Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2005 FBO #1364
SOLICITATION NOTICE

65 -- Sole Source Service Maintenance AGFA Digital Equipment

Notice Date
8/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
339112 — Surgical and Medical 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-0102
 
Response Due
8/26/2005
 
Archive Date
9/10/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the information in FAR 12.6 using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5 as supplemented with the additional information included in this notice. This announcement constitutes the solicitation; a written solicitation will not be issued. Solicitation N00259-05-T-0102 applies and electronic copy can also be accessed at http://www.neco.navy.mil. NMCSD intends to solicit and negotiate on a sole source basis in accordance with FAR 6.302-1, only one responsible source and no other suppliers or services will satisfy agency requirements with AGFA Corporation, 10 S. Academny Street, Greenville, SC. This notice is not a request for offers or an announcement of a forthcoming solicitation. Interested persons may identify their interest and capability to respond to this requirement. Information received will be considered soley for the purpose of determining whether to conduct a competitive procurement. A determination not to compete this procurement based on response to this notice is solely within the discretion of the Government. The anticipated award date is 30 September 2005. The agency need is on-site full service maintenance for government-owned equipment including all parts, labor, transportation and unlimited maintenance calls, corrective and preventative service. The NAICS is 339112. The period of performance will begin 10/1/05 thru 9/30/06 with two 12-month option periods. Quoters must be registered in the central contractor registration; website is www.ccr.gov to be considered for award. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-4 and DFAR Change Notices effective through 6/21/05. Applicable clauses are FAR 52.212-1, Instructions to Offerors ? Commercial Items, 52.212-4, Contract Terms and Conditions ? Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items applies with the following applicable clauses: 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 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, 52.225-13 Restrictions on Certain Foreign Purchases. 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: DFARS 252.225-7001, Buy American Act and Balance of Payment Program and 252.232-7003 Electronic Submission of Payment Requests, 52.252-2 Clauses Incorporated by Reference, 52.247-34 F.O.B. Destination. 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. Description of Supplies/Services: CLIN 0001 On-site full service maintenance for the listed government-owned equipment including parts, labor, transportation and unlimited maintenance calls, corrective and preventative for the Base Year 10/1/05 thru 9/30/06. SUBCLIN 0001AA ? Drystar 3000 QTY: 1 YR X _____ = _____. SUBCLIN 0001AB ? ADC Processing Server QTY: 1 YR X _____ = _____. SUBCLIN 0001AC ? ADC PC & Monitor QTY: 1 YR X _____ = _____. SUBCLIN 0001AD ? ADC Solo Digitizer QTY: 1 YR X _____ = _____. SUBCLIN 0001AE ? Impax 4MM Tape Drive QTY: 1 YR X _____ = ______. TOTAL FOR CLIN 0001: _____. CLIN 0002 On-site full service maintenance for the listed government-owned equipment including parts, labor, transportation and unlimited maintenance calls, corrective and preventative for the Option Year 1, 10/1/06 thru 9/30/07. SUBCLIN 0002AA ? Drystar 3000 QTY: 1 YR X _____ = _____. SUBCLIN 0002AB ? ADC Processing Server QTY: 1 YR X _____ = _____. SUBCLIN 0002AC ? ADC PC & Monitor QTY: 1 YR X _____ = _____. SUBCLIN 0002AD ? ADC Solo Digitizer QTY: 1 YR X _____ = _____. SUBCLIN 0002AE ? Impax 4MM Tape Drive QTY: 1 YR X _____ = ______. TOTAL FOR CLIN 0002: _____. CLIN 0003 On-site full service maintenance for the listed government-owned equipment including parts, labor, transportation and unlimited maintenance calls, corrective and preventative for the Option Year 2, 10/1/07 thru 9/30/08. SUBCLIN 0003AA ? Drystar 3000 QTY: 1 YR X _____ = _____. SUBCLIN 0003AB ? ADC Processing Server QTY: 1 YR X _____ = _____. SUBCLIN 0003AC ? ADC PC & Monitor QTY: 1 YR X _____ = _____. SUBCLIN 0003AD ? ADC Solo Digitizer QTY: 1 YR X _____ = _____. SUBCLIN 0003AE ? Impax 4MM Tape Drive QTY: 1 YR X _____ = ______. TOTAL FOR CLIN 0003: _____. TOTALS FOR CLINs 0001, 0002 and 0003: ______. Statement of Work - MEDICAL EQUIPMENT SERVICE MAINTENANCE WITH NO LOANER OPTION 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/preventive maintenance of AGFA Digital Equipment located at Naval Branch Health Clinic, NAS Fallon, NV 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. ?Repair? means any (a) modification, adjustment, or repair of the hardware that corrects a malfunction by bringing the hardware into material conformity with the technical specifications for the hardware or (b) a procedure or routine what, when observed in the regular operation of the hardware, avoids the material adverse effect of the applicable nonconformity. NAS FALLON PREVENTIVE MAINTENANCE REQUIREMENTS: Perform service repair/preventive maintenance to industry standards. Ensure 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. Installation of system update changes to resolve specific product reliability problems. Hardware and software upgrades, defined as those changes that enhance or add product features, are not included. The contractor shall perform all scheduled preventive maintenance as agreed upon with the contract administrator. NAS FALLON REPAIR REQUIREMENTS: NAS FALLON Biomedical Engineering will provide the initial assessment. 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 upon Medical Repair Branch written approval and direction. 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 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. TRAVEL AND RELATED EXPENSES: The contractor shall be responsible for its service related trip expenses including round trip travel, mileage, and overnight living expenses. RESPONSE TIME: The contractor shall use commercially reasonable efforts to: Respond by telephone to any report of a malfunction within one hour of notification by NAS FALLON. Provide on-site support within 24 hours of notification by NMCSD personnel. 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) which 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. GOVERNMENT PERSONNEL: NAS FALLON 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 one day. COMPENSATION: LABOR: All compensation for labor 7:30am ? 4:00pm Local PST Time) is included in the contract price. Any labor performed outside of this timeframe is not included in the contract pricing. If services become necessary to be performed beyond 4:00pm, NAS FALLON Biomedical Repair Division shall be notified prior to performance. 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. CONTRACTOR CHECK-IN/CHECK-OUT: The contractor is required to report to the Medical Repair Branch for Visitor Badges during the hours of 7:30am ? 4:00pm, Monday through Friday, prior to and upon completion of any service/repair performed. FIELD SERVICE REPORTS: The contractor, at Check-In shall pick-up a Government Field Report. The contractor, shall furnish to the Duty Staff or: HM2 Thomas Jara, Naval Branch Health Clinic, 4755 Pasture Road, NAS Fallon, NV 89496, Phone : (775) 426-3146, Fax: (775) 426-3117, E-mail: tejara@bmcfal.med.navy.mil, a completed Government Field Service Report upon completion of work performed prior to checking-out. The contractor, or his representative, shall complete the Government Field Service Report to include the contractor name, technician?s printed name and telephone number, signature, date and time of arrival, ECN (Equipment Code Number) and serial number, time expended repairing/servicing; labor hours, rate, and materials, summary of work performed and accepted by end-user (Government Representative?s Printed Name and Signature). COMPLETED FIELD SERVICE REPORTS ARE REQUIRED PRIOR TO ACCEPTANCE OF ANY INVOICE PREVENTIVE MAINTENANCE AND REPAIR SERVICES SCHEDULES: SERVICES SHALL BE REQUIRED BASED UPON THE FOLLOWING AGREED SCHEDULES: PREVENTIVE MAINTENANCE: One (1) time per fiscal year and CORRECTIVE MAINTENANCE: Monday - Friday, 0800-1400 hrs. The contractor shall identify the dispatcher/customer service), including telephone number, fax number and e-mail address if any. SAMPLE FIELD SERVICE REPORT (FSR) available after award by NAS Fallon. The government intends to make a single firm fixed contract award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. 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 company?s complete mailing and remittance addresses, discounts for prompt payment, if any, anticipated delivery/availability of products, 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 8:00 AM, pacific standard time on August 26, 2005, and will only be accepted via e-mail @ (nddelosreyesas@nmcsd.med.navy.mil) or at the following physical address: Naval Medical Center, Acquisitions Division, Material Management Department, 34800 Bob Wilson Drive, Suite 8, San Diego CA 92134.
 
Place of Performance
Address: Naval Branch Health Clinic, 4755 Pasture Road, NAS Fallon, NV
Zip Code: 89496
 
Record
SN00875127-W 20050821/050819212802 (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.