Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2004 FBO #1020
SOLICITATION NOTICE

J -- Service Maintenance Premier Microvit Phaco Machine

Notice Date
9/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
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-Q-0073
 
Response Due
9/17/2004
 
Archive Date
10/2/2004
 
Point of Contact
Ofelia Salas, Purchasing Agent , Phone 619-532-8098, Fax 619-532-5596, - Jeannette Perez, Deputy , Phone (619) 532-8097, Fax (619) 532-5596,
 
E-Mail Address
OGSalas@nmcsd.med.navy.mil, jlperez@nmcsd.med.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes only a solicitation. Quotations are being requested and a written solicitation will not be issued. The solicitation is N00259-04-Q-0073. Contractor period of performance is October 1, 2004 through September 30, 2005 with two (2) option years. CLIN 0001 On-site full service maintenance contract on government owned equipment including all parts, labor and transportation. SUBCLIN 0001AA B&L/STORZ Premier Microvit Phaco Machine Model DP3473-200 S/N P33548, ECN 00259M3D54 and 0001AB B&L/STORZ Premier Microvit Phaco Machine Model DP3473 S/N P32976 ECN 00259M3EB3. STATEMENT OF WORK - NO LOANER OPTION ? MEDICAL EQUIPMENT SERVICE MAINTENANCE 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/maintenance of VISUAL FIELD ANALYZER (2) located in the OPHTHALMOLOGY 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: Perform service repair/maintenance to industry standards, to include electrical safety tests. 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. 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: Correct inoperable condition in a timely manner. Immediately upon contract award, the contractor will provide Medical Repair Branch an emergency telephone number. Contractor will response no later than 48 hours after telephone notification. 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. All repairs require technicians to perform and document a standard electrical safety test. Equipment improvements/modifications shall be made only upon Medical Repair Branch written approval and direction. Notify the Medical Repair Branch immediately upon receipt of OEM or replacement parts/equipment safety recall 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 OEM 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. 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. FIELD SERVICE REPORTS ARE REQUIRED PRIOR TO APPROVAL OF ALL INVOICES 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 to; HM2 Alfred A. Souza, Naval Medical Center, San Diego, Material Management Department, Biomedical Engineering Branch, Building 1, Ground Floor, Room GD-18H1, Phone: (619) 532-8010, Fax: (619) 532-8013, E-mail: mailto:aasouza@nmcsd.med.navy.mil, 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 to include the following: Date and Time Notified Date and Time Arrival ECN (Equipment Control Number), Type, serial # and model # Time expended 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 equipment downtime, the contractor shall maintain replacement repair parts and materials necessary to perform each repair or supply said parts and materials within 2days. 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: One (1) time per fiscal year End of Statement of Work FAR and DFARS Clauses/Provisions: 52.212-1 Instruction to Offerors-Commercial Items (JAN 2004), 52.212-5 Contract Terms and conditions Required to Implement Statutes or Executive orders-Commercial Items (JUN 2004), with clauses incorporated by reference in paragraphs (a) 52.233-3 Protest after Award (AUG 1996)(31 U.S.C. 3553), (b) 52.222-3 Convict Labor (June 2003) (E.O. 11755), 52.222-19 Child Labor-Coopreration with Authorities and Remedies (Jun 2004) (E.O. 13126), 52.222-21 Prohibition of Segregated Facilities ( Feb 1999), 52.222-26 Equal Opportunity (APR 2002) (E.O. 11246), 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veteran (DEC 2001)(38 U.S.C. 4212), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (DEC 2001)(38 U.S.C. 4212), 52.222.36 Affirmative Action for Handicapped Workers (JUN 1998)(29 U.S.C 793), 52.225-13 Restriction on Certain Foreign Purchases (OCT 2003)(E.o.s. proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury), and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor (OCT 2003) Registration (31U.S.C. 3332), 252.204-7004 Alt A Required Central Contractor Registration Alternate A (NOV 2003), 525.204-7 Central Contractor Registration, 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003), 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.252-2 Clauses Incorporated By Reference (JAN 1999),252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2004), with DFARS Clause 252.225-7001 Buy American and Balance of Payment Program (APR 2003)(41 u.s.c. 10a-10d, e.o. 10582) incorporated in reference (b), 52.232-18 Availability of Funds ( Apr 1984), 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003), 52.252-1 Solicitation Provision Incorporated by Reference (Feb 1998). Award will be based on evaluation factors: (1) Past Performance (submit 3 similar contracts performed within the last three years), (2) Technical Capabilities (submit product specifications, brochures and/or literatures and (3) Price. The government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the government, price and other factors considered. Past performance, technical capability and price will be used to evaluate each offer. Past performance [three prior similar contracts performed within the past three years] is defined as an offeror?s past performance information and any other pertinent information that demonstrates satisfactory record of past performance. Technical capability is defined as an offeror?s technical capability information and any other pertinent information that demonstrates an offeror?s ability to accomplish the government?s technical requirements including product specifications, brochures, literatures. Price is described in Section B of this solicitation as contract line items and/or sub contract line items. The government intends to make a single award without discussions with offerors and to the technically acceptable, responsible offeror proposing the lowest price for all items.The evaluation factors other than cost or price when combined are significantly more important than cost or price. There can be absolutely no variance from what is set forth in the solicitation. Format and submission of proposals. All information shall be typewritten and shall be submitted in two [2] sets. Format of the technical proposals. The written technical proposal shall not contain any cost/pricing information. Format of the priced proposals. The written priced proposal shall be separate from the technical proposals. The pricing information shall be submitted in the format specified in Section B of the solicitation. Evaluation of options. For award purposes, the total price for all options is added with the total price for the basic requirement. The government will only consider firm fixed-price quotations. Quotations are due by 3:00PM Pacific Standard Time on September 17, 2004. Incomplete and late responses will be considered non-responsive and will not be evaluated for award purposes. Contractor must be registered to the Central Contractor Registration (CCR) prior to award. The website address for CCR registration is www.ccr.gov. A Dunn and Bradstreet number is required to register. All prospective vendors must submit a written quote to Ofelia Salas or Jen Perez by fax (619) 532-5596 or e-mail to jlperez@nmcsd.med.navy.mil
 
Place of Performance
Address: Naval Medical Center, 34800 Bob Wilson Drive, San Diego, Ca
Zip Code: 92134
Country: USA
 
Record
SN00669156-W 20040911/040909212906 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.