Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2005 FBO #1179
SOLICITATION NOTICE

J -- Maintenance of Electronic Microscope

Notice Date
2/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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
N00259-05-T-0017
 
Response Due
2/22/2005
 
Archive Date
3/9/2005
 
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 only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N00259-05-T-0017 is issued as a request for quotation (RFQ). Contractor Performance Period is March 01, 2005 through September 30, 2005. with two (2) option years. Closing Date for this solicitation is February 22, 2005 @ 3:00 p.m. Pacific Standard Time. FAR/DFAR provisions and clauses are those in effect through FAC 2001-24. 0001 On-site service corrective maintenance on Government owned equipment to include preventive maintenance inspections, emergency repairs on all parts and labor and unlimited calls including necessary component repairs. Scheduled PMI and inspection two (2) times per year. Contractor shall perform in accordance with the provided Statement of Work. 0001AA ? Lot I Base Year Leo Electronic Microscope, Qty: 7 Months @ $___________ MFR: Carl Zeiss, Model no. CEM902, S/N: 6401, Loc: NMCSD, Deck 1-G, Room: GG-32-D1. 0002 ?Lot II Option Year One Leo Electronic Micrscope, Qty: 4 Quarters @ $__________ MFR: Carl Zeiss, Model no. CEM902, S/N: 6401, Loc: NMCSD, Deck 1-G, Room: GG-32-D1. 0003- Lot II Option Year One Leo Electronic Micrscope, Qty: 4 Quarters @ $__________ MFR: Carl Zeiss, Model no. CEM902, S/N: 6401, Loc: NMCSD, Deck 1-G, Room: GG-32-D1. STATEMENT OF WORK WITH NO LOANER OPTION NO LOANER OPTION - 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/maintenance of Electronic Microscope located in the Clinical Research 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 Medical Repair Branch 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. 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 with a response time of no later than Twenty-Four (24) 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 made only on written approval and direction of the Medical Repair 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 or 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. 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. FIELD SERVICE REPORTS: The contractor or his representative is required to report to the NDCSW, Material Management, Repair Division 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 NDCSW, Material Management, Repair Division a legible copy of the Field Service Report upon completion of work performed. The contractor or his representative shall complete the Government copy this Field Service Report by including the following: Date and Time Notified Date and Time Arrival. BCN, Type, serial no., and model no. of equipment. Time spent repairing/servicing. Ddescription of malfunction. General Description of replaced parts and service performed comments as to the cause of malfunction. GOVERNMENT PERSONNEL: NDCSW 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 material within (1) one 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. PREVENTIVE MAINTENANCE AND CORRECTIVE MAINTENANCE SCHEDULES Services will be required based upon the following schedules: PREVENTIVE MAINTENANCE: One (1) time per fiscal year CORRECTIVE MAINTENANCE: Monday - Friday, 0800-1700 hrs. -End of Statement of Work- The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-27. This acquisition incorporates the following FAR clauses: 52.212-1 Instruction to Offers- Commercial Item (JAN 2004) 52.204-7 Central Contractor Registration (Oct 2003) 52.212-2 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 52.217-5 Evaluation of Options (JUL 1990) 52.217-8 Option to Extend Services (Nov 1999) 52.217-9 Option to Extend the Term Of The Contract (MAR 2000) 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 (Aug 1996) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.237-3 Continuity of Services (Jan 1991) 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 for Service: Commercial Items (JAN 2004), the following factors shall be used to evaluate offers: The Government will award a purchase order resulting from this solicitation to the responsible offeror whose response conforms to all requirements of this Request for Quotations. The evaluation process will be conducted in a manner that reflects the best interest of the Government. The successful offer will be one that is most advantageous to the Government, price and other factors considered. A ?pass/fail? rating for technical capability and a ?pass/fail/neutral? rating for past performance will be used to evaluate all timely offers received. In evaluating past performance, the Government may use information from internal files, if applicable, or other sources it deems appropriate. Contractors who do not achieve a "pass" or an "acceptable" rating for technical capability and past performance will not undergo a price evaluation and will therefore not be considered for award. The following Evaluation factors will be used to determine Best Value: 1. Technical Capability. Defined as ?as an assessment of the prospective contractor's key management personnel to determine if they have the basic knowledge, experience, and understanding of the requirements necessary to produce the required product or provide the required service, must specifically address that only factory authorized Engineers & Technicians who have gone to original equipment manufacturer (OEM) or comparable third part service schools for the above-mentioned equipment.. 2. Past Performance. Provide (3) three references, addressing that you have provided service maintenance contract for the same equipment in the last 3 years. 3. Price. Contractors who do not meet the first 2 factors will not undergo a price evaluation. All responsible sources may submit a quote which shall be considered to Ofelia Salas, 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 ogsalas@nmcsd.med.navy.mil. This solicitation is unrestricted for large businesses. Prior to award, prospective vendors must complete and submit the following representations and certifications: FAR 52.212-3, FAR 52.222-48 and must also register in the Central Contractor Registration (CCR) database. To access CCR database, log on http://www.ccr.gov.
 
Place of Performance
Address: NMCSD, 34800 Bob Wilson Dr., San Diego, CA
Zip Code: 92134
Country: USA
 
Record
SN00751503-W 20050217/050215212254 (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.