Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2007 FBO #2123
SOLICITATION NOTICE

70 -- Pharmacy 2000 Maintenance

Notice Date
9/17/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00259 MATERIAL MANAGEMENT 34800 Bob Wilson Drive, Suite # 8 San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025907T0381
 
Response Due
9/24/2007
 
Archive Date
10/24/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested. A written solicitation will not be issued. Paper copies of the solicitation will not be available. The solicitation, number is N00259-07-T-0381. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-18. It is the contractors responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.arnet.gov and www.acq.osd.mil. This is an unrestricted solicitation. The NAICS code is 811219. The contractor shall provide CLIN: 0001: BASE YEAR, MAINTENANCE OF MCKESSON 2000 AUTOMATED PRESCRIPTION FILLING EQUIPMENT AND SOFTWARE IN ACCORDANCE WITH THE STATEMENT OF WORK (SOW); PERIOD COVERED: 01 OCTOBER 2007 ? 30 SEPTEMBER 2008; S UB-CLIN 0001AA: ACUMED MAINTENANCE, QTY: 0012, U/I: MONTHS, U/P:_______________; SUB-CLIN 0001AB: DRUG EQUIVALENCY DATA MAINTENANCE, QTY: 0012, U/I: MONTHS, U/P:_______________; SUB-CLIN 0001AC: PHARMACY 2000 (WORKSTATION) PREMIUM ONLY, QTY: 0012, U/I: MONTHS, U/P:_______________; SUB-CLIN 0001AD: PHARMACY 2000L, QTY: 0012, U/I: MONTHS, U/P:_______________. CLIN: 0002: OPTION YEAR ONE, MAINTENANCE OF MCKESSON 2000 AUTOMATED PRESCRIPTION FILLING EQUIPMENT AND SOFTWARE IN ACCORDANCE WITH THE (SOW); PERIOD COVERED: 01 OCTOBER 2008 ? 30 SEPTEMBER 2009; SUB-CLIN 0002AA: ACUMED MAINTENANCE, QTY: 0012, U/I: MONTHS, U/P:_______________; SUB-CLIN 0002AB: DRUG EQUIVALENCY DATA MAINTENANCE, QTY: 0012, U/I: MONTHS, U/P:_______________; SUB-CLIN 0002AC: PHARMACY 2000 (WORKSTATION) PREMIUM ONLY, QTY: 0012, U/I: MONTHS, U/P:_______________; SUB-CLIN 0002AD: PHARMACY 2000L, QTY: 0012, U/I: MONTHS, U/P:_______________. STATEMENT OF WORKWITH NO LOANER OPTION 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 PHARMACY 2000 located in the PHARMACY, NAVAL HOSPITAL LEMOORE CA 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 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. Correct inoperable condition in a timely manner with a response time no later than 24-48 hours after telephone notification, to a monitored 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 Repaair 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 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 of 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, (e.g., electrical power, compressed air, and water) that 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. 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: Ian Gregorio, Leading Petty Officer, at Naval Hospital Lemoore, CA 93246, Phone (559) 998-4499, Fax (559)998-4529.iegregorio@nhlem.med.navy.mil 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 to include the following: Date and Time Notified Date and Time Arrival ECN (Equipment Control Number), Type, serial # and model # Time expended 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 equipment downtime, 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: To be done annually during normal working hours CORRECTIVE MAINTENANCE: To be done on-site in an eight hour window 24 hours, 7 days per week.End of Statement of Work This solicitation incorporates the following FAR and DFARS Clauses/Provisions: 52.204-7 Central Contractor Registration (JUL 2006), 52.212-1 Instruction to Offerors-Commercial Items (SEP 2006), 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2004), 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2005), 52.212-5 Contract Terms and conditions Required to Implement Statutes or Executive orders-Commercial Items (SEP 2005), with the following clauses incorporated by reference in paragraphs (a) (1) 52.233-3 Protest after Award (Aug 1996)(31 U.S.C. 3553), (2) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)(Pub. L. 108-77, 108-78); (b) 52.222-3 Convict Labor (June 2003) (E.O. 11755), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2006)(E.O. 13126, 52.222-21 Prohibition of Segregated Facilities ( Feb 1999), 52.222-26 Equal Opportunity (Apr 2002)(E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212), 52.222.36 Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C 793), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006)(38 U.S.C. 4212)), 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006)(E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury) and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31U.S.C. 3332), 252.204-7004 Alt A Required Central Contractor Registration Alternate A (Nov 2003), 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003), 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.252-2 Clauses Incorporated By Reference (FEB 1998), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executi ve Orders Applicable to Defense Acquisitions of Commercial Items (OCT 2006), with DFARS Clauses incorporated in reference (b) (4) 252.225-7001 Buy American and Balance of Payment program (JUN 2005 (41 U.S.C. 10a-10d, E.O. 10582 and (17) 252.232-7003 Electronic Submission of Payment Requests (MAY 2006) (10 U.S.C. 2227), 52.217-5 Evaluation of Options (Jul 1990), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.232-18 Availability of Funds (APR 1984). Quotations will be evaluated based on technical capability, price, and delivery. Technical capability and price when combined are more important than delivery. The government will only consider firm fixed price quotations. Offeror must complete and submit with the quotations FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (SEP 2006) and FAR Clause 52.222-48 Exemption from Application of Service Contract Act Provisions ? Contractor Certification (JUN 2006). The provision can also be submitted at www.orca.bpn.gov. Contractor must be registered to the Central Contractor Registration (CCR) prior to award. The website address for CCR registration is www.ccr.gov. A nine digit Data Universal Numbering Systems (DUNS) number, provided by Dun and Bradstreet, is required to register. Quotations shall be submitted electronically by email to nick.delosreyes@med.navy.mil or by facsimile at 619-532-5596, attention Nick D. Delosreyes. Email submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. The offer due date is 4:00 PM PDT on 09/24/2007.
 
Record
SN01409766-W 20070919/070917221650 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.