Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2011 FBO #3558
SOLICITATION NOTICE

65 -- ORTHO CLINICAL VITROS PM

Notice Date
8/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
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
N4624511670574
 
Archive Date
9/21/2011
 
Point of Contact
Jaime R. Belletto, Phone: 3016193020
 
E-Mail Address
jaime.belletto@med.navy.mil
(jaime.belletto@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, Streamlined Procedures for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N4624511670574. The solicitation is issued as a request for quotes (RFQ). Provisions and clauses in effect through Federal Acquisition Circular 05-52 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. The NAICS code is 325413 with a small business size of 500 employees. This is a small business set aside. This is a Full and Open Competition requirement; all qualified vendors are encouraged to submit a proposal. The Naval Medical Logistics Command request responses from qualified sources capable of providing Preventive Maintenance Service. Statement of Work (SOW) Maintenance Contract - Chemistry Analyzers Onboard USNS Mercy T-AH 19 Title and Scope This SOW describes the roles and responsibilities of the proposed contractor in providing preventative maintenance on all Chemistry Analyzers onboard USNS MERCY (T-AH 19). The contractor shall maintain the equipment within the original manufacturer's specifications, in accordance with NAVMED P-5132. It also includes the Government's responsibilities in ensuring the proposed contractor is provided all pertinent information and support to fulfill the contract's requirements. The devices to be covered under this contract are: a. Vitros Fusion 5,1 (2) 1. Unit 1 - Serial Number: 3400 0779 2. Unit 2 - Serial Number: 3400 0783 b. ECiQs (2) 1. Unit 1 - Serial Number: 3000 3664 2. Unit 2 - Serial Number: 3000 3700 The Firm Fixed Price (FFP) Maintenance includes regularly scheduled preventive maintenance, inspections, calibrations, and corrective maintenance tasks during Reduced Operating Status(ROS) and Activation Status. The aggregate requirement and level of effort will remain constant over the life of the contract. Under no circumstances shall the Contractor assume a verbal or written inquiry as authorization to provide services not specifically covered by the terms of the contract. The Contractor must provide for all inclusive parts, labor, materials, travel, personnel, supervision, and shipping costs necessary to perform all maintenance actions covered under this contract unless otherwise specified for all equipment identified. Preventive Maintenance is defined as follows: Corrective Maintenance (Reduced Operating Status). Repair, adjustment, calibration, software manipulation, or other action taken to return a piece of equipment to original manufacturer specifications following a failure, damage, or other incident that causes the product to no longer perform within the original specifications. Prepare equipment for prolonged periods due to lack of use to minimize any corrective action required. Preventive maintenance (Activation Status) is used to describe those periodic and "as required" services necessary to maintain equipment in an operating condition which minimizes corrective maintenance. This includes but is not limited to calibration, adjustment, lubrication, updating software for security or safety issues, as well as testing required to maintain a safe environment of care which includes electrical safety testing, output testing, replacement of batteries and other shelf life components on a scheduled basis (which becomes corrective maintenance if the component fails due to lack of preventive maintenance). Scheduling and accomplishment of preventive maintenance will be in accordance with ECRI Institute standard device code and nomenclature in addition to Manufacturer recommendations. PERFORMANCE REQUIREMENTS: The Contractor shall provide equipment maintenance services to include conducting preventive maintenance prior to putting the equipment in long term storage during suspended state and reduced operating status, and turn the equipment into fully functional capability and certified for clinical use within seventy two hours of notification. Contractor shall also provide technical assistance to operators of the equipment as needed. Contractor shall submit a Service Event Documentation to the COR or Alternate COR within 24 hours after completion of services, but no later than two work days. Service Vendor Qualification. All work shall be performed by service personnel with original equipment manufacturer service training on the products for which they will perform service. Service personnel shall have sufficient experience to demonstrate proficiency in maintenance of the products. Experience of less than 3 years working on a class of equipment or 1 year on the specific make and model may not be sufficient to indicate experience. Substantially more time may be required based upon the technology involved. Occasional experience with a limited set of equipment does not meet the requirements of this contract. All maintenance service provided by the vendor must meet OEM certification standards to include conducting preventive maintenance prior to putting the equipment in long term storage during suspended state and reduced operating status, and turn the equipment into fully functional capability within seventy two hours of notification and certified for clinical use. Preventive Maintenance Sticker. Contractor must provide and affix a color-coded, heavy duty, self adhesive preventive maintenance sticker to each piece of equipment rendered a preventive maintenance has been completed. The preventive maintenance sticker must include the following elements: 1. Name or initials of Technician performing Preventive Maintenance. 2. Primary Contractor's Company Name. Service Event Documentation. Upon completion of each preventive maintenance visit field service personnel must submit a signed service report to the COR, Alternate COR, or his/her designee at the conclusion of each service visit. The service report shall indicate all problems addressed, devices checked, parts replaced/repaired, parts ordered, and problem resolution or pending action. Each service report must at a minimum document the following data legibly and in complete detail: 1. Name of Contractor 2. Name of Field Service Technician performing service 3. Contractor log/control number 4. Date, time (beginning and ending), and hours on-site for service call 5. Description of problem reported by user 6. Equipment identification factors to include: Manufacturer, make, model, serial number and NMCSD Equipment Control Number (ECN) 7. Itemized description of service performed to include: Labor and travel costs, parts used, and problem/corrective action taken or recommended 8. Problem resolution or pending action 9. Total billing cost 10. Signatures: a. Field Service Technician performing services b. USNS MERCY (TAH-19) BMET verifying service rendered Tasks: Preventive Maintenance. Provide scheduled preventive maintenance for the following pieces of equipment prior to ROS (Deactivation) and within 72 hours prior to the ship's activation. Preventive maintenance visits shall include complete inspection, calibration, testing, and scheduled parts replacements of the following equipment in accordance with OEM recommended maintenance standards. b. Vitros Fusion 5,1 (2) 3. Unit 1 - Serial Number: 3400 0779 4. Unit 2 - Serial Number: 3400 0783 b. ECiQs (2) 1. Unit 1 - Serial Number: 3000 3664 2. Unit 2 - Serial Number: 3000 3700 Task 0001-Deactivation. During the "deactivation" process for MTF USNS MERCY (after returning from a mission), the units must be inspected, have preventive maintenance performed, provide any required parts to be replaced to maintain the unit during the "suspended state." This will allow the long term storage of these devices and insure command maintains readiness. ROS periods include any extended period involving loss of ship's basic services (i.e., power, steam, water, compressed air, etc.). Deactivation will occur one time annually per each piece of equipment. Task 0002- Activation. Within seventy-two (72) hours of notification, provide all parts required, and complete all service necessary to return the Chemistry Analyzers to fully functional capability and certified for clinical use. Activation will occur one time annually per each piece of equipment. It should be noted that parts and travel will be reimbursed as costs are incurred during either Deactivation or Activation. Period of Performance Initial period: 30 SEP 2011 - 29 SEP2012 Option 1: 30 SEP 2012 - 29 SEP2013 Location of Work San Diego, CA (or present homeport) SECURITY- The Contractor shall ensure that employees and subcontractors obtain the required pass and identification items as applicable for contractor's personnel and privately owned vehicles. The Government agrees to provide the contractor and its employees and subcontractors, with applicable ID badges, permitting access to the area of operation and to other parts of the MTF onboard USNS MERCY (TAH-19) or base as may be required for the performance of services described herein. The Government reserves the right, without provision of notice or reason, to revoke passes and ID badges issued to any employee of the Contractor at any time. Furthermore, issuance of such passes and ID badges is subject to the Contractor and subcontractor employees meeting all security requirements of the Government. Government's Responsibilities 1. Notify contractor within 24 hours of receipt of activation orders 2. Coordinate date of inspection, service, and maintenance. 3. Provide necessary documents to allow access to ship and equipment. QUALITY ASSURANCE SURVEILLANCE PLAN Maintenance Request - Chemistry Analyzers Company - Ortho Clinical Diagnostics RISK FACTOR PERFORMANCE STANDARD ACCEPTABLE QUALITY LEVEL MONITORING METHOD POSITIVE / NEGATIVE INCENTIVES Contractor response time to Activation Contractor acknowledges call for Activation within 24 hours and responds within 72 hours to restore equipment to Activation Status. 95% Inspection by Government Employee placing call. LCPO and Biomed LCPO/LPO When performance is below standard, COR will be notified if two or more occurrences of sub-standard performance. Contractor response time to Deactivation Contractor acknowledges call for Deactivation within 24 hours and responds to schedule Deactivation. 95% Inspection by Government Employee placing call. LCPO and Biomed LCPO/LPO When performance is below standard, COR will be notified if two or more occurrences of sub-standard performance. Repair Parts Contractor furnishes needed repair parts within 72 hours. 100% LCPO and Biomed LCPO/LPO When performance is below standard, contractor will correct within 24 hours at no additional cost to Government. Equipment function Equipment functions fully as intended after preventive maintenance (Activation). 100% LCPO and Biomed LCPO/LPO When performance is below standard,contractor will correct at no additional cost to Government.. INSTRUCTIONS TO OFFERORS: Offerers shall submit a technical proposal that addresses the SOW, to include the performance requirements and required tasks. Offerors shall propose pricing for the following: Base Year 0001- Deactivation- FFP - 1 Each 0002- Activation- FFP - 1 Each 0003- Other Direct Costs (ODCs)- Parts and Travel- COST- Option Year 1 0004- Deactivation- FFP - 1 Each 0005- Activation- FFP - 1 Each 0006- Other Direct Costs (ODCs)- Parts and Travel - COST- Proposals shall specify the Total Price. Proposals 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. 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. 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. 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. 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). The following factors shall be used to evaluate offers: 1. Technically acceptable. Offerors shall address the performance requirements and required tasks defined in the SOW. In addition, offerors shall provide certificates of training or proficiency required to demonstrate the ability of those personnel who will provide preventive maintenance services to the requested equipment. These certificates shall be from the original equipment manufacturer or other organization which conducts training as part of the normal course of business. Offerors shall provide the original equipment manufacturer parts. No substitute or refurbished parts shall be provided. 2. Price. All CLINs shall be priced. For evaluation purposes all offerors shall use $5,000 per year for ODCs which include travel and parts required to bring the piece of equipment to OEM standards during the Deactivation or Activation process.. 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. FAR Provisions & Clauses: FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED; FAR 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions---Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In compliance with said clause, the following FAR clauses apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers with disabilities; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). [Offerors are reminded to include a completed copy of 52.212-3 ALT I with RFP response. All clauses shall be incorporated by reference in the order.] Additional contract terms and conditions that may be applicable are: FAR 52.247-34, F.O.B. Destination FAR 52.247-32 F.O.B. Origin, Freight Prepaid may apply if we have to pay for shipping DFARS 252.211-7003, Item Identification and Valuation (if applicable). DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, In compliance with said clause, following additional DFARS clauses apply: 252.203-7000. Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities, 252.225-7021, Trade Agreements; 252.227-7015, Technical Data-Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7024, Notification of Transportation of Supplies by Sea. DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. 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 6 September 2011. Any questions must be addressed to Jaime.belletto@med.navy.mil by email only NLT 28 August 2011 No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N4624511670574/listing.html)
 
Place of Performance
Address: SAN DIEGO, CA, United States
 
Record
SN02543246-W 20110822/110820233403-b1f30e2627fee9dff16d13fa7e8d0dde (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.