Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 19, 2016 FBO #5444
SOLICITATION NOTICE

J -- BARRX SYSTEM SERVICE

Notice Date
10/17/2016
 
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, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
 
ZIP Code
92134-5000
 
Solicitation Number
N0025917N0009
 
Archive Date
11/5/2016
 
Point of Contact
Jeffrey P. Collins, Phone: 6195328076
 
E-Mail Address
jeffrey.p.collins20.civ@mail.mil
(jeffrey.p.collins20.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. Reference #: N0025917N0009. Naval Medical Center San Diego intends to award a firm fixed price sole source contract under the authority of FAR 13.106-1(b)(1)(i), only one responsible source, to: Covidien; 3950 Shackelford Road, STE 500, GA 30096. The objective of this requirement is for BARRX Halo Ablation System Service Maintenance. One year service maintenance on the HALOFLEX ECN: 128288. The service vendor must be authorized to work on the particular BARRX Haloflex System and offer service maintenance on all items in the system containing: 1) HALOFLEX SYSTEM GENERATOR to include Halo 360 Sizing Balloon, Halo Ablation Catheter electrode, and Halo Ablation bipolar electrode. Services must be performed in accordance with the attached Statement of Work. Covidien is the sole manufacturer of the proprietary equipment needing services. The NAICS code for this requirement is 811219; the small business size standard is $20.5 Million. This notice of intent is not a request for competitive quotes; however, interested persons may identify their interest and capability to respond to this requirement. All information received by 6:15 AM Pacific Time on October 21, 2016 may be considered by the Government. Responses shall be submitted to Jeff Collins at Jeffrey.p.collins20.civ@mail.mil. The email subject line shall state, "Naval Medical Center San Diego, Intent to Award Sole Source to Covidien." A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government NO TELEPHONE REQUESTS WILL BE HONORED Statement of Work GENERAL REQUIREMENTS: The effort required hereunder shall be performed in accordance with this Statement of Work and in accordance with all other terms and conditions set forth herein. The Contractor shall provide all services & materials and equipment necessary for the preventive maintenance of the Barrx Halo Ablation System located in the Gastroenteroloqy Department Naval Medical Center, San Diego (NMCSD)to ensure dependable and reliable equipment operation. The scope of work performed under these specifications includes the furnishing of all labor, and parts to perform all repairs on equipment listed1 to assure continued operation at their designed efficiency and capacity. "Repair" means any (a) modification, adjustment, or replacement of the hardware that corrects a malfunction by bringing the hardware into material conformity with the technical specifications for the hardware or (b) a procedure or routine that, when observed in the regular operation of the hardware, avoids the material adverse effect of the applicable nonconformity. NMCSD PREVENTIVE MAINTENANCE REQUIREMENTS: • Perform service repair/preventive maintenance to industry standards. • Ensure that only FULLY QUALIFIED FIELD ENGINEERS and TECHNICIANS who have gone through original equipment manufacturer (OEM) or comparable third party service schools for the above-mentioned equipment, shall be employed in the performance of any and all work performed under this contract. Upon request, The Contractor shall provide training certificates (or notarized copies} to the Medical Repair Branch for verification. The highest standard of professional capability and electrical/mechanical workmanship is to be maintained throughout the life of this contract. • Make repairs to the extent necessary (as determined by inspection tests or disassembly} to ensure a functional system that will 'efficiently serve its intended purpose. • Installation of system update changes to resolve specific product reliability problems. Hardware and software upgrades, defined as those changes that enhance or add product features, are not included. • The Contractor shall perform all scheduled preventive maintenance as agreed upon during initial Contact with the Contract Administrator. Haloflex; ECN: 128288; Serial Number: FE1415 NMCSD REPAIR REQUIREMENTS: • NMCSD Biomedical Engineering will provide the initial assessment. • Provide only the work necessary to restore the equipment to a serviceable/operating condition by adjustments, replacement parts, or minor repairs when it is determined that extensive repairs and parts replacements are not necessary. • Equipment improvements/modifications shall be made only upon Medical Repair Branch written approval and direction. • Notify the Medical Repair Branch immediately upon receipt of OEM or Replacement parts/equipment safety recalls notices. • Insure that original design and functional capabilities will not be changed, modified, or altered unless the Medical Repair Branch authorizes such changes. • Provide suitable OEM recommended repair equipment/tools required for the satisfactory execution of all repairs made. • Furnish manufacturer OEM approved lubricants and lubricate wear points within the equipment. • Extend to the Government all commercial warranties on replacement parts, consistent with standard industry practices. TRAVEL AND RELATED EXPENSES: • The Contractor shall be responsible for its service related trip expenses including round trip travel, mileage, and overnight living expenses. RESPONSE TIME: The Contractor shall use commercially reasonable efforts to: • Respond by telephone to any report of a malfunction requiring repair within one hour of notification by NMCSD. • Provide on-site support within 24 hours of notification by NMCSD -personnel. TITLE TO EQUIPMENT: The Contractor shall not assume possession or control of any part of the equipment. The Government retains ownership to title thereof. LIABILITY: The Contractor shall not be liable for any loss, damage, or delay due to any cause beyond his reasonable control including but not limited to, acts of government, strikes, lockouts, fire, explosion, theft, floods, riot, civil commotion, war, malicious mischief or acts of God. UTILITIES: The Contractor may use Government utilities, (e.g., electrical power, compressed air, and water) which are available and required for any service performed under this contract. The building engineer, to ensure compatibility with the Naval Medical Center's electrical wiring and equipment, must approve contractor electrical equipment. ACCESS TO EQUIPMENT: The Contractor shall be provided reasonable access to all equipment that is to be serviced and utility outlets required to do the service. The contractor shall be free to start and stop all primary equipment incidentals to the operation of the maintained equipment after permission is received from on duty personnel responsible for such equipment. GOVERNMENT PERSONNEL: NMCSD employees will not perform maintenance or attempt repairs to equipment while such equipment is under the purview of this contract unless agreed to in writing by the contractor. PARTS AVAILABILITY: To ensure minimal equipment downtime, The Contractor shall maintain replacement repair parts and materials necessary to perform each repair or supply said parts and Materials within~-3~ days. COMPENSATION: LABOR: All compensation for labor 7:30am - 5:00pm Local PST Time) is included in the contract price. Any labor performed outside of this timeframe is not included in the contract pricing. If services becomes necessary to be performed beyond 5:00pm, NMCSD Biomedical Repair Division shall be notified prior to performance. Parts and materials: All compensation for parts and materials is included in contract price. PARTS/SUPPLIES QUALITY: Parts and Supplies provided under this contract shall be guaranteed to be equal in all respects, including performance, interchangeability, durability and quality to the OEM parts when new or as presently recommended by the manufacturer. CONTRACTOR CHECK-IN/CHECK-OUT: The Contractor is required to report to the Medical Repair Branch for Visitor Badges during the hours of 7:30am - 5:00pm, Monday through Friday, prior to and upon completion of any service/repair performed. FIELD SERVICE REPORTS: The contractor, at Check-In shall pick-up a Government Field Report {Form NMCSD 6700/83) (7-05). The Contractor shall furnish to the Duty Staff or: Contract Administrator Naval Medical Center, San Diego Biomedical Engineering Branch Building 1, Ground Floor, Room GD-18Hl Phone: (619) 532-5191 Fax: (619) 532-8013 E-mail: USN.NMCSD-CONTRACTADMINISTRATOR@MAIL.MIL a completed Government Field Service Report {NMCSD 6700/83) upon completion of work performed prior to checking-out. The contractor, or his representative, shall complete the Government Field Service Report (NMCSD 6700/83) to include the following: • Contractor Name, Technician's Printed Name and Telephone Number, Signature • Date and Time of Arrival • ECN (Equipment Code Number) and Serial Number • Time expended repairing/servicing; Labor Hours, Rate, and Materials • Summary of work performed and accepted by end-user(Government Representative's Printed Name and Signature)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025917N0009/listing.html)
 
Record
SN04305547-W 20161019/161017234052-abee1cf0a6548f2092ecad736840d06d (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.