Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2005 FBO #1385
SOLICITATION NOTICE

J -- On site service maintenance contract for Aquarius Workstation for the period 01 Oct 2005 to 30 Sep 2006 plus one option year

Notice Date
9/9/2005
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer 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-0309
 
Response Due
9/15/2005
 
Archive Date
9/30/2005
 
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 subpart 12.6, using Simplified Acquisition Procedures for Commercial items found at FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be available. The solicitation number, N00259-05 -T-0309 is issued as a request for quotations (RFQ). The NAICS code is 334111 and Small business Standard is 500. This is a 100 % small Business Set-aside.. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses and provisions maybe accessed in full text at these addresses: www.arnet.gov/far and http:// farsite.hill.af.mil. NMCSD requests responses from qualified sources capable of providing the following: CLIN 0001: Base Year, On-Site Full Service Maintenance Contract for the listed Government owned equipment, software including all parts labor, transportation and unlimited mantenance calls, corrective and preventive IAW Statement of Work. POP: 10/1/2005 through 9/30/2006; Subclin 0001AA: $ ________ Computer MFR: DELL , MODEL: TERACON , S/N: 6500021, LOCATION: ANGIO DIVISION Quantity: 4 Quarter. Subclin 0001AB: $ _______ Computer, MFR: DELL, MODEL: TERACON, S/N: 6500024, LOCATION: RADIOLOGY DEPT, MRI, Quantity: 4 Quarter. Subclin 0001AC: $_________ Computer, MFR DELL , MODEL: TERACON S/N: 32600007, LOCATION: RADIOLOGY DEPT, MRI , Quantity: 4 quarter. Clin 0002: Option Year I, On-Site Full Service Maintenance Contract for the listed Government owned equipment, software including all parts labor, transportation and unlimited mantenance calls, corrective and preventive IAW Statement of Work. POP: 10/1/2006 through 9/30/2007; Subclin 0002AA: $ ________, Computer, MFR: DELL , MODEL: TERACON , S/N: 6500021, LOCATION: ANGIO DIVISION Quantity: 4 Quarter. Subclin 0002AB: $_______ Computer, MFR: DELL, MODEL: TERACON, S/N: 6500024, LOCATION: RADIOLOGY DEPT, MRI , Quantity: 4 Quarter. Subclin 0001AC: $ ___________ Computer, MFR DELL , MODEL: TERACON S/N: 32600007, LOCATION: RADIOLOGY DEPT, MRI , Quantity: 4 quarter STATEMENT OF WORK AS FOLLOWS: STATEMENT OF WORK: NO LOANER OPTION - MEDICAL EQUIPMENT SERVICE MAINTENANCE STATEMENT OF WORK. 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 Aquarius workstation located in the Otolaryngology Dept., 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. 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 shall provide the Medical Repair Branch an emergency telephone number. The contractor shall respond within 24 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. 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. 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 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 incidental 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 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 a legible copy of the Field Service Report upon completion of work performed to: GABRIEL G. SANTOS, Contract Administrator, Naval Medical Center, San Diego, Material Management Department, Biomedical Engineering Branch, Building 1, Ground Floor, Rm GD-18H1, Phone: (619) 532-5191, Fax: (619) 532-8013, E-mail: gsantos@nmcsd.med.navy.mil. The contractor or his representative shall complete the Government copy of this Field Service Report by including the following: Date and Time Notified, Date and Time Arrival, ECN (Equipment Control Number), Type, serial # and model # , 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 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: four (4) times per fiscal year. (Actual month of service to be designated by NMCSD Medical Repair Branch after contract award). CORRECTIVE MAINTENANCE: Monday - Friday, 0800-1700 hrs. CONTRACTOR POINT OF CONTACT (POC): ______________ (Contractor/Dispatcher/Customer Service), Telephone Number: _______________FAX : _____________________, E-Mail: ________________ Contractor?s name will be inserted upon award. End of Statement of Work. This acquisition incorporates the following FAR clauses: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-5. Applicable clauses are FAR 52.212-1, Instructions to Offerors , Commercial Items, 52.252-1 Solicitation Provisions Incorporated by Reference, 52.252-2 Clauses Incoporated by Reference ( Feb 1998) 52.204-7 Central Contractor Registration, 252-225-7002 Qualifying Country Sources As Subcontractors, 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, 52.212-3, Offeror Representation and Certifications, Commercial Items. 52.232-18, Availability of funds. 52.204-7 Central Contractor Registration. 52.233-3, Protest after award. 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration. 52.217-9, Option to Extend the term of the Contract; 52.217-5, Evaluation of Options; 52.217-8, Option to extend Services 52.212-2, EVALUATION ?COMMERCIAL ITEMS (1/99). 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. The following factors shall be used to evaluate offers: Technical Capability. Defined as ?an assesment 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 and lease, specifically addressing that only qualified field Engineers and Technicians who have gone through OEM or comparable third party service schools for the above mentioned equipments will be employed to perform the effort of work. Past performance. Provide three (3) references, addressing that you have provided service / lease agreement contract for the same equipment in the last 3 years. Price. Technical and past performance, when combined, are significant evaluation factors that will be used to arrive at a best value award decision. Contractors who do not meet the first 2 factors will not undergo a price evaluation. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the uccessful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered. A price evaluation will only be conducted on offerors found to be technically acceptable and possess or have demonstrated qualified experience relevant to the scope of this solicitation. In submitted your quote, include your company?s complete mailing and remittance addresses, discounts for prompt payment, if any, Commercial and Government Enity ( CAGE) code, Dun and Bradstreet number, and federal tax ID number. All required FAR 52.212-3 Certications and representations must be completed and submitted along with your quote. Quotes are accepted in any form by mail or e-mail to: lmpruett@nmcsd.med.navy.mil
 
Place of Performance
Address: Naval Medical Center San Diego, Otolaryngology Dept, 34800 Bob Wilson Drive, San Diego, Ca
Zip Code: 92134
Country: USA
 
Record
SN00891701-W 20050911/050909212749 (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.