Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2004 FBO #0849
SOLICITATION NOTICE

J -- Maintenance Service

Notice Date
3/22/2004
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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
N00259-04-T-0018
 
Response Due
3/26/2004
 
Archive Date
4/10/2004
 
Point of Contact
Laura Pruett, Purchasing Agent, Phone 619-532-8110, Fax 619-532-5596, - Loida Toledo, Supvy. Contract Specialist, Phone 619-532-5644, Fax 619-532-5596,
 
E-Mail Address
lmpruett@nmcsd.med.navy.mil, lctoledo@nmcsd.med.navy.mil
 
Description
The proposed contract action is for supplies or services for which the Naval Medical Center San Diego intends to solicit with only one source, for On-site Full Maintenance Service , under the authority of FAR 6.302. Interested contractors/persons may identify their interest and capability to respond to the requirement or submit quotations. This notice of intent is not a request for competitive quotations. However, all quotes received by March 26, 2004, 8:00 a.m., Pacific Standard time, 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 normally be considered solely for the purpose of determining whether to conduct a competitive procurement. 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 only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N00259-03-T-0018 is issued as a request for quotation (RFQ). Clin 0001. Contractor shall provide On-site full maintenance service to include parts, labor, transportation and unlimited corrective maintenance calls for Government Owned VISX Star Excimer System, Period of Performance April 1, 2004 through September 30, 2004. 2 qtr @ $ ______ = $ ______. The duties to be performed shall be in accordance with the statement of work, (SOW). The services and duty hours will be performed at Naval Medical Center San Diego, Ophthalmology Department PRK Program, 2650 Stockton Road, Bldg. 2-2, San Diego, CA 92106. 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 the 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/mechanical 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. The contractor shall use commercially reasonable efforts to correct inoperable condition in a timely manner with a response time of no later than 48 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 m~de only on written approval and direction of the Medical Repa.ir 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 on 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, provided that the Contractor retains title to the software components of the equipment and all copyrights, trade secret rights and other intellectual property rights not licensed to the Government. 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 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. 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 ma~ntain replacement repair parts and materials necessary to perform each repair or ~upply said parts and materials within 48 hours. COMPENSATION: Labor: Except as indicated below, 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 presently to the OEM parts when new or as presently recommended by the manufacturer. Services will be required based upon the following schedules: PREVENTIVE MAINTENANCE: XX Two (2) times per fiscal year (Actual months of service to be designated by NMCSD Medical Repair Branch after contract award) . CORRECTIVE MAINTENANCE: XX Monday - Friday, 0800-1700 hrs. Requested service after 5:00p.m. and prior to 8:00a.m. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-20. This acquisition incorporates the following FAR clauses: 52.212-1 Instruction to Offers- Commercial Item (JAN 2004) 52.212-3 Offeror Representations and Certification--Commercial Items , JAN 2004 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2003 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, JAN 2004 52.222-3 Convict Labor , JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2004 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity, APR 2002 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans DEC 2001 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans DEC 2001 52.222-48 Exemption from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or Repair of Certain ADP, Scientific and Medical, and/or Office and Business Equipment - Contractor Certification AUG 1996 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.252-2 Clauses Incorporated By Reference FEB 1998 252.204-7004 Alt A Required Central Contractor Registration Alternate A, NOV 2003 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DEC 2003 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.232-7003 Electronic Submission of Payment Requests DEC 2003 52.212-2, Evaluation ? Commercial Items (JAN 2004), the following factors shall be used to evaluate offers: 1) Past performance 2) Fully qualified field engineers and technicians based on SOW ) Price. Past performance and qualified field engineers and tchnicians qualifications based on SOW when combined it has more importance than cost or price. Prior to Contract Award, the government reserves the right to review the resumes of contractor employees performing under the contract solely for the purpose of ascertaining their qualifications relative to the personnel qualifications terms of the contract. Accordingly, the contractor shall furnish such resumes and all professional requirements as stated in the Statement of Work (SOW) to the Purchasing Agent along with their quote. All responsible sources may submit a quote which shall be considered. All interested Bidders must submit quotation plus product specification to Laura Pruett, Naval Medical Center San Diego, Material Management Dept., Acquisitions Division, 34800 Bob Wilson Drive, San Diego, CA 92134, or by FAX (619) 532-5596 or by e-mail @ lmpruett@nmcas.med.navy.mil. This solicitation is unrestricted.
 
Place of Performance
Address: Naval Medical Center San Diego, Ophthalmology Department PRK Program, 2650 Stockton Road, Bldg 2-2, San Diego, CA
Zip Code: 92134
Country: USA
 
Record
SN00551668-W 20040324/040322212350 (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.