The RFP Database
New business relationships start here

REQUEST FOR INFORMATION - PREVENTATIVE MAINTENANCE FOR NITROGEN GENERATORS


Massachusetts, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

MARKET SURVEY REQUEST:

THIS IS A REQUEST FOR INFORMATION ONLY for market research and planning purposes only, as defined in FAR 15.201(e). This is not a solicitation or request for competitive proposals. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is not to be construed as a commitment by the Government nor will the Government pay for the information solicited. No solicitation document exists or is guaranteed to be issued as a result of this Notice. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted, and the Government will not reimburse respondents for preparation of the response. Response to this Notice is strictly voluntary and will not affect future ability to submit an offer if a solicitation is released. There is no bid package or solicitation document associated with this announcement.


BACKGROUND:


The Requiring Activity for this action is the United States Army Center for Environmental Health Research (USACEHR). USACEHR's mission is to develop surveillance capabilities to detect, assess, and prevent health effects from adverse environmental, physiological, and psychological exposures.


REQUIREMENT:


The Requiring Activity for this action is the United States Army Center for Environmental Health Research (USACEHR) is looking for a company to provide preventative maintenanace on their Parker-Hannifin Nitrogen Generators with Serial Numbers, # 75880-1089 and #N280A-1013.


Respondents shall include, as part of their Five Page submittal, a letter from Parker Hannifin (the Original Equipment Manufacturer - OEM) stating that they are able to work on Parker Hannifin equipment without voiding the service/equipment warranty of the nitrogen generators.


Contracted services are to be performed during the months of February and August. Contractor is required to respond within Twenty-Four (24) hours during normal duty hours (Monday - Friday 0800-1700). In addition to telephone inquiries to answer user questions, troubleshoot performance and maintenance problems and schedule on-site maintenance or repair visits.


The Contractor shall schedule two on-site maintenance visits per calendar year at the request of the customer, to achieve the following: Provide instrument performance testing and optimization; Identify and perform repairs; Provide software updates and upgrades that are due and give instructions on the impact and use the new software features.


Upon notification, coordinate with the customer to provide on-site repair services for system breakdown or faculty system operation with objective to minimize instrument downtime.


The Contractor's service representative shall report in person or telephonically notify the maintenance manager, prior to commencing services during normal duty operating hours (Monday - Friday 0800-1700). During other than normal operating hours, the contractor's representative shall report to the maintenance manager.


The Government and the contractor's service representative will exchange hazard communication information before the commencement of any repair.


When required, the contractor's service representative will comply with the Office of Safety and Health Administration (OSHA) lockout/tag-out standards while performing maintenance on MD/MDS.


Upon Completion of Services, services by the contractor's service representative, a service report shall be provided to the clinical engineering manager or the AOD. The service report shall provide detailed information regarding the cause of the MD/MDS malfunction and corrective action taken. It will include, at a minimum, the time required to complete the work, price of labor (hourly rate), and a list of parts replaced with part numbers and prices for each part prior to leaving the facility.


In the event that all information is not available to the contractor's service representative when services are performed, the initial service report/invoice shall include all available information to close work order within 5 days. The contractor shall provide the balance of the required information to the clinical engineering manager no later than 2 days after services are completed.


After performing Calibration/Verification/Certification services, the Contract Officer Technical Representative (COTR) will affix and/or update DD Form 2163 (Medical Equipment Verification/Certification) in accordance with the instructions provided in Technical Bulletin TB38-750-2, or by the activities internal SOP.


Contractor's service representative will be factory trained and have a minimum of two years of experience working on the contracted Medical Device/Medical Device System and must be a citizen of the United States.


The Contractor must furnish all software upgrades issued by the Medical Device/Medical Device System manufacturer, and shall have access to all necessary diagnostic software (if applicable). Only OEM new or OEM refurbished repair parts shall be used. Maintenance and repairs will be performed in accordance with the manufacturer's specifications.


The Contractor shall provide a repair and return service for system issues that cannot be repaired on-site, and shall repair, rebuild, or replace as appropriate, hardware and components. Services shall include all parts, labor, and travel expenses. Required forms and extracts from pertinent directives will be furnished to the contractor's services representative by the government.


SUBMITTALS:


Summaries of the services as listed above shall be no more than Five (5) pages in length, and shall describe service capabilities in each of these areas.


Interested Parties shall provide business size status based upon NAICS code 811310, Small Business Size Standard of $7.5 Million, CAGE code as registered at SAM.gov. Interested Parties may include item brochure information with the summary package by the Government's requested date of submittal of January 26th, 2018. Interested parties shall submit information in response to this RFI to: Jennifer.s.bassett.civ@mail.mil.


Responses shall be submitted and received via Email no later than 11:00AM EST Friday, January 26th, 2018. Documents shall be electronic in Microsoft Word, Excel, Power Point, and/or Adobe Portable Document Format (PDF) and provided as attachments to the Email. No telephonic responses to this RFI will be considered.


Questions concerning this RFI may be addressed by contacting: Jennifer.s.bassett.civ@mail.mil. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to the RFI will not be returned. Responses to this RFI are not offers for contract and will not be used by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Vendors having the services that they believe would be suitable for military operations as described herein shall submit all supporting documentation requested by this RFI to the POC noted above.


Please provide information on your organization in the following areas;


1. Company Name, Address and Single Point of Contact with Name, Title, Telephone Number and E-mail Address.


2. DUNS Number and Cage Code


3. Confirmation of Current Active Registration in System for Award Management (SAM)


4. Primary NAICS Code(s) and Business Size (i.e., small/large)


5. GSA Schedule, If Available


6. Commercial Price List, if GSA schedule is Not Available


7. Product Specific Brochures Literature


PROVISIONS AND CLAUSES:


52.215-3 -- Request for Information or Solicitation for Planning Purposes.


Request for Information or Solicitation for Planning Purposes (Oct 1997)


(a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation.


(b) Although "proposal" and "Offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal.


(c) This solicitation is issued for the purpose of Market Research and Planning Purposes Only.


(End of Provision)


JENNIFER S. BASSETT, Phone 301-619-2268, Email JENNIFER.S.BASSETT.CIV@MAIL.MIL

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP