The RFP Database
New business relationships start here

Equipment Annual Maintenance Service


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

Section A - Solicitation/Contract Form

CONTRACTOR INFORMATION
TIN:
CAGE:
DUNS:


Vendor Point of Contact:
Phone:
Email:


Billing/Payment in Arrears.


Naval Medical Center Contracting POC: Harold Woodley
Phone: 757-953-7276
Fax: 757-953-5006
Email: harold.d.woodley.civ@mail.mil


Product/Services for: Naval Medical Center Portsmouth, Biomedical Engineering
POC: Francisco Abano
Phone: 757-953-5336
Email: francisco.v.abano.civ@mail.mil


Vendor to reference RFQ number N0018319Q0058 on all inquires.


Note: Vendor will be required to provide billing electronically via the WAWF Electronic Invoicing Method. For additional information, a review of the following web sites may be required:
https://wawf.eb.mil http://wawftraining
Email: usn.detrick.navmedlogcomftdmd.list.nmlc-wawf@mail.mil


PROMPT PAYMENT
For Prompt Payment Act Purposes, this contract is:
Subject to the 7-calender day constructive acceptance period.


Vendor note:
1. Government to award on an "all-or-none" basis.
2. Award to be best value based upon past performance and price.
3. Vendor past performance shall include the delivery of same or similar service for the items as described in Section B of the RFQ.
4. Vendor quote to be inclusive of all parts, labor and travel.


 



Section B - Supplies or Services and Prices


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001 6 Months
Maintenance Service Agreement
FFP
for Medical Equipment located in Biomedical Engineering Building 250. See Section C for Performance Work Statement.
FOB: Destination
MILSTRIP: N0018319RCSU246
PURCHASE REQUEST NUMBER: N0018319RCSU246
PSC CD: J065


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000101
Pi Drive Motor ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5407100000W
Serial Number: TBD
ECN:


PURCHASE REQUEST NUMBER: N0018319RCSU246


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000102
ProCare Signature Attachments
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: N/A
Serial Number: N/A
ECN:


PURCHASE REQUEST NUMBER: N0018319RCSU246


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000103
Bone Mill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400700000W
Serial Number: 1118002313
ECN: 110935


PURCHASE REQUEST NUMBER: N0018319RCSU246


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000104
Bone Mill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400700000W
Serial Number: 1305618693
ECN:


PURCHASE REQUEST NUMBER: N0018319RCSU246


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000105
Bone Mill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400700000W
Serial Number: 1521708453
ECN:


PURCHASE REQUEST NUMBER: N0018319RCSU246


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000106
Bone Mill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400700000W
Serial Number: 1530804103
ECN:


PURCHASE REQUEST NUMBER: N0018319RCSU246


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000107
Sonopet Angled Handpiece, Universal
FFP
Procare Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5450820000W
Serial Number: 1703400154
ECN: 129879


PURCHASE REQUEST NUMBER: N0018319RCSU246


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000108
Sonopet Angled Handpiece, Universal
FFP
Procare Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5450820000W
Serial Number: TBD
ECN:


PURCHASE REQUEST NUMBER: N0018319RCSU246


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000109
Sonopet Angled Handpiece, Universal
FFP
Procare Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5450820000W
Serial Number: 1736100024
ECN: 134168


PURCHASE REQUEST NUMBER: N0018319RCSU246


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000110
Core Saber Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400120000W
Serial Number: 1219806753
ECN:


PURCHASE REQUEST NUMBER: N0018319RCSU246


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000111
Core Saber Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400120000W
Serial Number: 1219806773
ECN: 116808


PURCHASE REQUEST NUMBER: N0018319RCSU246


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000112
Core Saber Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400120000W
Serial Number: 1321304013
ECN: 118293


PURCHASE REQUEST NUMBER: N0018319RCSU246


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000113
Core Saber Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400120000W
Serial Number: 1413901683
ECN: 118293


PURCHASE REQUEST NUMBER: N0018319RCSU246


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000114
Core Saber Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400120000W
Serial Number: 1414200763
ECN:


PURCHASE REQUEST NUMBER: N0018319RCSU246


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000115
Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1318214303
ECN:


PURCHASE REQUEST NUMBER: N0018319RCSU246


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000116
Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1318401133
ECN:


PURCHASE REQUEST NUMBER: N0018319RCSU246


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000117
Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1319603423
ECN:


PURCHASE REQUEST NUMBER: N0018319RCSU246


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000118
Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1320400753
ECN:


PURCHASE REQUEST NUMBER: N0018319RCSU246


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000119
Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1322504413
ECN:


PURCHASE REQUEST NUMBER: N0018319RCSU246


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000120
Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1322504523
ECN:


PURCHASE REQUEST NUMBER: N0018319RCSU246


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000121
Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1426510243
ECN:


PURCHASE REQUEST NUMBER: N0018319RCSU246


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000122
Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1426805263
ECN:


PURCHASE REQUEST NUMBER: N0018319RCSU246


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000123
Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1426805273
ECN:


PURCHASE REQUEST NUMBER: N0018319RCSU246


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000124
Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1426805283
ECN: 136563


PURCHASE REQUEST NUMBER: N0018319RCSU246


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000125
Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1426805293
ECN:


PURCHASE REQUEST NUMBER: N0018319RCSU246


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000126
Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1426805303
ECN:


PURCHASE REQUEST NUMBER: N0018319RCSU246


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000127
Sonopet 110V Console
FFP
with Foot Pedal and Pole Procare Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5450850000W
Serial Number: N/A
ECN:


PURCHASE REQUEST NUMBER: N0018319RCSU246


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0002 12 Months
OPTION Maintenance Service Agreement
FFP
for Medical Equipment located in Biomedical Engineering Building 250. See Section C for Performance Work Statement.
FOB: Destination
MILSTRIP: N0018319RCSU246
PSC CD: J065


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000201
OPTION Pi Drive Motor ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5407100000W
Serial Number: TBD
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000202
OPTION ProCare Signature Attachments
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: N/A
Serial Number: N/A
ECN:


 


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000203
OPTION Bone Mill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400700000W
Serial Number: 1118002313
ECN: 110935


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000204
OPTION Bone Mill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400700000W
Serial Number: 1305618693
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000205
OPTION Bone Mill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400700000W
Serial Number: 1521708453
ECN:


 


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000206
OPTION Bone Mill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400700000W
Serial Number: 1530804103
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000207
OPTION Sonopet Angled Handpiece, Universal
FFP
Procare Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5450820000W
Serial Number: 1703400154
ECN: 129879


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000208
OPTION Sonopet Angled Handpiece, Universal
FFP
Procare Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5450820000W
Serial Number: TBD
ECN:


 


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000209
OPTION Sonopet Angled Handpiece, Universal
FFP
Procare Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5450820000W
Serial Number: 1736100024
ECN: 134168


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000210
OPTION Core Saber Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400120000W
Serial Number: 1219806753
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000211
OPTION Core Saber Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400120000W
Serial Number: 1219806773
ECN: 116808


 


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000212
OPTION Core Saber Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400120000W
Serial Number: 1321304013
ECN: 118293


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000213
OPTION Core Saber Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400120000W
Serial Number: 1413901683
ECN: 118293


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000214
OPTION Core Saber Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400120000W
Serial Number: 1414200763
ECN:


 


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000215
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1318214303
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000216
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1318401133
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000217
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1319603423
ECN:


 


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000218
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1320400753
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000219
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1322504413
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000220
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1322504523
ECN:


 


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000221
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1426510243
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000222
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1426805263
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000223
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1426805273
ECN:


 


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000224
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1426805283
ECN: 136563


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000225
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1426805293
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000226
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1426805303
ECN:


 


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000227
OPTION Sonopet 110V Console
FFP
with Foot Pedal and Pole Procare Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5450850000W
Serial Number: N/A
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0003 12 Months
OPTION Maintenance Service Agreement
FFP
for Medical Equipment located in Biomedical Engineering Building 250. See Section C for Performance Work Statement.
FOB: Destination
MILSTRIP: N0018319RCSU246
PSC CD: J065


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000301
OPTION Pi Drive Motor ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5407100000W
Serial Number: TBD
ECN:


 


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000302
OPTION ProCare Signature Attachments
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: N/A
Serial Number: N/A
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000303
OPTION Bone Mill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400700000W
Serial Number: 1118002313
ECN: 110935


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000304
OPTION Bone Mill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400700000W
Serial Number: 1305618693
ECN:


 


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000305
OPTION Bone Mill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400700000W
Serial Number: 1521708453
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000306
OPTION Bone Mill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400700000W
Serial Number: 1530804103
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000307
OPTION Sonopet Angled Handpiece, Universal
FFP
Procare Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5450820000W
Serial Number: 1703400154
ECN: 129879


 


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000308
OPTION Sonopet Angled Handpiece, Universal
FFP
Procare Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5450820000W
Serial Number: TBD
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000309
OPTION Sonopet Angled Handpiece, Universal
FFP
Procare Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5450820000W
Serial Number: 1736100024
ECN: 134168


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000310
OPTION Core Saber Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400120000W
Serial Number: 1219806753
ECN:


 


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000311
OPTION Core Saber Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400120000W
Serial Number: 1219806773
ECN: 116808


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000312
OPTION Core Saber Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400120000W
Serial Number: 1321304013
ECN: 118293


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000313
OPTION Core Saber Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400120000W
Serial Number: 1413901683
ECN: 118293


 


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000314
OPTION Core Saber Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400120000W
Serial Number: 1414200763
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000315
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1318214303
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000316
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1318401133
ECN:


 


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000317
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1319603423
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000318
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1320400753
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000319
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1322504413
ECN:


 


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000320
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1322504523
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000321
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1426510243
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000322
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1426805263
ECN:


 


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000323
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1426805273
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000324
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1426805283
ECN: 136563


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000325
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1426805293
ECN:


 


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000326
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1426805303
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000327
OPTION Sonopet 110V Console
FFP
with Foot Pedal and Pole Procare Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5450850000W
Serial Number: N/A
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0004 12 Months
OPTION Maintenance Service Agreement
FFP
for Medical Equipment located in Biomedical Engineering Building 250. See Section C for Performance Work Statement.
FOB: Destination
MILSTRIP: N0018319RCSU246
PSC CD: J065


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000401
OPTION Pi Drive Motor ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5407100000W
Serial Number: TBD
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000402
OPTION ProCare Signature Attachments
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: N/A
Serial Number: N/A
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000403
OPTION Bone Mill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400700000W
Serial Number: 1118002313
ECN: 110935


 


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000404
OPTION Bone Mill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400700000W
Serial Number: 1305618693
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000405
OPTION Bone Mill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400700000W
Serial Number: 1521708453
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000406
OPTION Bone Mill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400700000W
Serial Number: 1530804103
ECN:


 


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000407
OPTION Sonopet Angled Handpiece, Universal
FFP
Procare Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5450820000W
Serial Number: 1703400154
ECN: 129879


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000408
OPTION Sonopet Angled Handpiece, Universal
FFP
Procare Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5450820000W
Serial Number: TBD
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000409
OPTION Sonopet Angled Handpiece, Universal
FFP
Procare Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5450820000W
Serial Number: 1736100024
ECN: 134168


 


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000410
OPTION Core Saber Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400120000W
Serial Number: 1219806753
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000411
OPTION Core Saber Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400120000W
Serial Number: 1219806773
ECN: 116808


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000412
OPTION Core Saber Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400120000W
Serial Number: 1321304013
ECN: 118293


 


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000413
OPTION Core Saber Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400120000W
Serial Number: 1413901683
ECN: 118293


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000414
OPTION Core Saber Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400120000W
Serial Number: 1414200763
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000415
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1318214303
ECN:


 


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000416
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1318401133
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000417
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1319603423
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000418
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1320400753
ECN:


 


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000419
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1322504413
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000420
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1322504523
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000421
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1426510243
ECN:


 


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000422
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1426805263
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000423
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1426805273
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000424
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1426805283
ECN: 136563


 


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000425
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1426805293
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000426
OPTION Core Sumex Drill ProCare
FFP
Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5400130000W
Serial Number: 1426805303
ECN:


 


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
000427
OPTION Sonopet 110V Console
FFP
with Foot Pedal and Pole Procare Customer ID: DFBA00
Customer Name: MAIN OPERATING ROOM
Item: 5450850000W
Serial Number: N/A
ECN:


 


NET AMT






Section C - Descriptions and Specifications


PERFORMANCE WORK STATEMENT
PERFORMANCE WORK STATEMENT (PWS)


Maintenance Services for Biomed Dept.-Naval Medical Center Portsmouth


PART 1


SCOPE OF WORK


1. GENERAL: This is a non-personal services contract to provide full contract support immediately upon award of a resulting order. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government.


1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to provide full maintenance support for the items listed in Section B and all support items / components as defined in this PWS except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract.


1.2 Background: The Contractor shall be qualified / authorized by the OEM (IE: Certified Agent of the OEM) in the repair of all equipment listed within this contract. Certification of the OEM must be current (within 2 years) at all times prior to contract award and throughout contract period. Contractor and its employees shall maintain qualifications throughout entire contract period. In the event that a sub-contractor is used for this requirement, the sub-contractor must be a Certified Agent of the OEM. Qualification includes but not limited to the certification of all repair persons and repair facilities by the OEM as being trained / qualified to perform required repairs. The Government shall maintain the right to seek proof of qualification prior to award and anytime during contract period of performance. Additionally contractor must have ready access to parts inventory of OEM replacement parts.


1.3 Objectives: Equipment listed in this contract will be maintained to meet the original equipment manufacturer's (OEM) specifications.


1.4 Scope: This contract shall provide for maintenance services which include on-site corrective repairs, normal working hour coverage (8:00 A.M. to 4:30 P.M. Monday through Friday excluding Federal holidays); emergency service and routine preventive maintenance services to Department of Defense owned equipment, as listed on the: DD Form 1155 "Order for Supplies or Services". It shall include all systems, subsystem components, and assemblies, (i.e.: contractor responsible for total maintenance of entire system). All maintenance provisions shall apply to hardware, firmware, and software, as appropriate, unless otherwise stated.
1.5 Period of Performance: The period of performance shall be for one (1) Base Year and three (3) Option Years. The Period of Performance reads as follows:


Base Year 01-APR-2019 to 30-SEP-2019
Option Year I 01-OCT-2019 to 30-SEP-2020
Option Year II 01-OCT-2020 to 30-SEP-2021
Option Year III 01-OCT-2021 to 30-SEP-2022


GENERAL INFORMATION


1.6 Quality Control (If applicable): The contractor shall develop and maintain an effective QCP to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control program is the means by which the contractor assures that the work performance complies with the contract requirements of the contract. [The QCP is to be delivered, within 30 days after contract award or with the contractor's proposal if it is an evaluation factor, three copies of a comprehensive written QCP shall be submitted to the Contracting Officer (KO) and Contracting Officer Representative (COR) within 5 working days when changes are made thereafter.] After acceptance of the QSP the contractor shall receive the KO's acceptance in writing of any proposed change to the QC system.


1.7 Quality Assurance: The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP). This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s).


1.8 Recognized Holidays:


New Year's Day Labor Day
Martin Luther King Jr.'s Birthday Columbus Day
President's Day Veteran's Day
Memorial Day Thanksgiving Day
Independence Day Christmas Day


1.9 Hours of Operation: The contractor is responsible for conducting business, between the hours of 8:00 A.M. to 4:30 P.M., Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential.


1.10 Place of Performance: The work to be performed under this contract will be at a government facility.


1.11 Type of Contract: The government will award a FFP Contract.


1.12 PHYSICAL Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured.


1.13 Key Control (If applicable). The Contractor shall establish and implement methods of making sure all keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall develop procedures covering key control that shall be included in the QCP. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the KO.


1.13.01 In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor.


1.13.02 The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor's employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer.


1.13.02.1.1 Lock Combinations (If applicable). The Contractor shall establish and implement methods of ensuring that all lock combinations are not revealed to unauthorized persons. The Contractor shall ensure that lock combinations are changed when personnel having access to the combinations no longer have a need to know such combinations. These procedures shall be included in the Contractor's QCP


1.14 Special Qualifications: The contractor is responsible for ensuring all employees possess and maintain current Information Assurance Technician (IAT) Level I professional certification during the execution of this contract.
1.14.01 The Contractor shall provide trained, experienced, English speaking personnel, labor, tools, diagnostic equipment, software, test phantoms, material, supplies, transportation, parts and equipment necessary to perform Preventive Maintenance (PM), Calibration (CAL), Safety testing (ST) and corrective maintenance.


1.14.02 The Contractor shall provide telephonic communications with the Government to discuss technical matters relating to the performance of this contract. A systems operator will be made available to answer technical questions regarding system operations and applications.


1.14.03 The Contractor Point of Contact (POC). Service calls shall be placed 24 hours a day, 7 days a week by calling a vendor supplied toll free response center. Qualified service reps are required to make a "best effort" to call back within 4-hours during normal business hours (8am - 5pm CST / Monday - Friday excluding Federal Holidays) to schedule service visit.


1.15 Contracting Officer Representative (COR): The COR will be identified by COR Appointment letter. The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements; including Government drawings; designs; specifications; monitor Contractor's performance and notify both the KO and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the contract


1.16 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed.


1.16.01 Contractors shall wear identifying badges at all times when conducting business inside a government facility.


1.16.02 To obtain a gate pass, refer to http://dbids.dmdc.mil/#!/register


1.17 Contractor Travel (If applicable): [Insert any travel requirements.]. For example: Contractor will be required to travel CONUS during the performance of this contract to attend meetings, conferences, and training. The contractor may be required to travel to off-site training locations and to ship training aids to these locations in support of this PWS. Required language should travel be needed: Contractor will be authorized travel expenses consistent with the substantive provisions of the Joint Travel Regulation (JTR) and the limitation of funds specified in this contract. All travel requires Government approval/authorization and notification to the COR. For proposal purposes, a Not to exceed amount for travel can be established or you can include in your IGE and the workload summary , a projected listing of travel locations to include frequency and number of persons required to travel so the offerors can provide pricing.


1.18 Other Direct Costs (If applicable): [Insert what the other direct costs requirements will be. These costs must be preapproved by the KO] For example: This category includes travel, reproduction, and shipping expenses associated with training activities and visits to contractor facilities.


1.19 Data Rights (If applicable): The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the KO. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights.


1.20 Organizational Conflict of Interest (If applicable): It is the contractor's responsibility to notify the KO of any potential Organizational Conflict of Interest (OCI). In the event that an OCI exist the contractor shall propose a Mitigation plan that shall be reviewed and accepted by the KO prior to continuance of the work that presents an OCI. Should the proposed Mitigation Plan is not accepted by the KO, the Government may terminate this contract, disqualify the Contractor from subsequent contractual efforts, and pursue any remedies as may be permitted by the law or this contract.


1.21 Government furnished property, Materials and Services.


1.21.01 The Contractor representative(s) at each site is encouraged to request a pre-maintenance inspection prior to the onset of the contract. As all apparent discrepancies must be identified upon submittal of quote, any and all claims must be received within 30 days of contract award or prior to contract start whichever occurs first. All non-apparent / hidden discrepancies must be identified no later than the first scheduled preventative maintenance. Any claims resulting from hidden defects must be received within 30 days of first scheduled preventative maintenance. Any equipment found to be inoperable during this pre-maintenance inspection would be repaired using a separate purchase order. The cost of repairs shall not exceed contractor's normal retail rate for required repairs. The government certifies that the equipment to be maintained under this contract will be in good operating condition on the effective date of this contract. For the purpose of this contract, the clause, "good operating condition" means the conditions necessary for the equipment to function as intended without corrective maintenance. The Contractor agrees to leave the equipment in good operating condition at the expiration of this contract. During the final week of this contract, the Government will make final inspection of the equipment. Any correction of deficiencies noted during this inspection shall be resolved prior to contract end. The Government reserves the right to request the repair (at no additional cost to the Government) of items identified with latten defects after contract termination, when it has been determined that defects either are a result of contractor's performance or should have been discovered during normal performance of work under this contract.


1.21.02 The government will be responsible for maintaining the proper environment, including utilities and site requirements necessary for the system to function properly as specified by the OEM.


1.21.03 The Government will operate the system in accordance with the instruction manual provided by the OEM.


1.21.04 The Government will not be responsible for the damage or loss due to fire, theft, accident, or other disaster of Contractor supplies, materials, or for the personal belongings brought onto Government property by Contractor's personnel.


1.22 Contractor Furnished Property and Material.


1.22.01 The Contractor shall provide all service literature, reference publications, laptop computers and diagnostic software to be used by the contractor service technicians and as required for the completion of the services in accordance with this contract.


1.23 Replacement Parts.


1.23.01 The Contractor shall have ready access to unique and/or high mortality replacement parts. All parts supplied shall be compatible with the existing system. In the event that replacements parts are required to be shipped. Shipping shall be performed in the fastest reasonable means possible (i.e., next day air) at no additional cost to the Government.


1.23.02 The Contractor shall at their expense, replace all worn or defective parts necessary to restore the equipment to 100% operational condition as specified by the OEM. Vendor is not responsible for consumable items.


1.23.03 Contractor installed replacement parts shall become the property of the Government and the replaced malfunctioning part shall become the property of the Contractor. Replaced items shall be properly disposed of at no additional cost to the Government (contractor to pay all "environmental fees" where required).


1.23.04 Freight, postage, and storage charges associated with shipment and receipt of replacement parts, and the return of parts shall be the responsibility of the Contractor.


1.23.05 All replacement parts shall be new and certified as OEM replacement parts. In the event that new parts are not available, rebuilt parts and sub-assemblies are allowed provided that they are warranted to be free of defects for a period of time that meets or exceeds warranties of similar replacement parts. The contractor shall specifically annotate on the final Field Service report the use and identification of rebuilt parts and the period of warranty. When discrepancies occur, the Government will make the final determination on whether a replacement part is of equal or better quality. Replacement parts must maintain the integrity of system / equipment certification to include compliance with any UL, AMA, JACHO, Manufactures Certifications or any other certifications as they apply.


1.23.06 The Contractor must include software revisions and updates (field service changes), which are required due to FDA, or manufacturer announced safety-hazard recall, to include FDA Year 2000 Compliance Directive, as part of the contract at no additional cost to the Government. Updates shall be performed as soon as possible after release, but no later than the first scheduled Preventative Maintenance Inspection after release. For any updates that have been identified as critical, or required for the proper operation of equipment by the OEM, contractor shall provide installation within 30 days of release regardless of Preventative Maintenance Schedules.


1.23.07 The Contractor shall at their expense, replace all worn or defective parts necessary to restore the equipment to 100% operational condition as specified by the OEM. Vendor is not responsible for consumable items.


1.23.08 Contractor installed replacement parts shall become the property of the Government and the replaced malfunctioning part shall become the property of the Contractor. Replaced items shall be properly disposed of at no additional cost to the Government (contractor to pay all "environmental fees" where required).


1.23.09 Freight, postage, and storage charges associated with shipment and receipt of replacement parts, and the return of parts shall be the responsibility of the Contractor.


1.23.10 All replacement parts shall be new and certified as OEM replacement parts. In the event that new parts are not available, rebuilt parts and sub-assemblies are allowed provided that they are warranted to be free of defects for a period of time that meets or exceeds warranties of similar replacement parts. The contractor shall specifically annotate on the final Field Service report the use and identification of rebuilt parts and the period of warranty. When discrepancies occur, the Government will make the final determination on whether a replacement part is of equal or better quality. Replacement parts must maintain the integrity of system / equipment certification to include compliance with any UL, AMA, JACHO, Manufactures Certifications or any other certifications as they apply.


1.23.11 The Contractor must include software revisions and updates (field service changes), which are required due to FDA, or manufacturer announced safety-hazard recall, to include FDA Year 2000 Compliance Directive, as part of the contract at no additional cost to the Government. Updates shall be performed as soon as possible after release, but no later than the first scheduled Preventative Maintenance Inspection after release. For any updates that have been identified as critical, or required for the proper operation of equipment by the OEM, contractor shall provide installation within 30 days of release regardless of Preventative Maintenance Schedules.


1.24 Contractor Report Requirements.


1.24.01 During normal duty hours, Contracted Field Service Engineer (FSE) personnel shall check-in with the Biomedical Engineering Division upon arrival at the Government site and again prior to departure. (Biomedical Engineering located in Build-250 1st floor; 757-953-5336). The Contractor FSEs shall personally notify Biomedical Engineering (BME) of problems that result in the equipment being left disabled upon their departure. After normal duty hours, Contractor FSE's shall notify the Officer of the Day Desk (Bldg 2, 2nd Floor) and the systems operator designated by BME.


1.24.02 The Contractor shall provide to BME a full service report within two (2) days after completion of all service performed. The service report shall include, but not be limited to: contract number, equipment description (model, serial number, equipment control number) contractor's log number, detailed description of the service(s) performed, replacement part(s) information (part number, part value, nomenclature, unit price, manufacturer, if not OEM, and whether the part is new/used/reconditioned), the completion date and time, man-hours expended, model and serial numbers, and the name of the FSE performing the service. In the event that agents / sub-contractor's are used in the performance of repairs, said agent shall be identified on the service report by company name and contact information (i.e., telephone number). Additionally contractor will be required to affix a tag on equipment upon the completion of a preventative maintenance inspection. Tag may either be a "sticker" or "hanging tag". As a minimum the tag shall contain: the name of the contractor, technician performing inspection and date of inspection legibly printed.


1.25 Contractor Responsibility.


1.25.01 The Contractor shall be responsible for the repair/replacement of damaged Government owned equipment and property due to the negligence of the Contractor or his representatives. All such replacement or repair shall be at the Contractor's expense and shall be inspected to the satisfaction of the KO or appointed representative.


1.26 Preventive Maintenance Services.


1.26.01 In accordance with Naval Medical Logistics Command (NAVMEDLOGCOM) Risk Assessment Criteria, preventive maintenance shall be performed once a year in accordance with the Original Equipment Manufacturers (OEM) recommendations.


1.26.02 (The Government Fiscal Year runs: October through September). The Contractor shall make a best effort to schedule and complete preventive maintenance services prior to the 15th of the selected month, but no later than the last day of the month.


AS REQUESTED BY BIOMED


1.26.03 All test equipment used in the performance of this contract must be calibrated (if required / as required by manufacture of test equipment) and shall be in compliance with Joint Commission on Accreditation of Healthcare Organizations (JCAHO), Original Equipment Manufacturer (OEM) and Federal Drug Administration (FDA) standards as required.


1.27 Corrective Maintenance.


1.27.01 Normal working hour maintenance coverage will be Monday through Friday, between 8:00 A.M. to 4:30 P.M. A contractor Service Tech shall respond via telephone within 4 hours after receipt of trouble call, and make a best effort to provide on-site service no later than the close of business (4:30 pm) on the next business day. Vendor is to make a best effort to have all equipment operational within 72 hours of initial on-site response.


1.27.02 In the event that emergency service outside the normal working hours are required by the Government, additional work shall be billable to the Government at published commercial rates, and negotiated and approved by a Contracting Officer prior to services rendered.


1.27.03 Government request for corrective maintenance will be placed by BME, to the Contractor's POC. Corrective Maintenance shall be completed during the hours specified in the contract.


1.27.04 The Contractor shall assign a unique Log/Reference Number to each Government request for corrective Maintenance.


1.27.05 Contractor's response to requests for service may include telephone consultation with the equipment user/operator and a Contractor FSE. Telephone consultation shall: 1) provide instruction in determining operator error; 2) to determine the most likely cause of the problem; 3) to determine if resolution of the problem requires the dispatch of a FSE; and 4) to identify replacement parts likely to be required in order to return the equipment to 100% operational condition as specified by the OEM.


1.27.06 Contractor's pricing shall be inclusive of all cost including parts, labor, travel and shipping, unless otherwise indicated. Any/all exclusions are listed as follows:


No Exclusions


1.27.07 The Contractor shall have his/her own service manuals, specifications, schematic diagrams, and parts lists to assist in the evaluation/repair of all equipment included in this contract.


1.28 Removal of Government Property.


1.28.01 Whenever the repair of equipment cannot be performed at the Government site as determined by the Contractor, the Contractor shall notify BME who will make arrangements for the Contractor to remove the item to the Contractor's designated site. The Contractor may be required to sign a Government form accepting responsibility for the Government equipment. The Contractor shall provide a detailed description of removed items. For associated items / accessories, contractor to provide a detailed description and quantities of items to be removed. Description to include as a minimum manufacturers serial numbers and equipment control number (ECN) of all equipment / items removed. In the event that items / sub-assemblies / accessories are repaired via "Repair by Replacement" a detailed description of replaced items is to be included upon return of repaired components.


1.28.02 All charges resulting from a Contractor determined requirement to transport Government owned property, covered by this contract, to and from an alternate repair location shall be the responsibility of the Contractor.


1.29 Equipment Modification Upgrades.


1.29.01 The Contractor shall only incorporate OEM specified modifications, alterations and upgrades. Approval shall be obtained from BME prior to the Contractor installation of any modification, alteration, or upgrades.


1.29.02 The Contractor shall maintain contact with the OEM to determine the requirement for field modifications and to ensure accomplishment of these modifications in accordance with the time schedule set forth by the OEM.


1.29.03 The Government shall not alter the system without prior notification to the Contractor.


1.29.04 The contractor at no additional cost shall provide software updates to the Government. Installation of updates will be left to the discretion of the Government. All supplied software is to be warranted current and free of defects such as viruses.


1.30 Service beyond the Scope of the Contract.


1.30.01 The Contractor shall immediately, but not later than 24 consecutive hours after discovery, notify BME, in writing, of the existence or the development of any defects in, or repair required to the scheduled equipment, which the Contractor considers they are not responsible for under the terms of this contract.


1.30.02 At the same time of the notification, the Contractor shall furnish BME with written estimate of the cost to make the necessary repairs. Repairs considered by the Contracting Officer to be outside the scope of this contract shall not be covered under this contract, but shall be ordered under a separate purchase order.


PART 2
DEFINITIONS & ACRONYMS


(This section includes all appropriate terms and phrases for this PWS. The definition must be clear and concise, not ambiguous. Carefully consider each definition

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP