Performance of work by the contractors personnel under the terms of this contract shall not interfere with regularly scheduled Government operational activities. The contractor shall be responsible for the quantity and quality of services rendered by others who are subcontracted by the contractor for equipment that can not be serviced by the contractor for whatever reason. For all preventive or remedial services that require the calibration and/or calibration verification of equipment, the contractor shall complete DD Form 2163 (Medical Equipment Verification/Certification) in accordance with instructions provided in TB 38-750-2. This form will be provided by Dwight D. Eisenhower Army Medical Center. The contractor shall make every effort to perform the service in the MTF. However, if this is not feasible, the contractor assumes responsibility for equipment sent to their facility or to that of a subcontractor for the performance of this service. Contractor shall not remove any equipment displaying a serial number or Equipment Control Number (ECN) from the building without approval from the Section NCOIC, Property Book Officer, or Chief, Equipment Management Branch. The contractor shall arrange for and provide shipping to and from the remote location at no further charge to the Government. Upon completion of services, a written Service Report shall accompany the equipment being returned to include at a minimum, the time required to complete the work, price of labor (hourly rate), and a list of parts replaced with prices for each part, if applicable. The service report for preventive maintenance services shall provide detailed information regarding the results of the preventive services, any corrective action taken, and a statement regarding its operational status. The service report for remedial repair shall include the cause of the equipment malfunction and corrective action taken. If calibration was necessary as a result of the repair, a statement shall be included with the results of that calibration. Contractor shall also provide a statement regarding the operational status regardless of whether or not calibration was required or performed. No equipment displaying a serial number and not belonging to the Army or the MTF shall be left in the MTF without authorization from one of the aforementioned personnel. All such equipment left at the hospital could be considered Army property after thirty (30) days. This is not a request for proposal. However, entities that can provide an equal product must submit their technical capabilities to include certifications/licenses and Curriculum Vitae, past performance information, price and delivery time. This information will be reviewed by the Government medical/technical representatives for consideration for future requirements.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5a0f72b41f213313c90190d79208f795&tab=core&_cview=1)
 
Record
SN01684784-W 20081001/080929221006-5a0f72b41f213313c90190d79208f795 (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.