Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2006 FBO #1503
SOLICITATION NOTICE

65 -- Service Manit for EKG & Treadmill Equip

Notice Date
1/5/2006
 
Notice Type
Solicitation Notice
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
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
N0025906T0023
 
Response Due
1/11/2006
 
Archive Date
1/26/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the information in FAR 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 solicitation; a written solicitation will not be issued. Solicitation N00259-06-T-0023 applies, an electronic copy can also be accessed at http://www.neco.navy.mil. This acquisition is unrestricted. The agency need for Service Maintenance on EKG & Treadmill units for the Cardiology Dept at NMCSD. The NAICS is 421450. The period of performance will begin 01/13/06 thru 9/30/06. Delivery schedules will be identified at contract award. Offerors must be registered in the central contractor registration; website is www.ccr.gov to be considered for award. 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 items: CLIN 0001, Base Year, Service Maintenance Agreement. FFP, Contractor shall provide on-site Corrective and Preventive Maintenance in accordance with the Statement of Work for 17 government-owned EKG units, Model # MAC 5000, MFR GE Medical Systems. All parts, labor, transportaion and unlimited maintenance calls shall be included. CLIN 0002, Base Year, Service Maintenance Contract. FFP, Contractor shall provide on-site Corrective and Preventative Maintenance in accordance with the Statement of Work for 4 government-owned Treadmill units, Model # T-2000 and 4 government-owned Assy Case P2 Series units, MFR GE Medical Systems All parts, labor, transportaion and unlimited maintenance calls shall be included. CLIN 0003, Opt Year 1 for 17 government-owned EKG units. CLIN 0004, Opt Year 1 for 4 government-owned Treadmill units, Model # T-2000 and 4 government-owned Assy Case P2 Series units. CLIN 0005, Opt Year 2 for 17 government-owned EKG units. CLIN 0006, Opt Year 2 for 4 government-owned Treadmill units, Model # T-2000 and 4 government-owned Assy Case P2 Series units. STATEMENT OF WORK, 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 2000 treadmills and MAC 5000 EKG Machines located in the Cardiology Department Naval Medical Center, San Diego (NMCSD) 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: PREVENTIVE MAINTENANCE, Perform service 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 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. Contracotr will have a response time of no later than 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. 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 to; GABRIEL G. SANTOS, Contract Administrator. Naval Medical Center, San Diego. Material Management Department, Biomedical Engineering Branch, Building 1, Ground Floor, Phone: (619) 532-6320 Fax: (619) 532-8013 E-mail: ggsantos@nmcsd.med.navy.mil . A 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 and Time Notified; Date and 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 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. Services will be required based upon the following schedules: PREVENTIVE MAINTENANCE, Two (2) times per fiscal year(Actual months of service to be designated by NMCSD Medical Repair Branch after contract award); CORRECTIVE MAINTENANCE, Monday - Friday, 0800-1700 hrs. This acquisition incorporates the following FAR clauses: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-6 and DFAR Change Notices effective through 6/21/05. Applicable clauses are FAR 52.212-1, Instructions to Offerors, Commercial Items, 52.252-1 Solicitation Provisions Incorporated by Reference, 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, 52.232-18, AVAILABILITY OF FUNDS (4/84), 52.212-3, Offeror Representation and Certifications, Commercial Items. 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 firm-fixed price 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: Past Performance, Technical Capability, Price. Technical and past performance, when combined, are significant evaluation factors that will be used to arrive at a best value award decision. 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. The following Evaluation factors will be used to determine Best Value: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 a management plan in providing service IAW the Statement of Work (SOW); Past Performance. Provide references, specifically addressing EKG and Treadmill Service Maintenance services provided in the last 3 years; Price. Contractors who do not meet the first 2 factors will not undergo a price evaluation. In submitting 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 Fax or E-mail to: Becky LaGrone, Purchasing Agent, 619-532-5933, balagrone@nmcsd.med.navy.mil Offers may be faxed to 619-532-5596. Please reference the RFQ number.
 
Place of Performance
Address: Naval Medical Center, Cardiology Dept, 34800 Bob Wilson Drive, San Diego, CA
Zip Code: 92134
Country: US
 
Record
SN00961824-W 20060107/060105212231 (fbodaily.com)
 
Source
FedBizOpps 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.