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 service repair and preventive maintenance for 3 reverse osmosis machines

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-0038
 
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, Mar Cor Purification, 14450 28th Ave, Minneapolis, MN. All other offeror's 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-0038 is issued as a request for quotation (RFQ). This requirement is for on-site service repair and preventive maintenance for 3 reverse osmosis machines located at 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 13, 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; Portable Performance Review on 3 Osmosis Machines 3ea@ _____= _____. CLIN 0002; Rental Carbon Tanks, 6x18,.25 cu ft To be provided for three (3) listed Reverse Osmosis Machines in accordance with the Statement of Work 12ea@_____= _____. CLIN 0003; Disinfect Portable To be performed on three (3) listed Reverse Osmosis Machines in accordance with the Statement of Work 36ea@_____= _____. CLIN 0004; Perform & Replace 1 Carbon Block Filter, To be performed on three (3) listed Reverse Osmosis Machines in accordance with the Statement of Work 12ea@_____= _____. CLIN 0005; Carbon Block Filter, To be performed on three (3) listed Reverse Osmosis Machines in accordance with the Statement of Work 12ea@_____= _____. CLIN 0006; Clean Portable, To be performed on three (3) listed Reverse Osmosis Machines in accordance with the Statement of Work 36ea@_____= _____. CLIN 0007; AAMI, To be performed on three (3) listed Reverse Osmosis Machines in accordance with the Statement of Work 3ea@_____= _____. CLIN 0008; WRO-Portable Full, To be performed on three (3) listed Reverse Osmosis Machines in accordance with the Statement of Work 3ea@_____= _____. CLIN 0009; Additional Services, TRavel/Labor To be provided for three (3) listed Reverse Osmosis Machines in accordance with the Statement of Work 24ea@ _____= _____. 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 13, 2013. STATEMENT OF WORK MEDICAL 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. Contractor shall provide all services, materials and equipment necessary for the repair/preventive maintenance of _three (3) WRO 300 Reverse Osmosis Machines by Mar Cor Purification(ECN'S 039350, 039351, 034949) located in the Nephrology Clinic/Dialysis Unit, Internal Medicine Department, Naval Medical Center, San Diego (NMCSD)to ensure dependable and reliable equipment operation. The scope of work performed under these specifications includes thefurnishing 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, Contractor 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. • 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 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 : • 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 hour of notification by NMCSD. • Provide on-site support within 24 hours 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: 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: 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: 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, Co ntractor shall maintain replacement repair parts and materials necessary to perform each repair or supply said parts and Materials within 3 days. 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. RMA PROCEDURE:NMCSD must obtain a Return to Manufacturer Authorization (RMA) number from Contractor prior to shipment of equipment for repair CONTRACTOR CHECK-IN/CHECK-OUT: 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: Contract or, at check-In shall pick-up a Government Field Report (Form NMCSD 6700/83)(7-05). Contractor, shall furnish to the Duty Staff or: HM1 MAGALLANES I KAREN Contract Administrator Naval Medical Center, San Diego Biomedical Engineering Branch Building 1, Ground Floor, Room GD-18H1 Phone: (619) 532-8010 Fax: (619) 532-8013 E-mail: ca@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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-15-T-0038/listing.html)
 
Place of Performance
Address: 34800 Bob Wilson Drive ste 8, San Diego, California, 92134, United States
Zip Code: 92134
 
Record
SN03569002-W 20141109/141107233750-8ce1fc9492f138502c73e566112b9aab (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.