Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2002 FBO #0288
SOLICITATION NOTICE

J -- service maintenance contract on government owned pulmonary functional equipment

Notice Date
9/14/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024402T1786
 
Point of Contact
Elizabeth Walker 619-532-2886 Contract Specialist@619-532-2886
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov/ for more information. This procurement is unrestricted; all responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number / RFQ N00244-02-T-1786 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-04 and DFAR Change Notices effective through 01/29/02. The standard industrial code is 3845 (NAICS 334510) and the business size standard is 500 employees. The agency need is for a service / maintenance contract on government owned pulmonary functional equipment to include parts and labor. This contract shall be for a base year and four option years. This requirement is for a fixed priced contract. Quotes will be accepted on a "Brand Name or Equal" basis. The following brand name products are known to be acceptable: 1) Sensormedics Corporation. The following items shall be covered under this contract: one (1) each Tmill-M2, s/n: C7Y51001M; one (1) each ergometer, s/n: 1000000073; one (1 ) each MAX 1, s/n: B7EA0377F; one (1) each #62, s/n: 70262XX00470; one (1) each #229, s/n: 702229X00287S; and training for three (3) each training for government personnel. The statement of work is as follows: 1) The contractor shall furnish all materials, equipment, labor and travel necessary to calibrate / adjust, test, maintain and repair the equipment listed herein. 2) The contractor shall provide all services on-site by trained and certified technicians qualified to work on this equipment. No piece of equipment will be removed from the Camp Pendleton Naval Hospital without written authorization from the Head of Biomedical Engineering or the Plant Account clerk. 3) The contractor shall perform one (1) preventive maintenance inspection. This inspection shall be conducted in April of the contract period. The time and date of this inspection will be coordinated between the contractor and the Head of Biomedical Engineering a minimum of ten (10) days before the PM is due. 4) The contractor shall furnish and install all required parts, except consumable. The contractor shall perform necessary calibration, adjustments, safety & operational checks to ensure the equipment meets all manufacturers' specifications. Replacement parts must be NEW, certified, and in compliance with the manufacturer's specifications. 5) There shall be unlimited emergency services during normal working hours, 0800 to 1700, Monday through Friday - holidays and overtime excluded. Response time will be within 24 hours from receipt of the maintenance request. Overtime work (after 1700, weekends, and holidays) is NOT provided for under the terms of this contract. If overtime is necessary, it will be covered under a separate purchase order and will be at the prevailing co mpany rate. 6) The contractor shall make any engineering changes or updates to the equipment as required by the manufacturer or regulatory agencies for operator / patient safety or increased equipment reliability at no extra cost to the government. 7) If the repair requires longer than 72 hours, the contractor shall provide a temporary loaner at no cost to the government. 8) Prior to any service being performed, the service representative will report to the Biomedical Engineering Section, room 104, bldg. H135, Naval Hospital Warehouse, Camp Pendleton CA. A copy of the completed service report shall be furnished to Biomedical Engineering. The service report shall include, but not be limited to the following information: a) model and serial number b) PM control or plant account number c) Labor hours expended d) List of parts used and cost e) A brief summary of repairs, inspections, or maintenance f) Printed name and signature of tech performing the service g) Printed name and signature of the designated department representative 9) Billing shall be monthly in arrears. 10) Person authorized to make calls against this contract are: a) M. Brown, Purchasing Agent b) J. Clark, Purchasing Agent c) E. Gabut, Purchasing Agent d) H. Walker, Purchasing Agent All items are located at the Naval Hospital Camp Pendleton CA. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements; 52.232-18, Availability of Funds; and 52.232-19, Availability of Funds for the Next Fiscal Year. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and FAR 52.211-6, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties respon ding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time on 09-23-02, and will be accepted via fax (619-532-2347) or via e-mail (elizabeth_a_walker@sd.fisc.navy.mil). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or h igher.
 
Web Link
click here to download a hard copy of the RFQ
(http://www.neco.navy.mil)
 
Record
SN00166781-W 20020916/020914213746 (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.