Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2006 FBO #1712
SOLICITATION NOTICE

J -- Service / Maintenance contract on Government owned Siemens Sequoia Ultrasound units located at 29 Palms Naval Hospital. Contract will be for a base year and four one-year options.

Notice Date
8/2/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024406T0846
 
Response Due
8/15/2006
 
Archive Date
9/14/2006
 
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 procurement is unrestricted; all 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 / RFQ N00244-06-T-0846 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 2005-11 (7/28/06) and DFAR Change Notices effective through 7/11/06. The standard industrial code is 7629 (NAICS 811219) and the business size standard is $6.5 million. The agency need is for a service / maintenance contract on Government owned Siemens Ultrasound equipment located at 29 Palms Naval Hospital. The statement of work is as follows: 1. This service contract is needed for the service and maintenance of hospital owned Siemens Sequoia Ultrasound Units located at Robert E. Bush Naval Hospital, Twenty-nine Palms, CA 92277-8250 2. Prior to any service(s) be performed, the service representative will contact the Biomedical Engineering Division at (760) 830-2158 in order to ensure the equipment will be available and that the service is authorized. 3. The Contractor shall provide two (2) preventive maintenance inspections per manufacturer?s requirement per year. 4. The date and time of the service(s) will be determined by mutual agreement between the Biomedical Engineering Division and the Contractor. 5. The scheduled maintenance will meet or exceed the manufacturer?s recommendations for preventive maintenance (PM). The PM visit is to include a complete calibration and upon completion of the calibration the units shall meet or exceed the manufacturer?s specifications and tolerances. 6. The service reports shall include: a. Contract number and hospital equipment control number (ECN) b. Name, model & serial number of equipment c. Reason for visit d. Service provided e. A list of all replacement parts and their prices f. Arrival and completion time g. Name of the person who requested the service 7. The cost of repair or additional work due to the negligence, or poor workmanship on the part of the Contractor or his employees, or due to their failure to follow the manufacturer?s specifications, will be absorbed by the Contractor. The cost of the repair of damage to the unit caused by misuse or negligence on the part of the user, will be absorbed by the Government. 8. Persons authorized to place calls under this contract: Hospital Biomedical Repair personnel including, but not limited to: HM1 Greg Hulbert HM2 Jerry Hughes HM2 Joseph McKeel HM2 Ruby Roberts HM1 Michael Santos Department Head and purchasing agents of the Material Management Department: ENS Macedonio Herrera (760) 830-5170 Julie McClay (760) 830-2171 9. All travel, labor, software updates, and parts (replacement and preventive maintenance) are to be included under this contract. 10. Also covered under this contract are: unlimited twenty-four (24) hour toll free service assistance calls, product improvements and in-service training during the PM visit. 11. The Maintenance credit for system downtime: No credit shall accrue to the Government during those periods when the contractor is denied access to the equipment and the amount of credit granted under this paragraph for each machine shall not exceed 1/30th of the total charge for the machine for any calendar day. Credit for equipment malfunctions shall be computed to the nearest half or whole hour. During a period of downtime, the Government may use operable equipment when such action does not interfere with remedial maintenance. 12. A forty-eight (48) hour response time is required by the Government. This requirement is for a fixed priced contract for a base year beginning 2/1/07 through 9/30/07 and four one-year options. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items applies. Clause 52.212-4, Contract Terms and Conditions ? Commercial Items applies 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 lowest price and acceptable past performance. Provision 52.212-2, Evaluation ? Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror which is the lowest price and has acceptable past performance. 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 on 8-15-06, and will only be accepted via e-mail @ (jessica.dunker@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.
 
Record
SN01104691-W 20060804/060802221832 (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.