CLIN 0001 Service Maintenance and Calibration
Grason Stadler ModeL GSI-61 Audiometer
ECN: 107628; SN: 105377
Location: Audiology Bldg 2 Deck 2 Booth 1
Grason Stadler Model GSI-61 Audiometer
ECN: 107630; SN: 105380
Location: Audiology Bldg 2 Deck 2 Booth 2
Grason Stadler Model GSI-61 Audiometer
ECN: 107629; SN: 105379
Location: Audiology Bldg 2 Deck 2 Booth 3
Grason Stadler Model GSI-61 Audiometer
ECN: 107631; SN: 105378
Location: Audiology Bldg 2 Deck 2 Booth 4
Grason Stadler Model GSI-61 Audiometer
ECN: 33091; SN: 52141
Location: Audiology Bldg 2 Deck 2 Closet
Grason Stadler Tympstar Impedance Bridge
ECN: 0-35382; SN: ALO62315
Location: Audiology Bldg 2 Deck 2 Room 2K-9S1
Grason Stadler Tympstar Impedance Bridge
ECN: 0-35391; SN: ALO62314
Location: Audiology Bldg 2 Deck 2 Room 2K-9S1
Grason Stadler Tympstar Impedance Bridge
ECN: 106177; SN: ALO94119
Location: Audiology Bldg 2 Deck 2 Room 2K-7Q3
Grason Stadler Tympstar Impedance Bridge
ECN: 106176; SN: ALO95008
Location: Audiology Bldg 2 Deck 2 Room 2K-R6
Grason Stadler Tympstar Impedance Bridge
ECN: OM47F1; SN: 2002-0388
Location: Audiology Bldg 2 Deck 2 Room 2K-952A
Audioscan Hearing Aid Analyzer
ECN: 0-35214; SN: 2595
Location: Audiology Bldg 2 Deck 2 Room 2K-8S2J
Audioscan Hearing Aid Analyzer
ECN: 0-35213; SN: 2593
Location: Audiology Bldg 2 Deck 2 Room 2K-9S1
Audioscan Hearing Aid Analyzer
ECN: 0-35331; SN: 2594
Location: Audiology Bldg 2 Deck 2 Room 2K-8S2J
Maico MA-41 Portable Audiometer
ECN: OM2E40; SN: 65070
Location: Audiology Bldg 2 Deck 2 Booth 3
Maico MA-41 Portable Audiometer
ECN: 0-24082; SN: 65069
Location: Audiology Bldg 2 Deck 2 Booth 1
Maico MA-41 Portable Audiometer
ECN: OM16FD; SN: 71026
Location: Audiology Bldg 2 Deck 2 Booth 2
Otodynamics Otoacoustic Emissions
ECN: 0-33091; SN: ECHO (DP4/05/0199/09)
SN of HP Laptop: AA052141
Location: Audiology Bldg 2 Deck 2 2K-7R6
Otodynamics Otoacoustic Emissions
ECN: 108784; SN: LR-ALPDA
Location: Audiology Bldg 2 Deck 2 Adult ABR RM
Otodynamics Otoacoustic Emissions
ECN: 0-31727; SN: DP403004711
Location: Audiology Bldg 2 Deck 2 2K-7R5
Otodynamics Otoacoustic Emissions
ECN: 106417; SN: DP0409050496
Location: Audiology Bldg 2 Deck 2 2K-7Q3
ABAER Newborn Hearing Screener
ECN: 0-99276; SN: SZSL93DA081700700
Location: Ward 3N
ABAER Newborn Hearing Screener
ECN: 0-99275; SN: SZSL939AO8100969
Location: Ward 3E
ABAER Newborn Hearing Screener
ECN: 98092; SN: SZSL93DA082900589
Location: NICU
Biologic Navigator Pro ABR/ASSR
ECN: 35643; SN: NP0611716
Location: Audiology Bldg 2 Deck 2 RM 2K-9S2A
Biologic Master ABR/ASSR
ECN: 0-98278; SN: CNU8293V9T
Location: Audiology Bldg 2 Deck 2 RM 2K-8S2L
Biologic Master ABR/ASSR
ECN: 102422; SN: 09D05288M
Location: Audiology Bldg 2 Deck 2 RM 2K-8S2L
Biologic Master ABR/ASSR
ECN: 102421; SN: 09D05304M8
Location: Audiology Bldg 2 Deck 2 RM 2K7P6
Traveler ABR System
ECN: 00259OM2CAE; SN: TE96J0351
Location: Audiology Bldg 2 Deck 2 RM 2K-8S2L
Acoustic System Audio Testing Booth
ECN: 0-97341; SN: RS-143-1
Location: Audiology Bldg 2 Deck 2 RM 2K-8S2A and RM 2K-8S2B
Acoustic System Audio Testing Booth
ECN: 0-97338; SN: RS-143-2
Location: Audiology Bldg 2 Deck 2 RM 2K-8S2C and RM 2K-8S2D
Acoustic System Audio Testing Booth
ECN: 0-97339; SN: RS-143-3
Location: Audiology Bldg 2 Deck 2 RM 2K-8S2D and RM 2K-8S2F
Acoustic System Audio Testing Booth
ECN: 0-97340; SN: RS-143-4
Location: Audiology Bldg 2 Deck 2 RM 2K-8S2G and RM 2K-8S2H
Interacoustics Audiometer
ECN: 0-23999; SN: 100277
Location: Audiology Bldg 2 Deck 2 Booth 3
Interacoustics Audiometer
ECN: 0-24001; SN: 100278
Location: Audiology Bldg 2 Deck 2 Booth 4
Grason Stadler Auditory Analyzer
ECN: 38013; SN: AT040540
Location: Audiology Bldg 2 Deck 2 NICU
AUDSUP-B Bronze AUDBASE Support
Location: Audiology Bldg 2 Deck 2
AUDBASE Software Support includes unlimited telephone, software updates, and software repair. AUDBASE Software Support is installed on the following networked computers:
NMCSDPC-410V5B; 410V47; 410V5J; 410V7M; 410V5Y; 410V2G, 8C8VFK1; 410TNL; 410TPR; 410TQL; 410VFZ; 410VG4; 410TNC; 410TR0; 410VFY
VNG/ENG Computer Medical System
ECN: 104948; SN: 47D6JJ1
Location: Audiology Bldg 2 Deck 2 RM 2K-7Q3
DVAT (Dynamic Visual Acuity Tester)
ECN: 105003; SN: DL3111
Location: Audiology Bldg 2 Deck 2 RM 2K-7Q3
Balance Manager Smart Equitest Posturography
ECN: 106654; SN: 5170
Location: Audiology Bldg 2 Deck 2 RM 2K-7P6
STATEMENT OF WORK
MEDICAL EQUIPMENT SERVICE MAINTENANCE WITH LOANER OPTION
AUDIOLOGY DEPARTMENT BLD 2 DECK 2 619 532-9602
GENERAL REQUIREMENTS: The effort required hereunder shall be performed in accordance with this Statement of Work and with all other terms and conditions set forth herein.
SCOPE: The contractor is required to provide all services, materials and equipment necessary for the repair/preventive maintenance of (Also see attached for list with ECNs and Serial #s.) AUDIOMETERS, TYMPSTARS, AUDIOSCAN HEARING AID ANALYZERS, PORTABLE AUDIOMETERS, OTOACOUSTIC EMISSIONS ANALYZERS, ABAER SYSTEMS, BIOLOGIC NAVIGATORS (MASTER) SYSTEMS, MAICO PORTABLE AUDIOMETERS, TRAVELER ABRS, NEUROCOM BALANCE MANAGER (POSTUROGRAPHY), ACOUSTIC SYSTEM TESTING HEARING BOOTHS ( INCLUDING VRA EQUIPMENT) located in the AUDIOLOGY DEPARTMENT Bld. 2 Deck 2 at 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 efficiency and capacity.
LOCATION: ENT Clinic, Material Management BIOMED Repair Department, Building 1, Ground Floor, Room GD-18H, Naval Medical Center San Diego, 34800 BOB WILSON DRIVE, SAN DIEGO, CA. 92134-5000.
NMCSD PREVENTIVE MAINTENANCE REQUIREMENTS:
a. Contractor will respond no later than two (2) business days after telephone notification of Preventive Maintenance Service request.
b. Perform service repair/preventive maintenance to industry standards.
c. 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, contractor shall provide training certificates (or notarized copies) to the Material Management Department BIOMED division for verification.
d. 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.
NMCSD CORRECTIVE MAINTENANCE REQUIREMENTS:
a. Correct inoperable condition in a timely manner. Immediately upon contract award, the contractor will provide Material Management Department BIOMED division, Naval Medical Center San Diego, an emergency telephone number. Contractor will respond no later than two (2) hours after telephone notification Monday-Friday, hours of 0800-1600.
b. 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.
c. Equipment improvements/modifications shall be made only upon Material Management Department, Biomed Repair Department written approval and direction.
d. Notify the Material Management Department, Naval Medical Center San Diego, Biomed Repair Department immediately upon receipt of OEM or replacement parts/equipment safety recalls notices.
e. Insure that original design and functional capabilities will not be changed, modified, or altered unless the Material Management Department, Biomed Repair Department, Naval Medical Center, San Diego authorizes such changes in writing.
f. Provide suitable OEM recommended repair equipment/tools required for the satisfactory execution of all repairs made.
g. Furnish manufacturer OEM approved lubricants and lubricate wear points within the equipment.
h. Extend to the Government all commercial warranties on replacement parts, consistent with standard industry inventory.
TRAVEL AND RELATED EXPENSES: Contractor shall be responsible for its service related trip expenses including round trip travel, mileage, and overnight living expenses.
RESPONSE TIME: Contractor shall use commercially reasonable efforts to:
a. Respond by telephone to any report of a malfunction requiring repair within two (2) hours of notification by NMCSD Monday - Friday, 0800-1600.
b. Provide on-site support within two (2) business days of notification by NMCSD personnel.
c. Vendor must be locally based (within 100 mile radius of NMCSD) to provide quick response time.
TITLE TO EQUIPMENT: 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) that 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.
SHIPMENT: The contractor shall not exceed two (2) business days of shipment for all equipment coming from and going to Material Management Department, Biomed Repair Department, Naval Medical Center San Diego.
ACCESS TO EQUIPMENT: 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, contractor shall maintain replacement repair parts and materials necessary to perform each repair or supply said parts and materials within two (2) business days.
LABOR: All compensation for labor from the hours of 0800-1600. Local PST Time is included in the contract price. Any labor performed outside of this timeframe is not included in the contract pricing. If service becomes necessary to be performed between 1600-0800, 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 new.
SPECIAL CONDITIONS: The Contractor shall send a loaner unit within 48 hours of receiving call. Repair of government owned equipment shall be accomplished at Contractor Facility. Equipment shall be returned to NMCSD upon completion of repair work. Contractor shall be responsible for all shipping costs.
SECURITY REQUIREMENTS: Contractor will be required to contact the Medical Repair Branch at (619) 532-8010 to submit the required information to complete the NMCSD Security Pass Form by 1400 the day prior to the scheduled visit. In the case of emergent repairs/service, the contractor will wait at the main gate for an escort from Medical Repair Branch personnel.
CONTRACTOR CHECK-IN/CHECK-OUT: Contractor is required to report to the Material Management Department, Biomed Repair Department, Build 1, Ground Floor, Room GD-18H1 Naval Medical Center San Diego, for Visitor Badges during the hours of 0800-1600, Monday through Friday, prior to and upon completion of any service/repair performed.
FIELD SERVICE REPORTS: Contractor shall furnish a written or electronic vendor supplied Field Service Report (FSR) to the Duty Staff at:
Naval Medical Center, San Diego
Bio Medical Repair
Building 1, Ground Floor, Room GD-18H1
Phone: 619-532-8010
Fax: 619-532-8013
Or electronically at:
[email protected]
The contractor, or his representative, shall complete the vendor supplied Field Service Report to include the following:
Contractor Name
Technician's Printed Name, Telephone Number and Signature
Date and Time of Arrival
ECN (Equipment Code Number) and Serial Number
Time Expended Repairing/Service; Labor Hours, Rate and Materials
Summary of Work Performed and Accepted by End-User (Government Representative's Printed Name and Signature)
All Field Service Reports shall be submitted within 72 hours of completion of service.
Completed Field Service Reports are Required
Prior to Acceptance of any Invoice.
PREVENTIVE MAINTENANCE AND REPAIR SERVICE SCHEDULES
SERVICES SHALL BE REQUIRED BASED UPON THE FOLLOWING AGREED SCHEDULES:
PREVENTIVE MAINTENANCE: (Check One)
_______ One (1) time per fiscal year ____________________________________
______ Two (2) times per fiscal year _____________________________________
___ 4___ Four (4) times per fiscal year: OCT2013 / JAN2014 / APR2014 / JUL2014
REPAIR: (Check One)
___X___ Monday - Friday, 0800-1600 hrs.
_______ Seven (7) days per week, 24-hour coverage
LIST OF EQUIPMENT ON STATEMENT OF WORK
Grason Stadler Model GSI-61 Audiometer
ECN: 107628; SN 105377
Grason Stadler Model GSI-61 Audiometer
ECN: 107630; SN: 105380
Grason Stadler Model GSI-61 Audiometer
ECN: 107629; SN: 105379
Grason Stadler Model GSI-61 Audiometer
ECN: 107632; SN: 105378
Grason Stadler Model GSI-61 Audiometer
ECN: 33091; SN: 52141
Grason Stadler Tympstar Impedance Bridge
ECN: 0-35382; SN: ALO62315
Grason Stadler Tympstar Impedance Bridge
ECN: 0-35391; SN: ALO62314
Grason Stadler Tympstar Impedance Bridge
ECN: 106177; SN: ALO94119
Grason Stadler Tympstar Impedance Bridge
ECN: 106176; SN: ALO95008
Grason Stadler Tympstar Impedance Bridge
ECN: OM47F1; SN: 2002-0388
Audioscan Hearing Aid Analyzer
ECN: 0-35214; SN: 2595
Audioscan Hearing Aid Analzyer
ECN: 0-35213; SN: 2593
Audioscan Hearing Aid Analzyer
ECN: 0-35331; SN: 2594
Maico MA-41 Portable Audiometer
ECN: OM2E40; SN: 65070
Maico MA-41 Portable Audiometer
ECN: 0-24082; SN: 65069
Maico MA-41 Portable Audiometer
ECN: OM16FD; SN: 71026
Otodynamcis Otoacoustic Emissions
ECN: 0-33091; SN: ECHO (DP4/05/0199/09)
Otodynamics Otoacoustic Emissions
ECN: 108784; SN: LR-ALPDA
Otodynamics Otoacoustic Emissions
ECN: 0-31727; SN: DP403004711
Otodyanmics Otoacoustics Emissions
ECN: 106417; SN: DP0409050496
ABAER Newborn Hearing Screener
ECN: 0-99276; SN: SZSL93DA081700700
ABAER Newborn Hearing Screener
ECN: 0-99275; SN: SZSL939AO8100969
ABAER Newborn Hearing Screener
ECN: 98092; SN: SZSL93DA082900589
Biologic Navigator Pro ABR/ASSR
ECN: 35643; SN: NP0611716
Biologic Master ABR/ASSR
ECN: 0-98278; SN: CNU8293V9T
Biologic Master ABR/ASSR
ECN: 102422; SN: 09D05288M
Biologic Master ABR/ASSR
ECN: 102421; SN: 09D05304M8
Traveler ABR System
ECN: 00259OM2CAE; SN: TE96J0351
Acoustic Systems Audio Testing Booth
ECN: 0-97341; SN: RS-143-1
Acoustic Systems Audio Testing Booth
ECN: 0-97338: SN; RS-143-2
Acoustic Systems Audio Testing Booth
ECN: 0-97339; SN: RS-143-3
Acoustic Systems Audio Testing Booth
ECN: 0-97340; SN: RS-143-4
Interacoustics Audiometer
ECN: 0-23999; SN: 100277
Interacoustics Audiometer
ECN: 0-24001; SN: 100278
Grason STadler Auditory Analyzer
ECN: 38013; SN: AT040540
AUDSUP-B Bronze AUDBASE Support
Software installed on the following computers:
NCMSDPC - 410V5B; 410V47; 410V5J; 410V7M; 410V5Y; 410V2G; 8C8VFK1; 410TNL; 410TPR; 410TQL; 410VFZ; 410VG4; 410TNC; 410TR0; 410VFY
VNG/ ENG Computer Medical System
ECN: 104948; SN: 47D6JJ1
DVAT (Dynamic Visual Acuity Tester)
ECN: 105003; SN: DL3111
Balance Manager Smart Equitest Posturography
ECN: 106654; SN: 5170
Period of performance is 01 OCT 2013-30 SEP 2014. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The follow FAR provision and clauses are applicable to this procurement:
52.212-1, Instructions to Offerors- Commercial Items;
52.212-3 ALT I, Offeror Representations and Certifications- Commercial Items;
52.212-4, Contract Terms and Conditions- Commercial Items;
and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items.
52.204-10 Reporting Executive Compensation and First-Tier
52.219-28 Post Award Small Business Program Representation
52.222-3 Convict Labor
52.222-19 Child Labor-Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36 Affirmative Action for Workers with Disabilities
52.223-18 Contractor Policy to ban Text Messaging while Driving
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration
Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. Most clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:
252.212-7000, Offeror Representations and Certifications- Commercial Items and
252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items including
225-7001 Buy American Act and Balance of Payment Program and
252.232-7001 Electronic Submission of Payment Requests.
52.204-99 (Dev) System for Award Management Registration (Deviation)
52.232-99 (Dev) Providing Accelerated Payment to Small Business Subcontractors (Deviation)
RAPID GATE NCACS Program Implementation Instruction
This announcement will close at 10:00 AM, Pacific Standard Time on 26 September 2013. Submit your quotes officially and electronically through NECO. For questions, please contact Jasmine Adriano Lucht via email ONLY at [email protected]. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a quote that shall be considered by the agency. No Numbered Notes apply.
52.212-2, Evaluation- Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors- a combination of price and (i) price; (ii) 2-day response time; (iii); local vendor; (iv) and past performance. Technical and past performance, when combined, is the same as price.
Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://sam.gov.
All quotes shall include price(s), FOB point, a point contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet of specifications and requirements.
The quoter shall submit, as part of its quote, information on previously performed contract or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contract listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quotes. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter's past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contract that the Government feels are most relevant to the RFQ.