Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2002 FBO #0157
SOLICITATION NOTICE

J -- maintenance service contract for General Electric radiology equipment at 29 Palms Naval Hospital CA

Notice Date
5/6/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024402T0697
 
Response Due
5/20/2002
 
Archive Date
6/19/2002
 
Point of Contact
Jessica Dunker 619-532-2588 Contract Specialist @619-532-2588
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov/ for more information. This procurement is unrestricted; all responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and copy of the RFQ can be viewed and/or downloaded at the NECO website listed herein. Solicitation number / RFQ N00244-02-T-0 697 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-04 and DFAR Change Notices effective through 01/29/02. The standard industrial code is 7629 (NAICS 811219), and the business size standard is $5 million. The agency need is for maintenance contract on radiology equipment at Naval Hospital 29 Palms CA. This requirement is for a fixed priced contract for four separate pieces of equipment. Line Item 0001: one each Prospeed CT, S/N: 619830CT; with unlimited replacement glassware, and a Windows Workstation. Line Item 0002: one each Advantx R&F system, S/N: 619368F1; with unlimited replacement x-ray tubes, unlimited replacement 12" II tubes, and DRS Digital System. Line Item 0003: one each Advantx R&F System, S/N: 619368F2; with unlimited replacement x-ray tubes, unlimited replacement II tubes for Advantx R&F system, and DRS Digital System. Line Item 0004: DMR Mammography, S/N: 760830M1, with glassware for DMR, and Dataflash. The statement of work is as follows: Specifications: 1) This service contract is for service and maintenance on government owned General Electric units located at 29 Palms Naval Hospital. The units to be maintained are as follows: A) Prospeed CT, S/N: 619830CT B) Advantx R&F System, S/N: 619368F1 C) Advantx R&F System, S/N: 619368F2 D) DMR Mammography, S/N: 760830M1 2) Prior to any service being performed the service representative shall contact the Medical Repair Division @760-830-2152 in order to ensure that the equipment is available for service. 3) Number of preventive maintenance visits per year to include: A) Prospeed CT - 4 PM's per yea r B) Advantx R&F - 1 PM's per year C) DMR Mammography - 1 PM's per year The time for these PM's will be determined by mutual agreement between the Biomedical Engineering Division and the Contractor. The scheduled maintenance will meet or exceed the manufacturer recommendations for preventive maintenance and calibration. The PM visit is to include a complete system calibration, and upon completion of the calibration, will meet or exceed the manufacturer specifications and tolerances. Documentation of the calibration will be provided to the Biomedical Engineering Division in the form of a Vendor Field Service Report (see para. 7). 4) All preventive maintenance will include, but not be limited to cleaning, calibration, electrical circuit checks, safety inspections, and equipment certification as required. 5) The contractor is to provide unlimited emergency servi ce calls during contract hours. Contract hours are between 0800 through 1700 Monday through Friday. 6) The contractor will respond on-site within 24 hours of the service call for all emergency services. The contractor will report to the Biomedical Engineering division prior to commencing service. 7) A vendor's field service report will be left with the Biomedical Engineering Division upon completion of the service. The contractor shall contact the Duty Biomedical Technician for after hour's delivery of the field service report. The service report shall include: a) Contract number and Hospital PM number b) Name, model number and serial number of equipment c) Reason for visit d) Service provided e) A listing of all replacement parts and their prices f) Arrival and completion time g) The name of the person who requested the service 8) The cost of repair o r additional work due to the negligence, or poor workmanship on the part of the contractor or his employees, or due to their failure to follow the manufacturer's specifications, will be absorbed entirely by the contractor. The cost of the repair of damage to the unit caused by misuse or negligence on the part of the user will be absorbed by the government. 9) Persons authorized to place calls under this contract are: a) Representatives of Medical Repair Division @760-830-2152 b) Department Head & Purchasing Agents of the Material Management Department SKCS Anderson @760-830-5170 Mr. Louis Melendez @760-830-2015 10) All travel, labor, software updates, and parts (replacement and preventive maintenance)_ are to be included under this contract. 11) Billing to be monthly in arrears. 12) If equipment remains unusable due to an equipment and/or operating malfunct ion through no fault of the government for a period greater than 36 consecutive hours, the contractor shall grant a credit to the government for each hour of downtime, in the amount of 1/30th of the total monthly charges due under this contract, for each 24 hour period that the unit is inoperable. No credit shall accrue to the government during those periods when the contractor is denied access to the equipment and the amount of credit granted under this paragraph for each machine for any calendar day. Credit for equipment malfunctions shall be computed to the nearest half or whole hour. During a period of downtime, the government may use operable equipment when such action does not interfere with remedial maintenance. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements. 52.232-18, Availability of Funds. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Em ployment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. In addition NAVSUP 5252.215-9402, Notice to Prospective Offerors, and 5252.215-9403, Additional Evalu ation Factors - Contractor Evaluation System, Red / Yellow / Green Program applies. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must b e included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time on 05-20-02, and will be accepted via fax (619-532-2347) or via e-mail (jessica_e_dunker@sd.fisc.navy.mil). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher.
 
Web Link
click here to download a hard copy of the RFQ
(http://www.neco.navy.mil)
 
Record
SN00072321-W 20020508/020506213427 (fbodaily.com)
 
Source
FedBizOpps.gov 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.