Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2002 FBO #0279
SOLICITATION NOTICE

J -- service maintenance

Notice Date
9/5/2002
 
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-Q-0026
 
Point of Contact
Patricia Hargis, Purchasing Agent, Phone 619-532-8110, Fax 619-532-5596, - Frank Aspuria, Supervisory Contract Specialist, Phone 619-532-8093, Fax 619-532-5596,
 
E-Mail Address
pjhargis@nmcsd.med.navy.mil, fcaspuria@nmcsd.med.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combine synopsis/solicitation for commercial items, 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, N00259-02-Q-0026, is issued as a request for quotations(RFQ). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-08. Item 0001 through 001AU SERVICE MAINTENANCE FOR NINETEN (19) RAYMOND CAOUSELS EQUIPMENT THAT ARE OWNED AND USED BY NMCSD: 0001 ON SITE FULL SERVICE AND CORRECTIVE MAINTENANCE Contract listed government owned equipment including all parts, labor, transportation and unlimited corrective maintenance calls for the period of 01 Oct 02 to 30 Sep 03. 0001AA RAYMOND CAROUSEL M/N: CD-1024-28-HM S/N:360-87-00867 LOC:SPD (1G) , 4 QT @ $___ = $___. 0001AB RAYMOND CAROUSEL M/N:CD-1024-28-HM S/N:360-87-0084 LOC:LINEN (1 G), 4 QT@ ___=$___ 0001AC RAYMOND CAROUSEL M/N:: CD-1024-66-HM S/N:360-87-0085 LOC:WAREHOUSE (1G), 4 QT@ ___=$___, 0001AD RAYMOND CAROUSEL M/N:CD-1024-66-HM S/N:360-87-00868 LOC:WAREHOUSE (1G), 4 QT@ ___=$___, 0001AE RAYMOND CAROUSEL M/N:CD-1024-66-HM S/N:360-87-00869 LOC:WAREHOUSE (1G) , RAYMOND CAROUSEL M/N:CD-1024-66-HM S/N:360-87-00869 LOC:WAREHOUSE (1G), 0001AF RAYMOND CAROUSEL M/N:CD-1024-66-HM S/N:360-87-00870 LOC:WAREHOUSE (1G) , ), 4 QT@ ___=$___, 0001AG RAYMOND CAROUSEL M/N:CD-1024-66-HM S/N:360-87-00871 RAYMOND CAROUSEL M/N:CD-1024-66-HM S/N:360-87-00871 LOC:WAREHOUSE (1G) OC:WAREHOUSE (1G), 4 QT@ ___=$___, 0001AH RAYMOND CAROUSEL M/N:CD-1024-66-HM S/N:360-87-00873 LOC:GENERAL STORES (1G)F SEC, 4 QT@ __=$___, 0001AJ RAYMOND CAROUSEL M/N:CD-1024-66-HM S/N:360-87-00874 LOC:GENERAL STORES (1G)H SEC, 0001AK RAYMOND CAROUSEL M/N:CD-1024-66-HM S/N:360-87-00875 LOC:GENERAL STORES (1G)H SEC , 4 QT@ ___=$___, 0001AL RAYMOND CAROUSEL M/N:CD-1024-66-HM S/N:360-87-00876 LOC:GENERAL STORES (1G)F SEC, 4 QT@ ___=$___, 0001AM RAYMOND CAROUSEL M/N:CD-1024-66-HM S/N:360-87-00877 LOC:GENERAL STORES (1G)B SEC, RAYMOND CAROUSEL M/N:CD-1024-66-HM S/N:360-87-00879 LOC:GENERAL STORES (1G)D SEC 0001AN RAYMOND CAROUSEL M/N:CD-1024-66-HM S/N:360-87-00878 LOC:GENERAL STORES (1G)B SEC, 4 QT@ ___=$___, 0001AP RAYMOND CAROUSEL M/N:CD-1024-66-HM S/N:360-87-00879 LOC:GENERAL STORES (1G)D SEC , RAYMOND CAROUSEL M/N:CD-1024-66-HM S/N:360-87-00879 LOC:GENERAL STORES (1G)D SEC , 4 QT@ ___=$___, 0001AQ RAYMOND CAROUSEL M/N:CD-1024-66-HM S/N:360-87-00880 LOC:GENERAL STORES (1G)D SEC, 4 QT@ ___=$___, 0001AR RAYMOND CAROUSEL M/N:CD-1024-66-HM S/N:360-87-00896 LOC:GENERAL STORES (1G)E SEC, 4 QT@ ___=$___, 001AS RAYMOND CAROUSEL FFP - FFP-M/N:CD-1024-66-HM S/N:360-87-00897 LOC:GENERAL STORES (1G)E SEC , 4 QT@ ___=$___, 0001AT RAYMOND CAROUSEL M/N:CD-1024-66-HM S/N:360-87-00898 LOC:GENERAL STORES (1G)G SEC , 4 QT@ ___=$___, 0001AU RAYMOND CAROUSEL M/N:CD-1024-66-HM S/N:360-87-00899 LOC:GENERAL STORES (1G)A SEC, 4 QT@ ___=$___, 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 RAYMOND CAROUSEL'S (19)_ located in the GENERAL STORES 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) TWENTY-FOUR 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. 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, (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: GABRIEL G SANTOS CONTRACT ADMINISTRATOR NAVAL MEDICAL CENTER SAN DIEGO MATERIAL MANAGEMENT DEPARTMENT BIMEDICAL ENGINEERING BRANCH BUILDING 1 GROUND FLOOR PHONE: (619) 532-6320 FAX: (619) 532-8013 E-MAIL: ggsantos@nmcsd.med.navy.mil 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 FIELD SERVICE REPORTS ARE REQUIRED PRIOR TO APPROVAL OF ALL INVOICES. 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. EXEMPTION: THE FOLLOWING ITEMS ARE EXEMPT FROM THIS AGREEMENT AND REPAIRS WOULD BE QUOTED ON A TIME AND MATERIAL BASIS. ? MOTORS ? GREAR BOXES ? ANY MAJOR STRUCTURAL ASSEMBLY PREVENTIVE MAINTENANCE AND CORRECTIVE MAINTENANCE SCHEDULES Services will be required based upon the following schedules:PREVENTIVE MAINTENANCE:XXTwo (2) times per fiscal year (Actual months of service to be designated by NMCSD Medical Repair Branch after contract award)CORRECTIVE MAINTENANCE XX Seven (7) days per week, 24-hour coverage -End of Statement of Work-This acquisition incorporates the following Far and DFAR clauses:52.212-1 INSTRUCTIONS TO OFFERORS-COMMERICAL ITEMS (OCT95); 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (OCT 95); must be completed and submitted along with the quote (please contact Patty Jo Hargis at (619) 532-8083 if a copy is needed; in accordance with FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS-COMMERICAL ITEMS(AUG 96), the following clauses are incorporated by reference in paragraph (b): 52.222-26 EQUAL OPPORTUNITY (E.O. 11246); 52222-35 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); 52.232-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OST 95); 252.204-7004 REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 1989); 52.212-2 EVALUATION-COMMERICAL ITEMS (1/99); 52.232-18(APR1984); AVAULABILITY OF FUNDS; 52.222-48 (AUG 1996) EXEMPTION FROM APPLICATION OF SERVICE CONTRACT FOR MAINTENANCE. THE FOLLOWING FACTORS SHALL BE USED TO EVALUATE OFFERS: 1) PAST PERFORMANCE, 2) TECHNICAL CAPABILITIES, 2) PRICE. TECHNICAL CAPABILITIES WHEN COMBINED HAVE MORE IMPORTANT THAN COST OR PRICE. INTERESTED CONTRACTOR, FOR PAST PERFORMANCED EVALUATION, PROVIDE AT LEAST 3 SOURCES THAT WE MAY CONTACT WHICIH YOU HAVE PROVIDED THE SAME TYPE OF SERVICE. ALL RESPONSIBLE SOURCES MAY SUBMIT A PROPOSAL WHICH SHALL BE CONSIDERED. $______NET AMOUNT.
 
Record
SN00158822-W 20020907/020905213905 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.