Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2008 FBO #2392
SOLICITATION NOTICE

J -- Service maintenance of radiographic Unit, fluoroscopic, mobile, Arcadis Varic, Model Orbic and Varic

Notice Date
6/12/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, N00259 NAVAL MEDICAL CENTER MATERIAL MANAGEMENT 34800 Bob Wilson Drive, Suite # 8 San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025908T0149
 
Response Due
6/20/2020
 
Archive Date
7/5/2020
 
Point of Contact
Nick D. Delosreyes 619-532-5289
 
Small Business Set-Aside
N/A
 
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. The government intend to award on a sole source basis to Siemens Medical Solutions, under the authority of FAR 13.501(a)(i) 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 N00259-08-T-0149. It is issued for reference only. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-25. 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:On-site full service maintenance of the Radiographic Unit, Fluoroscopic, Mobile including all parts, labor, travel and unlimited maintenance calls; corrective and preventative in accordance with the statement of work. SUB-CLIN 0001AA: Model: Varic, S/N: 2942, ECN: 037516, MFR: Siemens (SID:400-204134), Qty: 0003, U/I: Months, U/P:__________; SUB-CLIN 0001AB: Model: Varic, S/N: 3002, ECN: 037699, MFR: Siemens (SID:400-204137), Qty: 0003, U/I: Months, U/P:__________; SUB-CLIN 0001AC: Model: Varic, S/N: 3002, ECN: 037700, MFR: Siemens (SID:400-204136), Qty: 0003, U/I: Months, U/P:__________; SUB-CLIN 0001AD: Model: Orbic, S/N: 2963, ECN: 037541, MFR: Siemens (SID:400-204139), Qty: 0003, U/I: Months, U/P:__________; SUB-CLIN 0001AE: Model: Orbic, S/N: 2987, ECN: 037674, MFR: Siemens (SID:400-204138), Qty: 0003, U/I: Months, U/P:__________; CLIN 0002: Option Year One: On-site full service maintenance of the Radiographic Unit, Fluoroscopic, Mobile including all parts, labor, travel and unlimited maintenance calls; corrective and preventative in accordance with the statement of work. SUB-CLIN 0002AA: Model: Varic, S/N: 2942, ECN: 037516, MFR: Siemens (SID:400-204134), Qty: 0004, U/I: Quarter, U/P:__________; SUB-CLIN 0002AB: Model: Varic, S/N: 3002, ECN: 037699, MFR: Siemens (SID:400-204137), Qty: 0004, U/I: Quater, U/P:__________; SUB-CLIN 0002AC: Model: Varic, S/N: 3002, ECN: 037700, MFR: Siemens (SID:400-204136), Qty: 0004, U/I: Quater, U/P:__________; SUB-CLIN 0002AD: Model: Orbic, S/N: 2963, ECN: 037541, MFR: Siemens (SID:400-204139), Qty: 0004, U/I: Quarter, U/P:__________; SUB-CLIN 0002AE: Model: Orbic, S/N: 2987, ECN: 037674, MFR: Siemens (SID:400-204138), Qty: 0004, U/I: Quarter, U/P:__________.STATEMENT OF WORK WITH NO LOANER OPTION MEDICAL EQUIPMENTGENERAL 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/service of all AGFA Corp. equipment Located at Radiology Dept.Naval Hospital Lemoore, California 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:Perform service maintenance to industry standardsInsure that only FULLY QUALIFIED FIELD ENGINEERS & 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/mechanical 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 of no later than 24 hours after telephone notification, to a monitored contractor emergency telephone number to be provided by the contractor to the Radiology Department, Naval Medical Center San Diego 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 Radiology Department, Naval Medical Center, San Diego immediately upon receipt of OEM or replacement parts/equipment safety recall notices.Insure that original design and functional capabilities will not be changed, modified, or altered unless the Radiology Department, Naval Medical Center San Diego authorizes such changes by written modification to this order.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. He 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 of 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 Hospitals 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.FIELD SERVICE REPORTS: The contractor or his representative shall furnish to the Radiology Department, Naval Medical Center, San Diego, a legible copy of the Field Service Report upon ocmpletion of work performed. The contractor or his representative shall complete the Government copy of this Field Service Report by including:Date & Time notifiedDate & Time ArrivalBCN (Bar Code Number) Type, serial # and model # of equipmentTime spent repairing/servicingDescription of malfunctionGeneral description of replaced parts and service performedComments as to cause of malfunctionFIELD SERVICE REPORTS ARE REQUIRED PRIOR TO APPROVAL OF ALL INVOICESGOVERNMENT 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 the contractPrice.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 MAINTENANCEPreventive Maintenance Inspections (PMIS) sre required. Servicing and/or software upgrades will either be completed via mail, email, or by phone consultation. (Actual months of service to be designated by NMCSD Medical Repair Branch after contract award)CORRECTIVE MAINTENANCEPeriod of coverage: Monday Friday 0800 - 1600 -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 (AUG 2007), 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2007), 52.212-5 Contract Terms and conditions Required to Implement Statutes or Executive orders-Commercial Items (AUG 2007), 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) 52.219-28 Post Award Small Business Program Representation (JUNE 2007)(15 U.S.C. 632(a)(2)), 52.222-3 Convict Labor (June 2003) (E.O. 11755), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2007)(E.O. 13126, 52.222-21 Prohibition of Segregated Facilities ( Feb 1999), 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246), 52.222.36 Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C 793), 52.222-50 Combating Trafficking in Persons (AUG 2007), 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 Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), with DFARS Clauses incorporated in reference (b) (4) 252.225-7001 Buy American and Balance of Payments Program JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582 and (17) 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) (10 U.S.C. 2227); 52.222-48 Exemption from Application of Service Contract Act Provisions-Contractor Certification (JUN 2006), 52.217-8 Option to Extend Services (NOV 1999), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.217-5 evaluation of Options (JUL 1990). Quotations will be evaluated based on price. 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 (AUG 2007) and 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. A nine digit Data Universal Numbering System (DUNS) number provided by Dun and Bradstreet is required to register. The website address for CCR registration is www.ccr.gov. Electronic submission of Quotes: 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 submission are limited to 2MB. The submitter should confirm receipt of facisimile and email submissions. Quotations are due before close of business on 06/20/2008 4:00PM Local time.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ea96fce8e8f9491318ba6713de8a4f9a&tab=core&_cview=1)
 
Record
SN01592690-W 20080614/080612221119-46cc8d983404cccf418b7343ebe7a928 (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.