Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2009 FBO #2829
SOLICITATION NOTICE

J -- Service Maintenance - Diagnostic Imaging Systems

Notice Date
8/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
N00259 NAVAL MEDICAL CENTER MATERIAL MANAGEMENT 34800 Bob Wilson Drive, Suite # 8 San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025909T0478
 
Response Due
8/31/2009
 
Archive Date
9/15/2009
 
Point of Contact
Dan Nardi 619-532-8083
 
Small Business Set-Aside
N/A
 
Description
The proposed contract action is for commercial item, which the Naval Medical Center San Diego intends to solicit this requirement on a sole source basis to GE Healthcare under the authority of Far 13.106-1(b). This is a combined synopsis/solicitation 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-0478 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 811219. Size Standard: $7.0 All interested bidders shall submit quotations electronically by email to dan.nardi@med.navy.mil. E-mail submissions are limited to 2MB. The submitter should confirm receipt of email submissions. Quotations are due on or before 28 August 2009, 10:00AM Pacific Standard Time to be considered responsive. CLIN 0001 GE UL Voluson E8 (UKVE8A), System ID: K800751 QTY 12 Mo $_____ Per Mo Included: B&W Printer, Color Printer, DVD, Line Printer Specialty Probes: 4, VCR CLIN 0002 GE UL Voluson E8 (UKVE8A), System ID: K800767 QTY 12 Mo $_____ Per Mo Included: B&W Printer, Color Printer, DVD, Line Printer Specialty Probes: 4, VCR CLIN 0003 GE UL Voluson E8 (UKVE8A), System ID: K800795 QTY 12 Mo $_____ Per Mo Included: B&W Printer, Color Printer, DVD, Line Printer Specialty Probes: 4, VCR CLIN 0004 GE UL Voluson E8 (UKVE8A), System ID: K800889 QTY 12 Mo $_____ Per Mo Included: B&W Printer, Color Printer, DVD, Line Printer Specialty Probes: 4, VCR Under the authority of FAR 13.106-1(b), sole source justification is based on GE Healthcare being the only company with thorough understanding of the proprietary components to repair and process their own technology. Services completed by a non-manufacture recommended entity could result in voiding all warranties and may prevent future repairs. 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://orca.bpn.govDELIVERY ADDRESS: Naval Medical Center San Diego, Radiology Department, 34800 Bob Wilson Drive, San Diego, CA. 92134 The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-35 and DFARS Change Notice 20090729. This acquisition incorporates the following FAR / DFAR provisions & 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)52.219-28, Post Award Small Business Program Rerepresentation (JUNE 2007) 52.222-3 Convict Labor (JUN 2007) 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) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006)52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2006) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.204-7004 CENTRAL CONTRACTOR REGISTRATION (52.204-7) ALTERNATE A (SEP 2007)252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009) 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) 52.232-18 Availability of Funds (APR 1984)52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification (FEB 2009)52.222-51 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment - Requirements (NOV 2007) All responsible sources may submit a quotation which shall be considered by the agency. Statement of WorkOB/GYN Department NMCSDEquipment Service Maintenance for GE Voluson E8 Ultrasound machine General Requirements: The effort required hereunder shall be performed in accordance with this statement of work and in accordance with all other conditions set forth herein. Contractor shall provide all services, materials, tools, and equipment necessary for the repair/preventive maintenance of the GE ultrasound machines, Voluson E8, listed below, and located in the Fetal Assessment Unit (FAU) of the NMCSD OB/GYN Department to ensure dependable and reliable equipment operation. The machines in question are as follows; * ECN) -039047 SN) D00795* ECN) -039048 SN) D00767* ECN) -039049 SN) D00889* ECN) -039050 SN) D00751 The scope of the work performed under these specifications includes the furnishing of all labor, and parts to perform all repairs on the equipment stated herein and provide GE technician support to ensure continued operation at their designed efficiency and capacity. "Repair" means any (a) modification, adjustment, or replacement of the hardware or software that corrects a malfunction by bringing the hardware into material conformity with the technical specifications for the hardware or (b) a procedure or routine that, when observed in the regular operation of the hardware, avoids the material adverse effect of the applicable nonconformity. OB/GYN Point of Contact: Mr. Jimmy Ferrington is the POC, email is jimmy.ferrington@med.navy.mil, comm.: (619) 532.7287 NMCSD Preventive Maintenance Requirements: Perform service/repair/preventive maintenance to industry standards. Ensure that only FULLY QUALIFIED FIELD ENGINEERS and TECHNICIANS who have gone through original equipment manufacturer (OEM) or comparable third party schools for the above-mentioned equipment, shall be employed in the performance of any and all work performed under this contract. Upon request, GE HealthCare shall provide training certificates (or notarized copies) to the Medical Repair Branch for verification. The highest standard of professional capability and electrical/mechanical workmanship is to be maintained throughout the life of this contract. The contractor will 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. Installation of system update changes to resolve specific product reliability problems. Hardware and software upgrades, defined as those changes that enhance or add product features, are not included. Contractor shall perform all scheduled preventive maintenance as agreed upon during initial contract with the Contract Administrator. Travel and Related Expenses: Contractor shall be responsible for its service related trip expenses including round trip travel, mileage, and overnight living expenses. Response Time: "Contractor shall use commercially reasonable efforts to:" Respond by telephone to any report of a malfunction requiring repair within one (1) hour of notification by NMCSD. Provide on-site support within twenty four (24) hours of notification as needed by NMCSD. Title to equipment: 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 but not limited to, acts of government, strikes, lockouts, fire, explosion, theft, floods, riot, civil commotion, war, mischief or acts of God. Access to equipment: 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. 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. FIELD SERVICE REPORTS: Contractor, at Check-In shall pick-up a Government Field Service Report (FSR) (Form NMCSD 6700/83)(7-05). Upon completing performance of work and prior to checking-out, Contractor, shall furnish a completed Government Field Service Report (NMCSD 6700/83) to the Duty Staff or:Ann SessionContract AdministratorNaval Medical Center, San DiegoBiomedical Engineering BranchBuilding 1, Ground Floor, Room GD-18H1Phone: (619) 532-5191Fax: (619) 532-8013E-mail: ann.session@med.navy.mil The contractor, or his representative, shall complete the Government Field Service Report (NMCSD 6700/83) to include the following: Contractor Name, Technician's Printed Name and Telephone Number, SignatureDate and Time of ArrivalECN (Equipment Code Number) and Serial NumberTime expended repairing/servicing; Labor Hours, Rate, and Materials Summary of work performed and accepted by end-user (Government Representative's Printed Name and Signature) Please find attached copy of the command required FSR formed attached to this purchase request. LABOR: All compensation for labor between 7:30am and 5:00pm local PST is included in the contract price. Any labored performed outside of these hours is not included in the contract and any service to be performed outside of the hours requires approval from NMCSD Biomedical Repair prior to performance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025909T0478/listing.html)
 
Place of Performance
Address: 34800 Bob Wilson Drive, San Diego, CA
Zip Code: 92134
 
Record
SN01921834-W 20090823/090822002952-40c16305d7a141ac6edd79f5ccd38714 (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.