Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2002 FBO #0271
SOLICITATION NOTICE

J -- VISX STAR ON-SITE FULL SERVICE MAINTENANCE

Notice Date
8/28/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, Bldg 1 38400 Bob Wilson Drive, San Diego, CA, 92134-5000
 
ZIP Code
92134-5000
 
Solicitation Number
N00259-02-T-0040
 
Response Due
9/3/2002
 
Point of Contact
Phyllis Kennedy, Purchasing Agent, Phone (619) 532-8100, Fax (619 532-5596, - Joan Balazs, SPVY, Contract Specialist, Phone 619-532-5944, Fax 619-532-5596,
 
E-Mail Address
pjkennedy@nmcsd.med.navy.mil, jbalazs@nmcsd.med.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Naval Medical Center San Diego intends to procure on an Other Than Full and Open Competition basis from VISX, Inc., 3400 Central Expressway, Santa Clara, CA 95051, the following service: 1 year - The contractor shall provide On-Site full service maintenance for government owned VISX Star S3 equipment, S/N S3131. This is a combined synopsis/solicitation for commercial services, prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N00250-02-T-0040, is issued as a request for quotation (RFQ). This is a small purchase, small business set-aside The NAICS Code is 811219 and the Size standard is $5.0. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-07. The service will include parts, labor, transportation and unlimited corrective maintenance calls. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received by 03 Sep 2002 will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The Sole Source is based on compatibility of disposables and supplies, equipment/service warranty and liability. The Statement of Work reads: STATEMENT OF WORK, WITH NO LOANER OPTION 52.000-5001 LOCAL CLAUSE - NON-APPROVED NO LOANER OPTION - MEDICAL EQUIPMENT 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 s forth herein. The contractor shall provide all services, materials and equipment necessary for the repair/service of a VISX Star Excimer System located in the Ophthalmology department Naval Medical Center, San Diego (NMCSD) to ensure dependable and reliable operation of the equipment. The scope of work performed under these specifications includes the furnishing of all labor, equipment, materials and parts to perform all repairs on equipment listed, to assure continued operation at their designed efficiency and capacity. THE CONTRACTOR SHALL PERFORM THE FOLLOWING FUNCTIONS: -Perform service maintenance to industry standards. -Insure 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 Medical Repair Branch will provide the certificates or notarized copies for verification. The highest standard of professional capability and electrical/mechanica1 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. -Correct inoperable condition in a timely manner with a response time of no later than 24 hours after telephone notification, to a monitored contractor emergency telephone number to be provided by the contractor to Medical Repair Branch and Acquisitions Division immediately upon contract award. -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 on written approval and direction of the Medical Repair Branch. -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 modern 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 or replacement parts, consistent with standard industry practices. -Maintain an adequate spare parts inventory on parts with a history of high failure/replacement rates. TITLE TO EQUIPMENT: The contractor shall not assume possession or control of any part of the equipment. The Government retains ownership to title thereof. UTILITIES: The contractor may use Government utilities, (electrical power, compressed air, and water) that is 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. FIELD SERVICE REPORTS: The contractor or his representative is required to report to the Medical Repair Branch during the hours of 0730-2200 Monday through Friday, prior to and upon completion of any service/repair performed. The contractor or his representative shall furnish to the Medical Repair Branch a legible copy of the Field Service Report upon completion of work performed. The contractor or his representative shall complete the Government copy of this Field Service Report by including the following: -Date and Time Notified Date and Time Arrival -BCN, Type, serial # and model # of equipment -Time spent repairing/servicing -Description of malfunction -General Description of replaced parts and service performed Comments as to cause of malfunction 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 downtime to equipment, the contractor shall maintain replacement repair parts and materials necessary to perform each repair or supply said parts and materials within (1) one day. COMPENSATION: Labor: All compensation for labor is included in the contract price. 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. PREVENTIVE MAINTENANCE AND CORRECTIVE MAINTENANCE SCHEDULES: Services will be required based upon the following schedules: PREVENTIVE MAINTENANCE: Two (2) times per fiscal year (Actual months of service to be designated by NMCSD Medical Repair Branch after contract award). CORRECTIVE MAINTENANCE: Seven (7) days per week, 24-hour coverage This acquisition incorporates the following FAR clauses: 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (Oct 95); FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERICAL ITEMS (Oct 95) must be completed and submitted with your quote (please contact Phyllis Kennedy at 619-532-8100 if a copy is needed); in accordance with FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (Aug 96), the following clauses are incorporated by reference in paragraph (b): 52.222-26 EQUAL OPPORTUNITY (E.O. 11246); 52.222-35 AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA VETERAN (38 U.S.C. 4212); 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA (38 U.S.C. 4212); 52.222-36 AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS (29 U.S.C. 793); 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OCT 95); 52.232-18 AVAILABILITY OF FUNDS; 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT AND VEGETATION; DFARS 252.204-7004 REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 1989); FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (1/99); FAR 52.222-48 EXEMPTION FROM APPLICATION OF SERVICE CONTRACT ACT PROVISIONS (MAY 1989). Responsible firm?s believing they can provide the above, should submit a written response to the Contracting Officer on or before 03 Sep 2002, providing detailed information, clearly showing their ability to do so without causing programmatic hardship to the program. The period of performance is 01 October 2002 through 30 September 2003. Responses shall be made in writing via fax at 619-532-5596 Attn: Phyllis Kennedy or email pjkennedy@nmcsd.med.navy.mil.
 
Place of Performance
Address: NAVAL MEDICAL CENTER SAN DIEGO, 34800 BOB WILSON DRIVE, SAN DIEGO, CA
Zip Code: 92134
 
Record
SN00152486-W 20020830/020828214115 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.