Federal Bid

Last Updated on 10 Nov 2016 at 9 AM
Combined Synopsis/Solicitation
San diego California

APC2 Argon Plasma for VIO Service Maintenance

Solicitation ID N0025917N0011
Posted Date 20 Oct 2016 at 2 PM
Archive Date 10 Nov 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location San diego California United states 92134
THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. Reference #: N0025917N0011. 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: ERBE-USA; 2225 Northwest Pkwy SE, Marietta, GA 30067. The objective of this sole source award is to acquire ONE YEAR of service maintenance for the proprietary ERBE-USA electrosurgical units; APC2 Argon Plasma for VIO; serial numbers (11361395, 11361982, 11364718, 11364993, 11364994) and VIO300D Electrosurgical Generator serial numbers (11361489, 11361493, 11364589, 11364590, 11364591).
The service must be performed in accordance with the attached statement of work.
ERBE-USA is the manufacturer and sole distributer of the needed software. 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 26, 2016 may be considered by the Government. Responses shall be submitted to Jeff Collins at [email protected]. The email subject line shall state, "Naval Medical Center San Diego, Intent to Award Sole Source to ERBE-USA." 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 ERBE's located in the Gastroenterology
Depart.ment 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 listed, to assure continued operation at their designed
efficfency 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.
ITEMS TO BE SERVICED:
The APC2 Argon Plasma for VIO; serial numbers (11361395, 11361982, 11364718, 11364993, 11364994)
VIO300D Electrosurgical Generator; serial numbers (11361489, 11361493, 11364589, 11364590, 11364591)
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.
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.
• The Contractor shall pay for shipping costs to NMCSD related to repair
using FEDEX.
RESPONSE TIME:
to:
The Contractor shall use commercially reasonable efforts
• Respond by telephone to any report of a malfunction requiring repair
within one hour of notification by NMCSD.
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, theft1
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.
LABOR: All compensation for labor 07:30am - 17:00pm 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 17:00pm, 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
07:30am - 17:00pm, Monday through Friday, prior to and upon completion of any
service/repair performed.The Contractor is required to submit/complete Naval
Base San Diego RAPIDGate access to NMCSD. Contractor will contact the
RAPIDGateprogram at 1-877-RAPIDGate or www.RAPIDGate.com in order to obtain
RAPIDGate pass(es) as necessary in order to perform this contract.
FIELD SERVICE REPORTS: contractor will furnish a written or
electronic Service/Repair Documentation to the Duty Staff at NMCSD Biomed.
This service/Repair documentation is returned to NMCSD with the returned
unit. The contractor or their repersenative shall complete the Service/Repair
Documentation to include, at a minimum/ 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
E-mail to: [email protected]
NMC Points of Contact: For all matters concerning performance of
this contract, the primary point of contact shall be:
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: [email protected]
COMPLETED Service/Repair Documentation ARE REQUIRED PRIOR TO
ACCEPTANCE OF ANY INVOICE
PREVENTIVE MAINTENANCE AND REPAIR SERVICES
SCHEDULES
SERVICES SHALL BE REQUIRED BASED UPON THE FOLLOWING AGREED
SCHEDULES:
PREVENTIVE MAINTENANCE: ONE TIME PER ANNUAL CONTRACT TERM
REPAIR: MONDAY - FIRDAY 0800-1700 HRS

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 31 Dec 2012 at 6 PM
Columbia South carolina 11 Dec 2012 at 6 PM
Salisbury North carolina 28 Mar 2012 at 2 PM
Albuquerque New mexico 24 Aug 2009 at 10 PM