Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 13, 2017 FBO #5803
SOLICITATION NOTICE

J -- LSPRO Recording System Service Maint. Notice of Intent to Sole Source

Notice Date
10/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Naval Medical Center, 34800 Bob Wilson Drive Bldg 1G, San Diego, California, 92134, United States
 
ZIP Code
92134
 
Solicitation Number
N0025918N0017
 
Archive Date
10/31/2017
 
Point of Contact
Gilberto A. esteves, Phone: 6197442863
 
E-Mail Address
gilberto.a.esteves.civ@mail.mil
(gilberto.a.esteves.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice of Intent to Sole Source Naval Medical Center San Diego (NMCSD) intends to award a sole source purchase order under the authority of FAR 13.106-1(b), due to only one source being available to meet the Government's needs, to: Boston Scientific Corporation; 300 Boston Scientific Way; Marlborough, MA, 01752-1291. Reference number is N0025918N0017. Requirement is for service maintenance of the LSPRO Recording System to include three (3) option years. Boston Scientific Corporation is the sole service provider of the needed LSPRO Recording System service maintenance that meets the minimum requirements as listed below: Minimum Salient Characteristics are as follows: • Performance by OEM authorized service reps/technicians • Use OEM recommended equipment/tools required to execute all services performed • Does not negate any manufacturer warranties when servicing and or using manufacturer approved parts in accordance with the attached Statement of Work (SOW) Period of Performance 1 NOV 2017 - 31 OCT 2018 CLIN 0001: LSPRO EP Recording System; Quantity: 1, Unit of Issue: Each. Includes requirements as stated in the Statement of Work. Option Year One: Period of Performance 1 NOV 2018 - 31 OCT 2019 CLIN 1001: LSPRO EP Recording System; Quantity: 1, Unit of Issue: Each. Includes requirements as stated in the Statement of Work. Option Year Two: Period of Performance 1 NOV 2019 - 31 OCT 2020 CLIN 2001: LSPRO EP Recording System; Quantity: 1, Unit of Issue: Each. Includes requirements as stated in the Statement of Work. Option Year Three: Period of Performance 1 NOV 2020 - 31 OCT 2021 CLIN 3001: LSPRO EP Recording System; Quantity: 1, Unit of Issue: Each. Includes requirements as stated in the Statement of Work. Vendor must be able to provide all services, materials and equipment necessary for the repair/replace and preventive maintenance of the LSPRO EP Recording System located at: Cardiology Clinic, BLDG. 1, 2nd deck, Naval Medical Center San Diego (NMCSD), 34800 Bob Wilson Drive, San Diego, CA 92134. This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to provide the required items. Capability statements shall not exceed 5 (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source purchase order. Capability statements are due by 0700am PST, 16 Oct 2017. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: gilberto.a.esteves.civ@mail.mil. STATEMENT OF WORK LAB SYSTEMS PRO RECORDING SYSTEM REPAIR/REPLACE AND MAINTENANCE SERVICE 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. SCOPE: The contract dates will be effective immediately upon contract approval for the following month, beginning 01-NOV-2017 to 31-OCT-2018 (FY18). The contractor is required to provide all services, materials and equipment necessary for the repair/replace and preventive maintenance of Lab System Pro EP Recording System: ECN# 140558, SR# ____________ located in the ELECTROPHYSIOLOGY LABORATORY (EP LAB) at 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. The Firm Fixed Price (FFP) Maintenance includes regularly scheduled preventive maintenance, inspections, calibrations, and corrective maintenance tasks, and unlimited emergency repair actions. "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. "Replace" means a one for one replacement to provide a substitute of equal or greater value in the place of a damage or defective item for pay back, return, or refund of entire equipment. "Preventive maintenance: (PM) refers to the care and servicing by personnel for the purpose of maintaining equipment and facilities in satisfactory operating condition by providing for systematic inspection, detection, and correction of incipient failures either before they occur or before they develop into major defects. Maintenance, including tests, measurements, adjustments, and parts replacement, performed specifically to prevent faults from occurring. Hours of Work. Work required in the performance of this contract shall be performed during NMCSD Cardiology Clinic Normal Operating Hours, Monday thru Friday 0800 -1700 excluding NMCSD Holidays. Location: Cardiology Clinic, Building 1, 2nd deck, Naval Medical Center San Diego, 34800 Bob Wilson Drive, San Diego CA 92134. # 619.532.7843 NMCSD PREVENTIVE MAINTENANCE REQUIREMENTS: a. Perform service repair/replace and 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 0800-1600. 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, 0800-1600. 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 0800-1600. 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 1600-0800, 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 the Medical Repair Branch at (619) 532-8010 to submit the required information to complete the NMCSD Security Pass Form by 1400 the day prior to the scheduled visit. In the case of emergent repairs/service, the contractor will wait at the main gate for an escort from Medical Repair Branch personnel. CONTRACTOR CHECK-IN/CHECK-OUT: Contractor is required to report to the Material Management Department, Biomed Repair Department, Build 1, Ground Floor, Room GD-18H1 Naval Medical Center San Diego, for Visitor Badges during the hours of 0800-1600, Monday through Friday, prior to and upon completion of any service/repair performed. FIELD SERVICE REPORTS: Contractor shall furnish a written or electronic vendor supplied Field Service Report (FSR) to the Duty Staff at: Naval Medical Center, San Diego Bio Medical Repair Building 1, Ground Floor, Room GD-18H1 Phone: 619-532-8010 Fax: 619-532-8013 Or electronically @ usn.nmcsd-contractadministrator@mail.mil The contractor, or his representative, shall complete the vendor supplied Field Service 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 MaterialsDDDz Summary of Work Performed and Accepted by End-User (Government Representative's Printed Name and Signature) All Field Service Reports shall be submitted within 72 hours of completion of service. Completed Field 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 _________________________________ ___X___ Two (2) times per fiscal year: FEBRUARY and AUGUST _______ Four (4) times per fiscal year: December/March/June/September REPAIR: (Check One) ___X___ Monday - Friday, 0800-1600 _______ Seven (7) days per week, 24-hour coverage
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6326ae7231cbc13b27921c9a6dc70f08)
 
Record
SN04710577-W 20171013/171011230845-6326ae7231cbc13b27921c9a6dc70f08 (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.