Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2005 FBO #1301
SOLICITATION NOTICE

J -- service / maintenance contract on government owned Kodak radiology equipment

Notice Date
6/17/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
92132-0212
 
Solicitation Number
N0024405T0708
 
Response Due
6/24/2005
 
Archive Date
7/24/2005
 
Point of Contact
Marie Cunningham 619-532-3955 Purchasing Agent @ 619-532-3955
 
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 announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 (this means you must be a small business, quoting the product of a small-business manufacturer); all eligible, 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. Solicitation number / 1) RFQ N00244-05-T-0708 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 2005-04 and DFAR Change Notices effective through 6/8/05. The standard industrial code is 7629 (NAICS 811219) and the business size standard is $6 million. The agency need is for service / maintenance contract on government owned Kodak radiology equipment. This requirement is for a fixed priced contract. The statement of work is as follows: The Contractor shall furnish all materials, equipment, labor, and travel necessary to calibrate, adjust, test, maintain and repair the Kodak 5000RA located in the Mammography, Radiology Department at Naval Hospital Camp Pendleton, CA. 2) The Contractor shall provide all services on-site by trained and certified technicians qualified to work on the above equipment. No piece of equipment shall be removed from the Radiology Department at Naval Hospital Camp Pendleton without written authorization from the Head of Biomedical Engineering or the Plant Account Clerk. 3) The Contractor shall perform complete preventive maintenance and provide services as covered for the following: a) Kodak RA5000 Mammography processor (PM #03897) – Bi-monthly service required (24 visits per year) including complete cleaning and preventive maintenance service. To include all labor, materials, parts and equipment as necessary for any parts or service and also to cover emergency calls during the hours of 0800 – 1600, Monday through Friday with 30 minute phone response from the service technician (after initial call). b) Kodak RX Developer: 250 Gallons annually – deliver and pour weekly. c) Kodak RP Fixer: 200 Gallons annually – deliver and pour four (4) gallons weekly. d) Fuel delivery charge: Weekly delivery charge. 4) The Contractor shall furnish and install all required parts, except upgrades and expendables. The Contractor shall perform necessary calibration, adjustments, safety and operational checks to ensure the equipment meets all the manufacturer’s specifications. 5) There shall be unlimited emergency services during normal working hours, 0800 to 1630, Monday to Friday. Holidays and overtime excluded. Response time will be within 24 hours from receipt of the maintenance request. 6) The Contractor shall make any engineering changes or updates to the equipment as required by the manufacturer or regulatory agencies for operator and patient safety or increased patient reliability at no cost to the Government. 7) Prior to any service being performed, the service representative will contact the Biomedical section, @ 760-725-1601, room 104, bldg H-135, Naval Hospital Warehouse, Camp Pendleton CA. A copy of the completed service report shall be furnished to Biomedical Engineering. The service report shall include the following, but not be limited to the following information: a) Model and serial number. b) PM control or plant account number c) Labor hours expended. d) List of parts used and cost. e) A brief summary of repairs, inspections or maintenance. f) Printed name and signature of the tech performing the service. g) Printed name and signature of the designated Intensive Care Unit Department Representative. 8) Billing shall be monthly in arrears. 9) Personnel authorized to make calls against this contract are: a) M. Brown, Purchasing Agent b) E. Gabut, Purchasing Agent c) H. Walker, Purchasing Agent d) Head, Biomedical Engineering or designated representative. 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. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions – Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements and 52.232-18, Availability of Funds. 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. 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. 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 letterhea! d, 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 6/24/05, and will only be accepted via e-mail @ (marie.Cunningham@navy.mil) or at the following physical address: Fleet & Industrial Supply Center, 937 North Harbor Drive, 7th floor, San Diego CA 92132-0212. Quotes submitted, as an attachment to an e-mail should be sent in Word Version 6.0 or higher. See Numbered Note 1. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JUN-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
click here to download a hard copy of the RFQ
(http://www.eps.gov/spg/DON/NAVSUP/200/N0024405T0708/listing.html)
 
Record
SN00831893-F 20050619/050617211730 (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.