Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2008 FBO #2579
SOLICITATION NOTICE

J -- On-Site Full Service Maintenance on Axiom Artis dTA

Notice Date
12/16/2008
 
Notice Type
Presolicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
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
N0025909T0039
 
Response Due
12/29/2008
 
Archive Date
1/13/2009
 
Point of Contact
Dan Nardi 619-532-8083
 
Small Business Set-Aside
N/A
 
Description
This is a combined solicitation/synopsis for commercial items, prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N00259-09-T-0039 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 334510; Size: 500. All interested bidders shall submit quotations electronically by email to dan.nardi@med.navy.mil or by facsimile at 619-532-5596, attention Dan Nardi. E-mail submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before 29 December 2008, 10:00AM Pacific Standard Time to be considered responsive. CLIN 0001 On-Site Full Service Maintenance for the Listed Government-Owned Equipment QTY 9 Months $_______Per Month Includes All Parts, Labor, Transportation, and Unlimited Maintenance Calls Period of Performance: 01 Jan 2009 - 30 Sep 2009 Equipment to be Serviced: Axiom Artis dTA, S/N:HXV1006817, ECN:096810, Model:03099975 Contractor must be registered to the Central Contractor Registration (CCR) prior to award. The website address for CCR registration is www.ccr.gov Contractor MUST complete FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, when submitting a proposal. The website address is http://www.arnet.gov.SERVICE ADDRESS: Naval Medical Center, Radiology Dept., Bldg 1, Floor 2, Room 2G-32D1, 400-198240, 34800 Bob Wilson Drive, San Diego, CA. 92134The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-27. This acquisition incorporates the following FAR clauses: 52.204-7 Central Contractor Registration (APR 2008)52.212-1 Instruction to Offerors-Commercial Item (APR 2008) 52.212-3 Offeror Representations and Certification--Commercial Items (MAY 2008) 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 (MAR 2007)52.222-3 Convict Labor (JUN 2007) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JAN 2006) 52.222-21 Prohibition Of Segregated Facilities (FEB 1999)52.222-26 Equal Opportunity (MAR 2002) 52.222-36 Affirmative Action For Workers With Disabilities (JUN 1998) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006)52.232-18 Availability of Funds (APR 1984)52.232-36 Payment by Third Party (MAY 1999)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) 252-225-7000 Buy American Act - Balance of Payment Program Certificate (JUN 2005)252-225-7001 Buy American Act and Balance of Payments Program (JUN 2005) 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payment Requests (MAR 2007)52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification. (NOV 2007) 52.212-2, Evaluation - Commercial Items (JAN 1999), the following factors shall be used to evaluate offers: 1) Technical capability, 2) Price. All responsible sources may submit a quote which shall be considered. All responsible sources may submit a quotation which shall be considered by the agency. STATEMENT OF WORKWITH NO LOANER OPTION 52.000-5001 LOCAL CLAUSE - NON-APPROVED 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 set forth herein.The contractor shall provide all services, materials and equipment necessary for Radiology 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:.Perform service maintenance conforming to industry standards to: a.Siemens Medical Solutions USA, Inc..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..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 upon receipt of a written modification to this order..Notify the Radiology Department, Naval Medical Center, San Diego 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 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. 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.FIELD SERVICE REPORTS: The contractor or his representative shall furnish to Michael Baun, Contracting Officer Representative, Acquisition Department, Naval Medical Center, San Diego, 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.ECN (EQUIPMENT CONTROL 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 POC: MICHAEL BAUN, MPHCONTRACT SPECIALIST(619) 532-8010CA@MED.NAVY.MIL 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. Invoices for services rendered under this Contract shall be submitted electronically through Wide Area Work Flow - Receipt and Acceptance (WAWF):A separate invoice will be prepared QUARTERLY. Do not combine the payment claims for services. PREVENTIVE MAINTENANCEANDCORRECTIVE MAINTENANCESCHEDULESServices will be required based upon the following schedules: PREVENTIVE MAINTENANCE:Preventive Maintenance Inspections (PMI'S) are 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 MAINTENANCE Period of coverage: Monday - Friday 0800-1600 -End of Statement of Work-
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0cad750104a54f249f6ae2182b553e87&tab=core&_cview=1)
 
Record
SN01719633-W 20081218/081216215202-dc999c329607df56a0601f81ef1b1c94 (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.