Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2003 FBO #0758
SOLICITATION NOTICE

J -- Medical Equipment Maintenance and Service

Notice Date
12/23/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N680940448103
 
Response Due
12/30/2003
 
Archive Date
12/31/2003
 
Point of Contact
CHARLES FLETCHER II 619-532-2658
 
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 small business set-aside; 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. Solicitation number / RFQ N680940448103 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 97-27 and DFAR Change Notices effective through 12/13/00. The standard industrial code is 5047 (NAICS 42511), and the business size standard is 100 employees. The agency need is for a preventive maintenance & full service contract on ten (10) each government owned inhalation therapy ventilators (manufacturers are Siemens, Puritan Bennett, Bird VIP with partner & Respironics) and a preventive maintenance/service contract on one each government owned Lorad Stereotactic biopsy machine with digital enhancement (tubes shall not be covered). All items are to be serviced at: Naval Hospital Camp Pendleton CA 92055-5191. This requirement is for a fixed priced contract. This contract is for a base year and four option years. The statement of work is as follows: 1. The cont ractor 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 Naval Hospital, Camp Pendleton without written authorization from the Head of Biomedical Engineering or the Plant Account Clerk. 3. The contractor shall perform two (2) preventative maintenance (PM) inspections per year. The inspections shall be conducted in January and July of the contract period. The time and date of these inspections will be coordinated between the contractor and the Head of Biomedical Engineering a minimum of ten (10) working days before the PM is due. 4. The contractor shall furnish and install all required parts, except co nsumables. The contractor shall perform necessary calibration, adjustments, safety and 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, 0700 to 1600, Monday through Friday, holidays, weekends, and overtime hours are excluded. Response time shall be within 24 hours from receipt of the maintenance request. Any work required on holidays, weekends, or after-hours is NOT provided for under the terms and conditions of this order. Work required during these periods will be covered under a separate purchase order. The contractor shall not proceed with any work on holidays, weekends, or after-hours without prior approval and a valid purchase order. 6. The contracto r shall make any engineering changes or updates to the equipment as required b the manufacturer or regulatory agencies for operator/patient safety or increased equipment reliability at no cost to the government. 7. If the repair requires longer than 72 hours, the contractor shall provide a temporary loaner of equal make and model at no cost to the government. 8. Prior to any service being performed, the service representative will report to the Biomedical Engineering Section, Bldg H135, Room 104, Naval Hospital, Camp Pendleton, CA. A copy of the competed service report shall be furnished to Biomedical Engineering. The service report shall include, but not be limited to the following information: Model and serial number PM control or Plant Account Number Labor hours expended List of parts used and related costs A brief summary of repairs, inspections, or ma intenance services provided Printed name and signature of the technician performing the service Printed name and signature of the designated department representative 9. Persons authorized to place calls against this contract: Myra Brown, Purchasing Agent Stan Gabut, Purchasing Agent Hal Walker, Supply Systems Analyst Head, Biomedical Engineering or his designated representative Kitty Maurais, Supervisory Contract Specialist 10. Billing shall be monthly in arrears. All invoices must state the applicable Purchase Order number and bill by Line Item Number. 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. Exp ress warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the following addendum clause: Material Requirements. 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. Provision 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. (option 1) To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered me et all requirements stated in the above purchase description. In addition NAVSUP 5252.215-9402, Notice to Prospective Offerors, and 5252.215-9403, Additional Evaluation Factors - Contractor Evaluation System, Red / Yellow / Green Program applies. 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 responding 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 30 December 2003, and will be accepted via fax (619-532-1088) or via e-mail (charles.e.fletcher@navy.mil). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher.
 
Record
SN00495222-W 20031225/031223212544 (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.