Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2005 FBO #1342
SOLICITATION NOTICE

J -- Hardware and Software Maintenance for Dictaphone Systems.

Notice Date
7/28/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024405T0787
 
Response Due
8/5/2005
 
Archive Date
9/4/2005
 
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. The purchase order will provide supplies for Naval Hospital Lemoore CA. This announcement is published as a Total Small Business 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). This procurement is restricted; all responsible sources may submit an offer. This is a synopsis and solicitation for Naval Hospital Lemoore CA, the agency needs the following: 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 set forth herein. The contractor shall provide all services, materials and equipment necessary for the repair/service of the Dictaphone System list your equipment to be covered: Enterprise Express SN: 00553570 PT#: 00EXT02- 8x5 12MO Enterprise Express SN: 00553570 PT#: 00EXT02 - 24x7 12mo Enterprise Express SN: 00553570 PT#: 00EXT02- RTSM 12 MO Enterprise Express SN: 00553575 PT# 00EXT05- 8x5 12MO Enterprise Express SN: 00553575 PT# 00EXT05- 24x7 12mo Enterprise Express SN: 00553575 PT# 00EXT05- RTSM 12 MO Enterprise Express SN: 00653820 PT# 00EXV02 8x5 12 MO Enterprise Express SN: 00653820 PT# 00EXV02 24x7 12 MO Enterprise Express SN: 00653820 PT# 00EXV02 RTSM 12 MO Initial Application SN: 00663785 PT# 00EXV07 8x5 12MO Initial Application SN: 00663785 PT# 00EXV07 24x7 12MO Initial Application SN: 00663785 PT# 00EXV07 RTSM 12MO 14 KVA UPS SN: 0012025 PT# 0007063 8x5 12MO 14 KVA UPS SN: 0012025 PT# 0007063 24x7 12MO 14 KVA UPS SN: 0012025 PT# 0007063 SMA 12MO Kit License Seat Job PT# 0139525 - 8x5 12Mo Kit License Seat Job PT# 0139525 - 24x7 12Mo Kit License Seat Job PT# 0139525 - RTSM 12Mo Kit License seat Text Client PT# 0139586 - 8x5 12Mo Kit License seat Text Client PT# 0139586 - 24x7 12Mo Kit License seat Text Client PT# 0139586 - RTSM 12Mo Fax Server TurnKey PT# 0139594-004 - 8x5 12MO Fax Server TurnKey PT# 0139594-004 - 24x7 12MO Fax Server TurnKey PT# 0139594-004 - RTSM 12MO Kit SW Voice to Text PT# 0139605 - 8x5 12MO Kit SW Voice to Text PT# 0139605 - 24x7 12MO Kit SW Voice to Text PT# 0139605 - RTSM 12MO Stedman's Plus PT# 0139650 - 8X5 12MO Stedman's Plus PT# 0139650 - 24x7 12MO SW Electrnc Medical PT# 0139667 - 8x5 12MO SW Electrnc Medical PT# 0139667 - 24X7 12 mo SW Quick Look Drug PT# 0139668 - 8X5 12MO SW Quick Look Drug PT# 0139668 - 24x7 12MO Kit MSI Card 8 Port PT# 0139734-001 8X5 12mo Kit MSI Card 8 Port PT# 0139734-001 24x7 12mo Kit MSI Card 8 Port PT# 0139734-001 RTSM 12mo Kit License Single Online PT# 0139745 - 8x5 12mo Kit License Single Online PT# 0139745 - 24x7 12mo Kit License Single Online PT# 0139745 - RTSM 12mo SW MS Word 95, V7.0 PT# 0500424 - 8X5 12Mo SW MS Word 95, V7.0 PT# 0500424 - 24x7 12Mo Located at Naval Hospital Lemoore, California 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 & 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 Information Technology Department 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. *Correct inoperable condition in a timely manner with a response time of no later than 4 hour after telephone notification, to a monitored contractor emergency telephone number to be provided by the contractor to Information Technology Department 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 Information Technology Department. *Notify the Information Technology Department 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 Information Technology Department 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. He 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 of 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 Hospital?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. CONTRACTOR CHECK-IN/CHECK-OUT: The contractor or his representative is required to report to the Information Technology Department for Visitor Badges during the hours of 0700-1530 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: Eileen Chaney, Network Administrator, at Naval Hospital Lemoore, Ca 93246, Phone: 559998-4422, Fax 559/998-2875. echaney@nhlem.med.navy.mil 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 & Time notified *Date & Time Arrival *BCN (Bar Code Number) 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 FIELD SERVICE REPORTS ARE REQUIRED PRIOR TO APPROVAL OF ALL INVOICES 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 (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 the 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 Maintenance is provided through a dialup connection. System automatically notifies Dictaphone when a problem occurs and when maintenance is required. CORRECTIVE MAINTENANCE Monday ? Friday 0700-1600 hours. For commercial supplies/services prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. A separate written solicitation will be issued upon request. Solicitation number RFQ N00244-05-T-0787 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 97-15 and Defense acquisition Circular 91-13. The standard industrial code is 3579 And the business size standard is 500 employees. All supplies/services are to be delivered: FOB Dest to Naval Hospital 937 Franklin Ave, Lemoore CA, 93246. Acceptance shall be made at destination. 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 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. Clause 52.232-18 Availability of Funds applies. 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; and FAR 52.211-6, Brand Name or Equal. 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. 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. (option 1) To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above reference written solicitation. In addition NAVSUP 5252.215-9402, Notice to Prospective Offerors, and 5252.215-9403, Additional Evaluation Factors ? Contractor Evaluation System, Red / Yellow / Green Program applies. 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 letterhead, 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. 08/05/05, and will be accepted via fax (619-532-2347) or via e-mail (evangeline.rodriguez@navy.mil). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher . See Numbered Note (13).
 
Record
SN00857227-W 20050730/050728212912 (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.