Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2012 FBO #3771
SOLICITATION NOTICE

65 -- Service Agreement Per Statement of Work.

Notice Date
3/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
N00259 NAVAL MEDICAL CENTER SAN DIEGO MATERIAL MANAGEMENT 34800 Bob Wilson Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025912T0705
 
Response Due
3/30/2012
 
Archive Date
4/1/2012
 
Point of Contact
Enloe Clemons 619-532-8103 Navy Medical Center San Diego
 
Small Business Set-Aside
N/A
 
Description
The proposed contract action is for commercial items, which the Naval Medical Center San Diego intends to solicit Howmedica Osteonics Corp under the authority of FAR 6.302. Interested contractors/persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of interest is a request for competitive proposals. However, all proposals received by 30 March 2012, 12:00 AM, Eastern Standard Time, will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This is a combined synopsis/solicitation for a commercial items contract, 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, proposals are being requested and a written solicitation will not be issued. The solicitation number, N00259-12-T-0705 is issued as a request for quotation (RFQ). This requirement is Per śStatement of Work ť. The North American Industry Classification System (NAICS) Code for this acquisition is 339112, Size: 500. This is unrestricted procurement. Quotations are due on or before 30 March 2012, 12:00 AM. Eastern Standard Time to be considered responsive. Naval Medical Center San Diego requests responses from qualified sources capable of providing the following: Service Replacement, Qty 1 ea @ $______= $______. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-32. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses; www.arnet.gov/far and www.dtic.mil/dfars.The NAICS code 339112. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 Contract Terms and Conditions ”Commercial Items 52.252-1 Solicitation Provisions Incorporated By Reference 52.212-3 Offeror Representations and Certification 52.219-6 Notice of Total Small Business Set-Aside 52.204-7 Central Contractor Registration (OCT 2003); 52.212-4 Contract Terms and Conditions Commercial Items (SEP 2005); 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.212-5 Contract Terms and Conditions Required Implementing Statutes or Executive Orders- Commercial Items (APR 2006) with the following clauses incorporated in sections (a) 52.333-3 Protest after Award (AUG) 1996) (31 U.S.C. 3553), 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, 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department Treasury, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 9OCT 2003) (31 U.S.C. 3332); 52.211-6; Brand Name or Equal 52.252-2 Clauses Incorporated by Reference (FEB 1998); 252.204-7004 ALT A Central Contractor Registration Alternate A 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAY 2006) with the following clauses incorporated in section (a) 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582), 252.225-7002 Qualifying Country Sources as Subcontractors 252.232-7003 Electronic Submission of Payment Request (MAY 2006) (10 U.S.C. 2227); 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2005); 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998). SUP 5252.232-9042 Invoicing and Payment (WAWF) Instructions Quotations will be evaluated based on product compatibility, past performance, and price. Product compatibility and past performance when combined is more important than price. Award will be made on an śall or none ť basis. The government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2005). Offeror must be registered to the Central Contractor Registration (CCR) prior to award. The website address is www.ccr.gov. A Dunn and Bradstreet number is required to register. Electronic submission of quotes: Quotations shall be submitted electronically by email to Enloe.Clemons@med.navy.mil or by facsimile at 619-532-5596, attention Enloe Clemons Phone: 619-532-8103. Email submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. On or before close of business on 30 March 2012. Statement of Work WITH 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 See Attachment Below t o 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, 1, 502-539-010SC 5.0mm D IDEAL EYES Autoclavable, Full Screen, 30cm.2. 502-539-030SC 5,Omm 30.IDEAL EYES Autoclavable, Full Screen 3, 502-859-010SC 1O,Omm D IDEAL EYES Autoclavable, Full Screen (33cm) 4. 502-859-030SC IO,Omm 3D IDEAL EYES Autoclavable, Full Screen (33cm) 5. 502-704-030SC IDEAL EYESTM 4.0mm 3D Autoclavable Arthroscopic C-Mount 6, 502-704-070SC IDEAL EYESTM 4.0mm 70 Autoclavable Arthroscopic C-Mount. 7, 502-719-030SC IDEAL EYESTM 1.9n1ln 3D Autoclavable Arthroscopic with I-Lock, C-Mount 8, 502-526-030SC 2.7mm 3D Autoclavable Stubby Arthroscopic with Speed-Laok, C-Mount 9, 1188-410-105SC 1188 HD 3 Chip ® Autoclavable Camera Head Only 10. 1188-410-l10SC 1188 lID 3 Chip ® Autoclavable 24mm Coupler CORRECTIVE MAINTENANCE: Correct. Inoperable condition in a timely manner. Immediately upon contract award, the Contractor shall provide Medical Repair Branch an emergency telephone number. Replace or repair damaged equipment and return to. Facility within 24 businesses Hours. Provide only the work necessary to restore the equipment to a Serviceable/operating condition by adjustments, replacement parts, or minor Repairs when it t 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 r replacement Parts/equipment safety recalls fewer notices. Insure that or inguinal design and functional capabilities will not be changed, Modified, or a 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. Ext end to the Government all commercial warranties on replacement parts, Consistent with standard industry practices. 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 e for any loss, damage, or delay due to Any cause beyond his reasonable e control including but not limited to, act s of Government, strikes, lockouts, fire, explosion, t heft, floods, riot, civic l common ion, 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 Hospital Camp Pendleton 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 Contract or 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 Materiel Management Dept, Contracting Division for Visitor Badges During the hours of 0730. - 1600 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; Domingo Custodial Contr act Administrator Naval Hospital Camp Pendleton Materiel Management Department Contracting Division Buildi ng H-100 Phone : (760) 725- 1204 Fax: (760) 725-1485 E- mail : domingo.ous todio@med.navy.mil 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 Fie ld Service Report to include the following: Date and Time Notified Date and Time Arrival ECN (Equipment. ~ Control Number), Type, seri al # 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; NHCP 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 AVAI LABILITY: 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 three (3) days. COMPENSATION: Labor: All compensation for labor is included in t he contract price. Parts and materials : All compensation for parts and materials is included in contract price. Part s/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 presentl y recommended by the manufacturer. CORRECTIVE MAINTENANCE SCHEDULES Services will be required based upon the following schedules: CORRECTIVE MAINTENANCE ___X Monday-Friday, 0800-17 00 hours ______ Monday-Friday, Saturday and Sunday, 24 hours per day. -End of statement of Work-
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025912T0705/listing.html)
 
Place of Performance
Address: 34800 Bob wilson Drive, San Diego, CA
Zip Code: 92134
 
Record
SN02700457-W 20120322/120320234836-996a824b86888cb761dcf8edea89c4de (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.