Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2007 FBO #2106
SOLICITATION NOTICE

J -- Maintenance Services on Gov't Owned Sterilizer Equipment Located at the Robert E. Bush Naval Hospital, Twenty Nine Palms, CA 92277-8250

Notice Date
8/31/2007
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC San Diego, Bldg 1, 2nd Floor 937 N. Harbor Drive, Suite 212, San Diego, CA, 92132-0212, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00244-07-R-0107
 
Response Due
9/10/2007
 
Archive Date
9/25/2007
 
Description
This is a combined synopsis/ solicitation for a commercial service prepared in accordance with the format in FAR subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19. The Fleet and Industrial Supply Center (FISC) San Diego, CA intends to award a Firm Fixed Price definitive contract to the offeror who is low priced, technically acceptable. The contractor shall provide service and maintenance of hospital-owned Sterilizer equipment located at Robert E. Bush Naval Hospital, Twenty Nine Palms, CA 92277-8250. Prior to any service performed, the service representative will contact the Biomedical Engineering Division (phone number to be provided at time of award) in order to ensure the equipment will be available and that the service is authorized. The contractor shall provide two (2) preventive maintenance inspections per manufacturer?s requirement. The date and time of the services will be determined by mutual agreement between the Biomedical Engineering Division and the contractor. 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 will meet or exceed the manufacturer?s specifications and tolerances. The service reports shall include: contract number and hospital equipment control number (ECN); name, model and serial number of equipment; reason for visit; service provided; a list of all replacement parts and their prices; arrival and completion time; and the name of the person who requested the service. The cost of the 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. All travel , labor, software updates, and parts (replacement and preventive maintenance) are to be included under this contract. 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. 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. A forty-eight (48) hour response time is agreed to with the company and the Government. The requirement is for a firm fixed price services contract with a period of performance of one base year plus four option years. The applicable NAICS code for this action is 811219 and a size standard of $6.5m in revenue. The proposed contract action is for commercial services and will be negotiated on a full and open competition basis. CONTRACT LINE ITEM NUMBERS (CLINs) 0001 Service Maintenance Agreement for Hospital-Owned Sterrad 100S Plasma Sterilizer. Serial Number 10100962454. Manufacturer: GE. Located at Robert E. Bush Naval Hospital, 29 Palms, CA. Performance for 1 year beginning 01 October 2007 through 30 September 2008. Contractor shall provide a monthly service price. Please provide monthly pricing for Option Years 1-4, as well, as follows: Option Year 1: 01 October 2008 ? 30 September 2009. Option Year 2: 01 October 2009 ? 30 September 2010. Option Year 3: 01 October 2010 ? 30 September 2011. Option Year 4: 01 October 2011 ? 30 September 2012. 0002 Service Maintenance Agreement on Two (2) Hospital-Owned Steris Century V-116 Sterilizers. Serial Numbers 0134002-10 and 0134502-73. Manufacturer: GE. Located at Robert E. Bush Naval Hospital, 29 Palms, CA. Performance for 1 year beginning 01 October 2007 through 30 September 2008. Contractor shall provide a monthly service price. Please provide monthly pricing for Option Years 1-4, as well, as follows: Option Year 1: 01 October 2008 ? 30 September 2009. Option Year 2: 01 October 2009 ? 30 September 2010. Option Year 3: 01 October 2010 ? 30 September 2011. Option Year 4: 01 October 2011 ? 30 September 2012. 0003 Service Maintenance Agreement on Two (2) Hospital-Owned Steris Century V-120 Sterilizers. Serial Numbers 0135102-56 and 0135102-57. Manufacturer: GE. Located at Robert E. Bush Naval Hospital, 29 Palms, CA. Performance for 1 year beginning 01 October 2007 through 30 September 2008. Contractor shall provide a monthly service price. Please provide monthly pricing for Option Years 1-4, as well, as follows: Option Year 1: 01 October 2008 ? 30 September 2009. Option Year 2: 01 October 2009 ? 30 September 2010. Option Year 3: 01 October 2010 ? 30 September 2011. Option Year 4: 01 October 2011 ? 30 September 2012. CLAUSES AND PROVISIONS The following clauses and provisions are applicable and hereby incorporated by reference. For full text of FAR and DFARS provisions, see http://farsite.hill.af.mil/. FAR 52.202-1 Definitions 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government (ALT. I) FAR 52.204-7 Central Contractor Registration FAR 52.209-6 Protecting the Government?s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1 Instructions to Offerors ? Commercial Items FAR 52.212-3 Offeror Representation and Certifications ? Commercial Items FAR 52.212-3 Offeror Representation and Certifications ? Commercial Items (ALT. 1) FAR 52.212-4 Contract Terms and Conditions ? Commercial Items FAR 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 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.225-5, Trade Agreements; FAR 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration. FAR 52.216-1 Type of Contract filled in with ?firm fixed price.? FAR 52.222-3 Convict Labor FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.225-13 ? Restrictions on Certain Foreign Purchases FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement FAR 52.232-17 Interest FAR 52.233-1 Disputes FAR 52.233-3 Protest after Award FAR 52.242-13 Bankruptcy FAR 52.242-15 Stop Work Order FAR 52.243-1 Changes ? Fixed Price FAR 52.246-4 Inspection of Services?Fixed Price FAR 52.247-34 F.O.B. Destination FAR 52.249-2 Termination for Convenience of the Government FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004ALT A Required Central Contractor Registration DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country DFARS 252.212-7000 Offeror Representation and Certifications ?Commercial Items 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 (a): FAR 52.203-3 Gratuities, and the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252-225-7036 Buy American Act?Free Trade Agreements?Balance of Payments Program; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.243-7002 Requests for Equitable Adjustment; DFARS 252.247-7023 Transportation of Supplies by Sea; DFARS 252.247-7024 Notification of Transportation of supplies By Sea) DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Requests. DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.246-7000, Material Inspection and Receiving Report Contact the Contract Specialist for the full text of Local Clauses at catherine.winkler@navy.mil Local Clauses L-331 Review of Agency Protests and L-332 Unit Prices The Government intends to make a single award. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is a request for competitive proposals; the Government will consider all responsive offers received no later than September 10, 2007 at 12:00 p.m.
 
Place of Performance
Address: Robert E. Bush Naval Hospital, Twenty Nine Palms, CA 92277-8250
Zip Code: 92277-8250
Country: UNITED STATES
 
Record
SN01392690-W 20070902/070831222621 (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.