Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2014 FBO #4733
SOLICITATION NOTICE

65 -- On Site and Off Site Service Maintenance and repair of Dental Hand Pieces

Notice Date
11/7/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
 
ZIP Code
92134-5000
 
Solicitation Number
N00259-15-T-0023
 
Point of Contact
Enloe Clemons, Phone: 6195328103
 
E-Mail Address
Enloe.Clemons@med.navy.mil
(Enloe.Clemons@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source, Hays Dental Hand Pieces, 5375 Avenida Encinas Suite C Carlsbad, CA 98239. All other offerors may submit a quote that will be reviewed by the Government. However, a determination by the Government not to compete with this proposed contract based upon responses to this solicitation 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 in the future. 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, N00259-15-T-0023 is issued as a request for quotation (RFQ). This requirement is for On Site and Off Site Service Maintenance and repair of Dental Hand Pieces for the Naval Medical Center San Diego. The North American Industry Classification System (NAICS) Code for this acquisition is 811219, Size: $19.0. Quotations are due on or before November 10, 2014, 7:00 AM Pacific Standard Time to be considered responsive. Naval Medical Center San Diego requests responses from qualified sources capable of providing the following: CLIN 0001; On Site and Off Site Service Maintenance and repair of Dental Hand Pieces 1 Yr @_____= _____. This solicitation documents, incorporates provisions and clauses in effect through FAC 2005-70. 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; http://acquisition.gov/FAR; www.acq.osd.mil.The NAICS code is 811219. The following FAR provisions and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration (DEC 2012) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards(AUG2012) 52.204-13 Central Contractor registration Maintenance (DEC 2012) 52.212-1 Instructions to Offeror--Commercial Items (FEB 2012) 52.212-2 Evaluations--Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certification 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) NMCAR SUBPART 5237. 5237.102 (90) -SERVICE CONTRACTS GENERAL 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); 52.252-1 Solicitation Provisions Incorporated By Reference 52.252-2 Clauses Incorporated by Reference (FEB 1998); 252.225-7001 Buy American and Balance Of Payments Programs (DEC 2012) 252.225-7002 Qualifying Country Sources as Subcontractors 252.232-7003 Electronic Submission of Payment Request (MAY 2006) (10 U.S.C. 2227); 252.232-7006 Invoicing and Payment (WAWF) Instructions The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Evaluation Factors, (In Decending order of importance): (i) Technical capability of the item offered to meet the Government requirement; (ii) Delivery; (iii) Price; Technical capability and Delivery, when combined, are more important than price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 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 System for Award Management (SAM). The website address is www.sam.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 November 10, 2013. STATEMENT OF WORK DENTAL HANDPIECES SERVICE MAINTENANCE WITH NO LOANER OPTION GENERAL REQUIREMENTS: The effort required hereunder shall be performed in accordance with this Statement of Work and with all other terms and conditions set forth herein. SCOPE: The contractor is required to provide all services, materials and equipment necessary for the repair/overhaul/replacement/preventive maintenance of handpieces (Hall Surgical Hose Handpiece: Model: Surgiartome, HighSpeed Modei:NL900WS, Impact Air 45 High: Model: Impact Air 45, Midwest RDH: Model Midewest RDH, Solar PlusHandpiece:Model:Solar, Star 430 High Speed Handpiece: Model: 430 SWL,Star 430 High Speed Turbine:Model 430 SWL, Surgairtome:Model: Surgairtome-2,Surgiartome Bur Guard:Model Sugairtome-2,Hall Surgical hose, Trend HP:Model Trend HP-44 LS, W & H SYNEA: Model: TOPLIGHT 896,Model: 956L, Model:924 Motor 029751,Model:0297 so, Model: TOPLIGHT 898 LE, Model: WA-56 LT, Model: TA-98 L 0297, Model: TA-96L, Model: TA-98 LED, Model: TREND WP-64, Model: LT-25 Motors, Model: 924 MOTOR 0297, Model: TA98 LW, W & H Surgical Contra Angel Handpiece: Model : WS-75 E/KM,ANTHOGYR HANDPIECS) located in the Branch Dental Clinic and Branch Dental Annex from the Directorate for Dental Services, 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. Contractor must pick-up and delivery handpiece repair atthe Naval Dental Center,San Diego. LOCATION: Naval Medical Center San Diego, Materials Management BIOMED Repair Department, Building 3231,Ground Floor, Room R-1-1, Naval Dental Center,2310 Craven Street, Bldg 3230,Ground Floor, R1-11,SAN DIEGO,CA. 92136-5596. NMCSD PREVENTIVE MAINTENANCE REQUIREMENTS: a. Perform service repair/preventive maintenance to industry standards. b.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, contractor shall provide training certificates (or notarized copies) to the Material Management Department BIOMED division for verification. c. 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. NMCSD CORRECTIVE MAINTENANCE REQUIREMENTS: a. Correct inoperable condition in a timely manner. Immediately upon contract award, the contractor will provide Material Management Department BIOMED division, Naval Medical Center San Diego,an emergency telephone number. Contractor will respond no later than two (2) hours after telephone notification Monday-Friday, hours of o8o0-1500. b.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. c. Equipment improvements/modifications shall be made only upon Material Management Department,Biomed Repair Department written approval and direction. d.Notify the Material Management Department, Naval Medical Center San Diego, Biomed Repair Department immediately upon receipt of OEM or replacement parts/equipment safety recalls notices. e. Insure that original design and functional capabilities will not be changed,modified,or altered unless the Material Management Department, Biomed Repair Department, Naval Medical Center, San Diego authorizes such changes in writing. f. Provide suitable OEM recommended repair equipment/tools required for the satisfactory execution of all repairs made. g.Furnish manufacturer OEM approved lubricants and lubricate wear points within the equipment. h.Extend to the Government all commercial warranties on replacement parts,consistent with standard industry inventory. 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: a. Respond by telephone to any report of a malfunction requiring repair within two (2) hours of notification by NMCSD Monday- Friday,o8o0-1500. b. Provide on-site support within one (1) business day of notification by NMCSD personnel. 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 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) that 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. SHIPMENT:The contractor shall not exceed two (2) business days of shipment for all equipment coming from and going to Material Management Department, Biomed Repair Department, Naval Medical Center San Diego. 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. PARTS AVAILABILITY:To ensure minimal equipment downtime,contractor shall maintain replacement repair parts and materials necessary to perform each repair or supply said parts and materials within two (2) business days. LABOR: All compensation for labor from the hours of o8oo-16oo. Local PST Time is included in the contract price. Any labor performed outside of this timeframe is not included in the contract pricing. If service becomes necessary to be performed between 16oo-o8oo, 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 new. SECURITY REQUIREMENTS: Contractor will be required to contact Naval Station 32nd Base Pass and Decal Office Building 3436, 3101 Harbor Drive, San Diego, CA.92136 to received a vendor base badge. Vendor will provide proof of Company's Name,Company's Insurance, Drivers Name, Drivers Insurance, Drivers Licenses, Make and Model of Vehicle, LicensePlate Number of Vehicle. I n the case of emergent repairs/service,the contractor will wait atthe back gate (Main Street Gate) for an escort from Branch Dental Clinic, NAVBASE personnel. CONTRACTOR CHECK-IN/CHECK-OUT:Directorate for Dental Services, Branch Dental Clinic, NAVSTA BIOMED Repair Department, Building 3231,Ground Floor, Room R-1-1,2310 Craven Street,SAN DIEGO,CA. 92136-5596. During the hours of o8o0-1500,Monday through Friday, prior to and upon completion of any service/repair performed. SERVICE REPORTS:Provide an invoice slip of service rendered and completed. The contractor, or his representative,shall complete the vendor report to include the following: Contractor Name Technician's Printed Name, Telephone Number and Signature Date and Time of Arrival ECN (Equipment Code Number) and Serial Number Time Expended Repairing/Service; Labor Hours, Rate and Materials Summary of Work Performed and Accepted by End-User (Government Representative's Printed Name and Signature) All Service Reports shall be submitted within 72 hours of completion of service. Completed Service Reports are Required Prior to Acceptance of any Invoice. PREVENTIVE MAINTENANCE AND REPAIR SERVICE SCHEDULES SERVICES SHALL BE REQUIRED BASED UPON THE FOLLOWING AGREED SCHEDULES: PREVENTIVE MAINTENANCE: (Check One) One (1) time per fiscal year. Two (2) times per fiscal year. X As need per customer request. REPAIR: (Check One) Monday- Friday, o8o0-1500. X Seven (7) days per week, 24-hour coverage. Equipment List BOA EL CENTRO SURGIARTOME BUR GUARD SUGAIRTOME-2 Halls BOA EL CENTRO IMPACT AIR 45 HIGH IMPACT AIR 45 Palisades BOA EL CENTRO HALLS SURGICAL HOSE HANDPIECE SURGAIRTOME Halls BOA EL CENTRO STAR 430 HIGH SPEED HANDPIECES 430 SWL Dental EZ BOA EL CENTRO SOLARA PLUS HANDPIECE SOLARA Star BOA EL CENTRO STAR 430 HIGH SPEED TURBINE 430 SWL Dental EZ BOA NAB SURGAIRTOME SUGAIRTOME-2 Halls/Zimmer BOA NAB SURGAIRTOME BUR GUARD SUGAIRTOME-2 Halls BOA NAB IMPACT AIR 45 HIGH IMPACT AIR 45 Palisades BOA NAB HALLS SURGICAL HOSE HANDPIECE SURGAIRTOME Halls BOA NAB STAR 430 HIGH SPEED HANDPIECES 430 SWL Star BOA NAB SOLARA PLUS HANDPIECE SOLARA Dental EZ BOA NAB STAR 430 HIGH SPEED TURBINE 430 SWL Dental EZ BOA NAB STAR dental electrical handpiece 1:10,000 nutorque 1:1AC Dental Ez BOA NAB STAR dental electrical handpiece 1:50,000 nutorque 1:5AC Dental Ez BOA NAB W&H surgical contra angel handpiece WS-75 E/KM W&H Dentalwerk BOA NAB MIDWEST RDH MODEL: MIDEWEST RDH MIDWEST BDA SUBASE SURGAIRTOME SUGAIRTOME-2 Halls/Zimmer BOA SUBASE SURGIARTOME BUR GUARD SUGAIRTOME-2 Halls BDASUBASE IMPACT AIR 45 HIGH IMPACT AIR 45 Palisades BDASUBASE HALLS SURGICAL HOSE HANDPIECE SURGAIRTOME Halls BOA SUBASE STAR 430 HIGH SPEED HANDPIECES 430 SWL Dental EZ BOA SUBASE SOLARA PLUS HANDPIECE SOLARA Star BOA SUBASE STAR 430 HIGH SPEED TURBINE 430 SWL Dental EZ BDASWRMC SURGAIRTOME SUGAIRTOME-2 Halls BDASWRMC SURGIARTOME BUR GUARD SUGAIRTOME-2 Halls/Zimmer BDASWRMC IMPACT AIR 45 HIGH IMPACT AIR 45 Palisades BDASWRMC HALLS SURGICAL HOSE HANDPIECE SURGAIRTOME Halls/Zimmer BDASWRMC STAR 430 HIGH SPEED HANDPIECES 430 SWL Dental EZ BDASWRMC SOLARA PLUS HANDPIECE SOLARA Star BDASWRMC STAR 430 HIGH SPEED TURBINE 430 SWL Dental EZ BDCASW SURGAIRTOME SUGAIRTOME-2 Halls/Zimmer BDCASW SURGIARTOME BUR GUARD SUGAIRTOME-2 Halls BDCASW IMPACT AIR 45 HIGH IMPACT AIR 45 Palisades BDCASW HALLS SURGICAL HOSE HANDPIECE SURGAIRTOME Halls BDCASW STAR 430 HIGH SPEED HANDPIECES 430 SWL Dental EZ BDCASW SOLARA PLUS HANDPIECE SOLARA Dental EZ BDCASW STAR 430 HIGH SPEED TURBINE 430 SWL Star BDCASW STAR 430 HIGH SPEED TURBINE 430 SWL Star BDC BALBOA SURGITOME BUR GUARD MODEL: SURGAIRTOME-2 Halls/Zimmer BDC BALBOA IMPACT AIR 45 HIGH SPEED HANDPIECES MODEL:IMPACT AIR 45 Palisades BDC BALBOA STAR 430 HIGHSPEED HANDPIECS MODEL: 430 SWL Dental EZ BDC BALBOA SOLAR PLUS HANDPIECE MODEL:SOLARA Star BDC BALBOA W & H SYNEA MODEL: TOPLIGHT 896 ADEC BDC BALBOA W & H SYNEA MODEL: TOPLIGHT 898 LE ADEC BDC BALBOA W & H SYNEA MODEL: WA-56 LT ADEC BDC BALBOA W & H SYNEA MODEL: TA-98 L 0297 ADEC BDC BALBOA W & H SYNEA MODEL:TA-96L ADEC BDC BALBOA W & H SYNEA MODEL:TA-98 ADEC BDC BALBOA MIDWEST RDH MODEL: MIDEWEST RDH MIDW EST BDC BALBOA W & H SYNEA MODEL: 956L ADEC BDC BALBOA W & H SYNEA MODEL: TREND WP-64 ADEC BDC BALBOA TREND HP MODEL: TREND HP-44 LS ADEC BDC BALBOA W & H SYNEA MODELLT 25 MOTORS ADEC BDC BALBOA W & H SYNEA MODEL: 924 MOTOR 0297 ADEC BDC BALBOA W & H SYENA MODEL:924 MOTOR 0297 51 ADEC BDC BALBOA W & H SYENA MODEL: 0297 50 ADEC BDC MCRD SURGAIRTOME SUGAIRTOME-2 Halls/Zimmer BDC MCRD SURGAIRTOME BUR GUARD SUGAIRTOME-2 Halls BDC MCRD IMPACT AIR 45 HIGH SPEED HANDPIECES IMPACT AIR 45 Palisades BDC MCRD HALLS SURGICAL HOSE HANDPIECE SURGAIRTOME Halls BDC MCRD STAR 430 HIGH SPEED HANDPIECES 430 SWL Star Dental BDC MCRD STAR 430 HIGH SPEED TURBINE 430 SWL Star Dental BDC MCRD MIDWEST RDH HANDPIECE MODEL: MIDWEST RDH Midwest BDC MCRD ENDO MICRO NITI HANDPIECES MODEL: MICRO NITI Anthogyr BDC NAS Nl SURGAIRTOME SUGAIRTOME-2 Halls/Zimmer BDC NAS Nl SURGIARTOME BUR GUARD SUGAIRTOME-2 Halls BDC NAS Nl IMPACT AIR 45 HIGH IMPACT AIR 45 Palisades BDC NAS Nl HALLS SURGICAL HOSE HANDPIECE SURGAIRTOME Halls BDC NAS Nl STAR 430 HIGH SPEED HANDPIECES 430 SWL Dental EZ BDC NAS Nl SOLARA PLUS HANDPIECE SOLARA Haii/Zimmer BDC NAS Nl STAR 430 HIGH SPEED TURBINE 430 SWL Dental EZ BDC NAVBASE SURGAIRTOME SUGAIRTOME-2 Halls BDC NAVBASE SURGIARTOME BUR GUARD SUGAIRTOME-2 Halls/Zimmer BDC NAVBASE IMPACT AIR 45 HIGH IMPACT AIR 45 Palisades BDC NAVBASE HALLS SURGICAL HOSE HANDPIECE SURGAIRTOME Halls/Zimmer BDC NAVBASE STAR 430 HIGH SPEED HANDPIECES 430 SWL Dental EZ BDC NAVBASE SOLARA PLUS HANDPIECE SOLARA Star BDC NAVBASE STAR 430 HIGH SPEED TURBINE 430 SWL Dental EZ
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-15-T-0023/listing.html)
 
Place of Performance
Address: 34800 Bob Wilson Drive ste 8, San Diego, California, 92134, United States
Zip Code: 92134
 
Record
SN03568998-W 20141109/141107233748-a2da2986f296305d475f412381998138 (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.