Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2003 FBO #0660
MODIFICATION

J -- Service and Preventive Maintenance Contract for Kodak/Fuji Processors with monthly delivery of developer/fixer

Notice Date
9/16/2003
 
Notice Type
Modification
 
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
N00259-03-T-0096
 
Response Due
9/23/2003
 
Archive Date
10/8/2003
 
Point of Contact
Kohala Hembre, Purchasing Agent GS-1105-07, Phone 619-532-9570, Fax 619-532-5596,
 
E-Mail Address
KOHembre@nmcsd.med.navy.mil
 
Description
This is a combined 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, N00259-03-T-0096 is issued as a request for quotation (RFQ). This acquisition is unrestricted and order will be a firm fixed price order. NAICS: 811219, size: $6.0M. All responsible businesses may submit a quote that shall be considered. All inquiries and/or quotations should be directed to the purchasing agent, Kohala Hembre, Naval Medical Center San Diego, 34800 Bob Wilson Drive, San Diego, CA, 92134, or e-mail: kohembre@nmcsd.med.navy.mil, or fax 619-532-5596 no later than September 12, 2003, 2:30 p.m. PDT. No phone inquiries will be accepted. In accordance with FAR 52.212-2, Evaluation - Commercial Items (1999), award will be made based on technical ability, past performance, and price. These evaluation factors have equal levels of importance. For past performance evaluation, provide at least three (3) references of sources for whom you have provided the specified materials and/or service(s). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-15. This requirement is for a service and preventive maintenance contract for the period 10/01/2003 through 9/30/2004, with monthly delivery of developers and fixers as spelled out in the following Statement of Work and CLINs. STATEMENT OF WORK (WITH NO LOANER OPTION).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 set forth herein. The contractor shall provide all services, materials and equipment necessary for the repair/service of Mammo Kodak and Fuji Processors located in the Radiology Department Naval Medical Center, San Diego (NMCSD)to ensure dependable and reliable equipment operation. The scope of work performed under these specifications includes the furnishing of all labor, and parts to perform all repairs on equipment listed, to assure continued operation at their designed efficiency and capacity. PREVENTIVE MAINTENANCE: 1) Perform service repair/maintenance to industry standards. 2) 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 contractor shall provide training certificates (or notarized copies) to the Medical Repair Branch for verification. The highest standard of professional capability and electrical/mechanica1 workmanship is to be maintained throughout the life of this contract. 3) 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. CORRECTIVE MAINTENANCE: 1) Correct inoperable condition in a timely manner with a response time of no later than 30 minutes after telephone notification. Immediately upon contract award, the contractor will provide Medical Repair Branch an emergency telephone number. Contractor will response no later than 24 hours after telephone notification. 2) 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. 3) Equipment improvements/modifications shall be made only upon Medical Repaair Branch written approval and direction. 4) Notify the Medical Repair Branch immediately upon receipt of OEM or replacement parts/equipment safety recalls notices. 5) Insure that original design and functional capabilities will not be changed, modified, or altered unless the Medical Repair Branch authorizes such changes. 6) Provide suitable OEM recommended repair equipment/tools required for the satisfactory execution of all repairs made. 7) Furnish manufacturer OEM approved lubricants and lubricate wear points within the equipment. 8)Extend to the Government all commercial warranties on replacement parts, consistent with standard industry practices. 9) Maintain an adequate spare parts inventory. 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, (e.g., electrical power, compressed air, and water) that are 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. CONTRACTOR CHECK-IN/CHECK-OUT: The Contractor, or his representative, is required to report to the Medical Repair Branch for Visitor Badges during the hours of 0730 - 2000 hours, Monday through Friday, prior to and upon completion of any service/repair performed. FIELD SERVICE REPORTS: The contractor, or his representative shall furnish a legible copy of the Field Service Report upon completion of work performed to: GABRIEL G. SANTOS, Contract Administrator, Material Management Department, Biomedical Engineering Branch, Building 1, Ground Floor, Room GD-18H1, Naval Medical Center, San Diego, Phone: (619) 532-6320, Fax: (619) 532-8013, E-mail: ggsantos@nmcsd.med.navy.mil. The contractor, or his representative, shall complete the Government copy of this Field Service Report to include the following: 1)Date and Time Notified, 2) Date and Time Arrival, 3) ECN (Equipment Control Number), Type, serial # and model # , 4) Time expended repairing/servicing, 5) Description of malfunction, 6) General Description of replaced parts and service performed, 6) 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 equipment downtime, the contractor shall maintain replacement repair parts and materials necessary to perform each repair or supply said parts and materials within 1 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; CORRECTIVE MAINTENANCE: Monday - Friday, 0800-1700 hrs. (End of Statement of Work). CLIN 0001: Service and Preventive Maintenance Contract coverage as spelled out in the Statement of Work for (1) government owned Kodak Film Processor to include 12 monthly cleanings. (Monday - Friday 0800-1700) Period of coverage: 01 OCT 2003 to 30 SEPT 2004; CLIN 0001AA: X-Ray Film Processor, Automatic Tabletop, Model: Xomat 480RA, S/N: 1711, Bar Code Number: 00259M30D4, Acquisition Cost: $ 18,816.00, Location: Mammo, NMCSD, QTY: 4 QTR (TIME); CLIN 0002: Kodak EXII Developer and RP Fixer, Monthly delivery of Kodak EXII Developer and Kodak RP Fixer to Mammography Department at Naval Medical Center San Diego. (Projected chemical usage is an estimate only and cannot be guaranteed.); CLIN 0002AA: Kodak EXII Developer, Delivered and poured by MXR monthly; usage is 40-60 gallons per month, QTY: 720 GAL; CLIN 0002AB: Kodak RP Fixer, Delivered and poured by MXR monthly; usage is 40-60 gallons per month, QTY: 720 GAL; CLIN 0003: Service and Preventive Maintenance, Contract coverage for (5) Government owned Fuji Film Processors to include 12 monthly cleanings. (Monday thru Friday 0800-1700). Period of coverage: 01 OCT 2003 to 31 SEPT 2004; CLIN 0003AA: X-Ray Film Processor, Automatic Tabletop, Model: Fuji Processor, S/N: 4689002260C, Bar Code Number: 00259M30C8, Acquisition Cost: $ 15,700.00, Location: Area 2, NMCSD,QTY: 4 QTR (TIME); CLIN 0003AB: X-Ray Film Processor, Automatic Tabletop, Model: Fuji Processor, S/N: 4689002251C, Bar Code Number: 00259M2B0E, Acquisition Cost: $ 15,700.00, Location: Area 5, NMCSD, QTY: 4 QTR (TIME); CLIN 0003AC: X-Ray Film Processor, Automatic Tabletop, Model: Fuji Processor, S/N: None, Bar Code Number: 00259MM2BIC, Acquisition Cost: $ 15,700.00, Location: Operating Room, NMCSD, QTY: 4 QTR (TIME); CLIN 0003 AD: X-Ray Film Processor, Automatic Tabletop, Model: Fuji Processor, S/N: 5119002298C, Bar Code Number: 00259M2ACC, Acquisition Cost: $ 17,750.00, Location: Rad Oncology , NMCSD, QTY: 4 QTR (TIME); CLIN 0003AE: X-Ray Film Processor, Automatic Tabletop, Model: Fuji Processor, S/N: 4669002238C, Bar Code Number: 00259M2B20, Acquisition Cost: $ 15,700.00, Location: Cast Room, NMCSD, QTY: 4 QTR (TIME); CLIN 0004: Kodak MX Developer and Kodak RP Fixer, Monthly delivery and pouring to five (5) Radiology locations Area: #2, Area #5, Radiation Therapy, Main Operating Room, and Cast Room at NMC San Diego. Service to include developer and fixer replenishment tanks at no cost. (Projected cheimcal usage is an estimate only and cannot be guaranteed.) Period of coverage: 01 OCT 2003 to 31 SEPT 2004; CLIN 0004AA: Kodak MX Developer, Delivered and poured by MXR monthly to: Area 2, Area 5, MOR, RAD ONC & Cast RM; monthly usage is 500 gallons, QTY: 6,000 GAL; CLIN 0004AB: Kodak RP Fixer, Delivered and poured by MXR monthly to: Area 2, Area 5, MOR, RAD ONC & Cast Room; monthly usage is 500 gallons, QTY: 6,000 GAL. The quantities shown in CLINs 0002 and its subCLINS and 0004 and its subCLINS project end usage quantities as submitted by the requisitioner. The quantity used during the month may change as determined at the time of delivery of the next months supplies. By agreeing to supply the quantitiy needed at that time, the contractor agrees to invoice monthly or quarterly in arrears (to be determined at time of order) only for the actual materials supplied. The contractor also agrees to release the Government from any claims on the unused portion on this contract. This acquisition incorporates the following FAR clauses: 52.212-1 Instruction to Offers- Commercial Item (Oct95); 52.212-3 Offeror representations and certification - Commercial Items (Oct95) must be completed and submitted along with the quote (Please contact Kohala Hembre by fax to (619) 532-5596 or e-mail to kohembre@nmcsd.med.navy.mil if a copy is needed) in accordance with 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug96). The following clauses are incorporated by reference in paragraph (a): 52.233-3 Protest after Award (31 U.S.C. 3533) paragraph (b), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O.11246), 52.222-35 Affirmative Action for Special Disabled and Vietnam ERA Veteran (28U.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 (OST 95), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332), 52-232-7003 Electronic Submission of Payment Requests (Mar 2003), 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, 52.252-2 Clauses Incorporated by Reference (Feb 1998), DFARS 252.204-7004, Required Central Contractor Registration (MAR 1989), DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Item (APR2003).
 
Place of Performance
Address: NAVAL MEDICAL CENTER SAN DIEGO, 34800 BOB WILSON DRIVE, SAN DIEGO, CA
Zip Code: 92134
Country: USA
 
Record
SN00435724-W 20030918/030916213349 (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.