Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2009 FBO #2863
SOLICITATION NOTICE

J -- Proposed contract action for commercial service, which the Naval Medical Center SD intends to solicit on a sole source basis to Philips Medical Systems NA, Inc. under the authority of Far 13.106-1(b)

Notice Date
9/24/2009
 
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
N0025909T0621
 
Response Due
9/28/2009
 
Archive Date
10/13/2009
 
Point of Contact
Keely Bell 619-532-8091
 
E-Mail Address
Email Contract Specialist
(keely.bell@med.navy.mil)
 
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 Philips Medical Systems NA, Inc. 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-0621 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 keely.bell@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 September 2009, 9:00AM Pacific Standard Time to be considered responsive. CLIN 0001Service Maintenance Contract (Base Year): Request on site full service maintenance contract to be initiated for the listed government-owned equipment including all parts, labor, transportation and unlimited maintenance calls, corrective and preventive for the period of POP 01 OCT 09 thru 30 SEPT 10, conducted IAW the attached Statement of Work. ((2) IE33 Imaging Systems with (3) Omni TEE Probes) CLIN 0001AAIE33 (Silver Coverage)QTY 4 Qtr $_____ Per QtrCLIN 0001ABIE33 (Silver Coverage)QTY 4 Qtr $_____ Per QtrCLIN 0001ACS7-3t OMNI TEE (TEECare FULL Coverage)QTY 4 Qtr $_____ Per QtrCLIN 0001ADS7-2 OMNI TEE (TEECare FULL Coverage)QTY 4 Qtr $_____ Per QtrCLIN 0001AES7-2 OMNI TEE (TEECare FULL Coverage)QTY 4 Qtr $_____ Per Qtr Under the authority of FAR 13.106-1(b), sole source justification is based on Philips Medical Systems NA, Inc. 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.gov DELIVERY ADDRESS: Naval Medical Center San Diego, Biomedical Repair, Loading Dock 1 (0800 - 1500), 34800 Bob Wilson Drive STE8, San Diego, CA 92134-5000. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-36 and DFARS Change Notice 20090729. It is the contractors responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquisition.gov and/or www.acq.osd.mil. 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) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2006) 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)52.222-48 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)52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006)52.232-18 Availability of Funds (APR 1984)52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003)52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) 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) SUP 5252.232-9402 Invoicing and Payment (WAWF) Instructions (April 2008) All responsible sources may submit a quotation which shall be considered by the agency. STATEMENT OF WORKMEDICAL EQUIPMENT SERVICE MAINTENANCE WITH NO LOANER OPTION 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. _____________________________________________, hereby known as the 'Contractor', shall provide all services, materials and equipment necessary for the repair/preventive maintenance of (2) IE33 Imaging Systems with (3) Omni TEE Probes located in the Anesthesiology Department, Naval Medical Center, San Diego (NMCSD)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 their designed efficiency and capacity. "Repair" means any (a) modification, adjustment, or replacement of the hardware 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. 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 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..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..The Contractor shall perform all scheduled preventive maintenance as agreed upon during initial Contact with the Contract Administrator. NMCSD REPAIR REQUIREMENTS:.NMCSD Biomedical Engineering will provide the initial assessment..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 Medical Repair Branch written approval and direction..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. TRAVEL AND RELATED EXPENSES:.The Contractor shall be responsible for its service related trip expenses including round trip travel, mileage, and overnight living expenses. RESPONSE TIME: The Contractor shall use commercially reasonable efforts to:.Respond by telephone to any report of a malfunction requiring repair within one hour of notification by NMCSD..Provide on-site support within 24 hours of notification by NMCSD personnel. 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) which 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. 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__ day. COMPENSATION: LABOR: All compensation for labor 7:30am - 5:00pm Local PST Time) is included in the contract price. Any labor performed outside of this timeframe is not included in the contract pricing. If services becomes necessary to be performed beyond 5:00pm, NMCSD Biomedical Repair Division shall be notified prior to performance. 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. CONTRACTOR CHECK-IN/CHECK-OUT: The Contractor is required to report to the Medical Repair Branch for Visitor Badges during the hours of 7:30am - 5:00pm, Monday through Friday, prior to and upon completion of any service/repair performed. FIELD SERVICE REPORTS: The Contractor at check-in shall pick-up a Government Field Report (Form NMCSD 6700/83)(7-05). The Contractor, shall furnish to the Duty Staff or: Ann SessionContract AdministratorNaval Medical Center, San DiegoBiomedical Engineering BranchBuilding 1, Ground Floor, Room GD-18H1Phone: (619) 532-8089Fax: (619) 532-5596E-mail: ann.session@med.navy.mil A completed Government Field Service Report (NMCSD 6700/83) upon completion of work performed prior to checking-out. 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, Signature.Date and Time of Arrival.ECN (Equipment Code Number) and Serial Number.Time expended repairing/servicing; Labor Hours, Rate, and Materials.Summary of work performed and accepted by end-user(Government Representative's Printed Name and Signature) COMPLETED FIELD SERVICE REPORTS ARE REQUIRED PRIOR TO ACCEPTANCE OF ANY INVOICE PREVENTIVE MAINTENANCE AND REPAIR SERVICESSCHEDULES SERVICES SHALL BE REQUIRED BASED UPON THE FOLLOWING AGREED SCHEDULES: PREVENTIVE MAINTENANCE: (Check One) __ ___One (1) time per fiscal year __ X__Two (2) times per fiscal year _January__ / _July____ __ ___Four (4) times per fiscal year As required. Preventive Maintenance Inspection (PMI'S) are required. Servicing and/ or software upgrades will either be completed via mail, e-mail, or by phone consultation. Actual months of service to be designated by NMCSD Medical Repair Branch aftercontract award. REPAIR: __ X___Monday - Friday, 0800-1700 hrs. __ ___Seven (7) days per week, 24-hour coverage CONTRACTOR POINT OF CONTACT (POC): _________________________________________(Contractor/Dispatcher/Customer Service) Telephone Number: _____________________ FAX : ____________ E-Mail: __________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025909T0621/listing.html)
 
Place of Performance
Address: 34800 Bob Wilson Drive, San Diego, CA
Zip Code: 92134
 
Record
SN01968638-W 20090926/090925000157-762fb1bea50c48692e8971617447ff72 (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.