Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2004 FBO #0976
SOLICITATION NOTICE

65 -- Service maintenance of (1) government owned Lanier Digital Dictation System for Naval Medical Center San Diego, CA Radiology Department, Director for Ancillary Services

Notice Date
7/27/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N00259RCE0095
 
Response Due
8/2/2004
 
Archive Date
9/1/2004
 
Point of Contact
Brian O'Donnell 619-532-3445 Brian O'Donnell, Contract Specialist, Phone: 619-532-3445
 
E-Mail Address
Email your questions to Click here to contact the Contract Specialist
(brian.odonnell@navy.mil)
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 22. The agency need is to provide service maintnenance of (1) government owned lanier Digital Dictation System, in accordance with the below Statement of Work, located at the Naval Medical Center San Diego, CA Radiology Department, Director for Ancillary Services. The contract is for a base one-year period of performance beginning 01 October 2004 through 30 September 2005 with 2 one-year option periods. Pursuant to FAR Part 12 and under authority of FAR 6.302 (see Note 12) the Government intends to solic! it and negotiate with only 1 source. The Government intends to negotiate with Lanier Healthcare, 5430 Metric Place, Suite 200, Norcross, Georgia 30092. Interested parties may identify their interest and capability to respond to the requirement.. This notice of intent is not a request for proposals; however, all proposals received will be considered. A determination not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Navy. Information received will normally be considered solely for the purpose of determining whether or not to conduct a competitive procurement. Please direct all inquiries via email to the Contract Specialist prior to the closing date. STATEMENT OF WORK NON-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 _Lanier Dictation System located at the 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: ?h Perform service maintenance to industry standards. ?h 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 technician 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. ?h 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. ?h 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 the Acquisitions Division immediately upon contract award. ?h 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. ?h Equipment improvements/modifications shall be made only on written approval and direction of the Naval Medical Center, San Diego. ?h Insure that original design and functional capabilities will not be changed, modified, or altered unless the Naval Medical Center, San Diego authorizes such changes. ?h Provide suitable modern recommended repair equipment/tools required for the satisfactory execution of all repairs made. ?h Furnish manufacturer OEM approved lubricants and lubricate wear points within the equipment. ?h Extend to the Government all commercial warranties or replacement parts, consistent with standard industry practices. ?h 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. 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 3 days. 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: None Required CORRECTIVE MAINTENANCE: Seven (7) days per week, 24-hour coverage None -End of Statement of Work- The requirement is for a firm-fixed price type contract. Contractor is required to provide a technical plan explaining how they will meet the technical specifications and also a statement on its delivery schedule. In accordance with 52.211-8 Time of Delivery, all services must be performed in accordance with the schedule?Xno deviations are allowed. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation (including potential site visits, if requested) are not subject to reimbursement by the Government. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items, 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; 52.212-5 Facsimile Proposals; 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. DFARS clauses 252.212-7000, Offeror Representations and Certifications-Commercial Items and addendum clause DFARS clause 252.225-7035, Buy-American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program Certificate; Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.243-1 Changes?XFixed Price; DFAR 252.243-7001 Pricing of Contract Modifications; The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial! Item applies with the following applicable clauses for paragraph (b): FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special 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 Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7012, Preference for Certain Domestic Commodities; and DFARS 252.225-70001 Buy American Act and Balance of Payment Program. 52.244-6 Subcontracts for Commercial Items. DFAR 252.204-7004 Required Central Contractor Registration, applies to all solicitations issued on or after 6/1/98; Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this r! egulation when submitting your quote. Call 1-888-227-2423 or on the Internet at www.ccr.gov for more information. Please ensure compliance with this regulation when submitting your proposal: 52.247-35 F.O.B Destination, Within Consignee??s Premises. 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. The Government intends to award the contract to the eligible, low-priced, responsible offeror. 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. To be determined technically acceptable the Offeror must furnish product literature that demonstrates that the offeror can meet all requirements stated in the above purchase descriptions. All responsible Offerors are to submit current pricing! , delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company??s services that meet the specifications, along with applicable government discounts. Initial pricing (quotes) and any technical information must be received no later than 3:00 PM (Pacific Savings Time), 2 August 2004 and will be accepted via FAX (619)-532-1088, Attn: Brian O??Donnell (619.532.3445) or e-mail brian.odonnell@navy.mil). Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Clause information can be downloaded from the internet from the following addresses; http://www.arnet.gov/far/ or http://www.acq-ref.navy.mil/turbo/arp51.htm/
 
Web Link
Click here to learn more about FISC San Diego
(http://www.sd.fisc.navy.mil)
 
Record
SN00631494-W 20040729/040727212616 (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.