Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2009 FBO #2937
SOLICITATION NOTICE

J -- Callibration and Corrective Maintenance

Notice Date
12/7/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
 
ZIP Code
21702-9203
 
Solicitation Number
N62645-10-T-0008
 
Archive Date
1/1/2010
 
Point of Contact
Amanda M. Heller, Phone: 3016190242, Tameka N Davis, Phone: 301-619-1677
 
E-Mail Address
amanda.heller@med.navy.mil, tameka.davis@med.navy.mil
(amanda.heller@med.navy.mil, tameka.davis@med.navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR FAR 12.6, Streamlined Procedures for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is N62645-10-T-0008. The solicitation is issued as a request for quotation (RFQ). Provisions and clauses in effect through Federal Acquisition Circular 05-37 are incorporated. It is the contractor’s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 811219, with a small business size of $7.0 million. This is a small business set-aside requirement; all qualified vendors are encouraged to submit a quote. The Naval Medical Logistics Command request responses from qualified sources capable of providing Calibration and corrective maintenance for the following statement of work and equipment to also include one (1) option year: Statement of Work This contract shall provide for the calibration services of all Biomedical Engineering test equipment aboard the USNS Comfort (T-AH 20), which will include on-site calibration and depot calibration. Normal working hour of coverage for on-site calibration will be 8:00 A.M. to 5:00 P.M. Any work done after these hours will be on the Contractor’s time and money. 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 state. 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 (BMET), all acting within the limits of their authority. C.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 Calibration and Safety of all test equipment completed on-site. D.The Contractor shall provide telephonic communication with the government to discuss technical matters relating to the performance of this contract. Scope of Work A.Equipment listed in this contract will meet the original equipment manufacturers (OEM’s) specifications. B.Biomedical Engineering Division will be notified if any equipment (on-site or depot) is found to be inoperable. C.The Contract will perform all on-site calibrations aboard the USNS Comfort (T-AH 20). A crane will be available for the contractor technician to get all contractors test equipment aboard. D.During normal duty hours, Contracted Field Service Engineer (FSE) personnel shall check in with Biomedical Engineering Division prior to the date of inspection with Full Name of all Technicians that will need access during said time. An access letter will be made available to Contracted Field Service Engineer. Access will be granted with escort. Contracted FSE may not go anywhere aboard the USNS Comfort without an Active Duty Member escort, that are assigned to the USNS Comfort (T-AH 20). Contractors Report Requirement A.The Contractor shall provide to the Biomedical Division a full service report and Calibration Certificates within two (2) days after completion of all service performed. This service report shall include, but not be limited to: contract number, contractor’s log number, detailed description of the services(s) performed, 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. Calibration Services A.The equipment listed (encl) will be equipment for calibration. If Contractor cannot perform calibration on specific equipment, it will need to be specified prior to contract being awarded. B.Depot calibration: a.Any equipment that cannot be calibrated aboard the USNS Comfort (T-AH 20), are to be sent to depot (when calibration’s can’t be completed at the ship, they will be sent to the contracting company or DEPOT for calibrations), these will be specified before contract is granted. Reason for Depot Calibration should be written in Contractors quote, (i.e. Equipment needs a specific environment for controlled calibration).. b.Equipment that specified to be sent to depot shall be at USNS Comfort (T-AH 20)’s expense. All efforts on Contractor part should be used to get equipment to depot on their expense. c.Upon completion of calibration, at contractor’s expense, equipment will be shipped to USNS Comfort with Calibration Certificates and Field Service Reports included in shipment. C.The government shall select the month in which the calibration services are to be performed. The calibration visit shall be performed during the following month: January 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. Included Equipment for calibration/corrective maintenance: ECN Nomenclature Mfr. Serial No. Mfr. Com. Model 5134 Phototachometer 32594154 AMETEK TCI 1726 5135 Phototachometer 32594144 AMETEK TCI 1726 5136 Phototachometer 32594105 AMETEK TCI 1726 5139 Meter, Ampere 410668 Amprobe Instruments AM12 2945 Temp/Pressure Meter 1824 Automata Instrumentation Inc NEO1 92059 Ultrasonic Unit Analyzer 181855 BIOTEK Inc UW4 60636 Calibrator, Infusion Drop-Rate 17815 BIO-TEK Instruments Inc IDA-2P 60637 Calibrator, Infusion Drop-Rate17418 BIO-TEK Instruments Inc IDA-2P 60100 Calibrator, Respiratory Therapy Unit 139832 BIO-TEK Instruments Inc VT2 60101 Calibrator, Respiratory Therapy Unit 139892 BIO-TEK Instruments Inc VT2 60638 Tester, Implantable Cardiac Pacemaker 2184 BIO-TEK Instruments Inc PMA-1 2892 Tester, Pneumatic329 BIO-TEK Instruments Inc DPM1 60014 Simulator, Noninvasive Bld Pres. SA01959517 Clinical Dynamics Corp GX2 60015 Simulator, Noninvasive Bld Pres SA01959516 Clinical Dynamics Corp GX2 5040 Tester, Pulse Oximetry Monitor SS03950525 Clinical Dynamics Corp SS100A 5177 Tester, Pulse Oximetry Monitor SS03950479 Clinical Dynamics Corp SS100A 5131 Tester, Electrical Safety 61755 Dale Technology Inc 600 5133 Tester, Electrical Safety 61747 Dale Technology Inc 600 5561 Tester, Electrical Safety 62164 Dale Technology Inc 600 5562 Tester, Electrical Safety 62165 Dale Technology Inc 600 5564 Tester, Electrical Safety 62163 Dale Technology Inc 600 2901 Auditory Funct. Screening Dev 6460MA031 Dranetz-BMI 646-3/12 2584 Simulator, Cardiac, Electrocardio 4354 Dynatech Nevada 217A 2585 Simulator, Cardiac, Electrocardio 4519 Dynatech Nevada 217A 2586 Simulator, Cardiac, Electrocardio 4509 Dynatech Nevada 217A 2587 Simulator, Cardiac, Electrocardio 4287 Dynatech Nevada 217A 70189 Simulator, Cardiac, Electrocardio 6438 Dynatech Nevada 217A 60641 Tester, Electrical Safety 8443 Dynatech Nevada 232D 60642 Tester, Electrical Safety 8444 Dynatech Nevada 232D 63698 Tester. Electrosurgical Unit 2165 Dynatech Nevada 454A 63693 Tester, Electrosurgical Unit 2164 Dynatech Nevada 454A 60877 Tester, Infusion Pump DDC03010505 Dynatech Nevada 2000 60878 Tester, Infusion Pump DDC03010507 Dynatech Nevada 2000 60879 Tester, Infusion Pump DRC03010205 Dynatech Nevada 2000 63608 Tester, Infusion Pump DRC03010204 Dynatech Nevada 2000 70180 Tester, Pneumatic 3294 Dynatech Nevada 207B 2888 Digital Pressure Meter 1453 Dynatech Nevada 207B 92327 Meter, Watt 9069005 Fluke Corp 2786 Multimeter, Digital54210505 Fluke Corp 87 4748 Multimeter, Digital67411528 Fluke Corp 87 4749 Multimeter, Digital67411524 Fluke Corp 87 4751 Multimeter, Digital67411530 Fluke Corp 87 60170 Multimeter, Digital95836 Fluke Corp 87 60171 Multimeter, Digital95590 Fluke Corp 87 60172 Multimeter, Digital95868 Fluke Corp 87 60174 Multimeter, Digital95865 Fluke Corp 87 63703 Multimeter, Digital83130125 Fluke Corp 87 63705 Multimeter, Digital83130109 Fluke Corp 87 63706 Multimeter, Digital83130091 Fluke Corp 87 92020 Multimeter, Digital82050603 Fluke Corp 92021 Multimeter, Digital82050624 Fluke Corp 5485 OscilloscopeDM6820583 Fluke Corp 99B 5486 Oscilloscope DM6820540 Fluke Corp 99B 60245 OscilloscopeDM7310704 Fluke Corp 99B 60246 OscilloscopeDM7320162 Fluke Corp 99B 60247 OscilloscopeDM7320168 Fluke Corp 99B 60248 OscilloscopeDM7310706 Fluke Corp 99B 70242 Sampler, Environmental, Air6050303 Fluke Corp INCU 70243 Sampler, Environmental, Air6050302 Fluke Corp INCU 92053 Tester, Defibrillator9122027 Fluke Corp QED 6H 92054 Tester, Defibrillator9122026 Fluke Corp QED 6H 92055 Tester, Defibrillator9122024 Fluke Corp QED 6H 92353 Tester, Pneumatic50057 Fluke Corp DPM4 92354 Tester, Pneumatic50070 Fluke Corp DPM4 92355 Tester, Pneumatic50056 Fluke Corp DPM4 92356 Tester, Pneumatic50068 Fluke Corp DPM4 2701 Thermometer, Electronic5165272 Fluke Corp 52 2702 Thermometer, Electronic5165274 Fluke Corp 52 90162 Tester, Infusion PumpTPT9 Gaymar Industries Inc TPT-9 90161 Thermometer, ElectronicF10001 Gaymar Industries Inc MT 590 3599 Meter, X-Ray KVP, Noninvasive 26978 Keithley Instruments Inc 35080 78 Radio. Quality Assurance Dev. 44780EA5 Machlett Div Fischer Imaging Corp 46154966G1 5045 Tester, Conductivity9D3014 Mesa Laboratories Inc 90DX 5141 Meter, Light77423029 Minolta Corporation LS100 580 Phototachometer50200119 Nidec-Shimpo America Corp. DT301 5130 Voltmeter 2000-90-08875 Pacer Industries Inc PM2000 92026 Calibrator Resp. Therapy 4150250004 Puritan Bennett PTS 2000 92022 Thermometer, Electronic1999 0162 SIMS Level 1 Inc 92023 Thermometer, Electronic2002 0102 SIMS Level 1 Inc 92024 Thermometer, Electronic2002 0128 SIMS Level 1 Inc 92025 Thermometer, Electronic1999 0158 SIMS Level 1 Inc 2590 OscilloscopeB013731 Tektronix Inc 2232 2652 Calibrator, Resp. Therapy Unit Q37D Timeter Instrument Corp RT200 2732 Calibrator, Resp. Therapy Unit P13Y Timeter Instrument Corp RT200 5565 Rad. Surv. Meter, Geiger-Muller 1308 Victoreen LLC 4000 60438 Rad. Surv. Meter, Geiger-Muller 97914 Victoreen LLC 4000 92329 Rad. Surv. Meter, Geiger-Muller 106064 Victoreen LLC 4000 Regulatory Requirements: The calibration services, shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver and service medical products for use in the United States of America, even should delivery or service be requested outside of the United States. The claims made for the product or service shall comply with the regulations of the FDA with respect to products for marketing, delivery and service of a medical product for use in the United States of America, even should delivery or service be requested outside of the United States. INSPECTION: Unless otherwise specified in the order, the offeror is responsible for the performance of all inspection requirements and quality control. EVALUATION FACTORS FOR AWARD: The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable offer, which shall represent best value to the Goverernment. Award shall be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors (ie. technical conformance to the requirements of the solicitation). Evaluation of price will be based on the offeror’s total price for all line items as delivered to the specified destination. Past Performance is not an evaluation factor for this acquisition. The offeror’s initial proposal shall contain the offeror’s best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. QUOTE/PROPOSAL INSTRUCTIONS: The vendor shall fully explain their ability to meet the requirements from above. Shipping shall be FOB Destination. Quote shall specify the Total Price. Quotes will be evaluated for Completeness (all CLINS are priced). Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price contract with one (1) option year. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. Other Administrative Instructions: Central Contractor Registration (CCR). Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; provide DUNS number; Cage Code and TIN. Quotes/Proposals shall be submitted by email only as a MS Word or Adobe PDF attachment to: Proposals are due by 4:00 p.m. Eastern Time on 17 December 2009. Any questions must be addressed to Amanda Heller by email only NLT 14 December 2009. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N62645-10-T-0008/listing.html)
 
Place of Performance
Address: Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN02018599-W 20091209/091207235248-419089bf409f6c1cd9621d48fd4b8c82 (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.