Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2002 FBO #0249
SOLICITATION NOTICE

J -- Maintenance / repair contract for government owned radiology equipment. This is a sole source requriement to GE Medical systems

Notice Date
8/6/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024402T1066
 
Response Due
8/21/2002
 
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. FISC San Diego is announcing its intent to issue a directed sole source procurement to GE Medical Systems under authority of FAR 6.302-1 for a maintenance and repair contract for radiographic systems at the Naval Hospital 29 Palms. This procurement is unrestricted. 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. Solicitation number / RFQ N00244-02-T-1066 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 5047 (NAICS 42145) and the business size standard is 100 employees. The agency need is for a maintenance contract for radiographic equipment. The equipment shall be able to be repaired via remote diagnostics. This requirement is for a fixed priced contract. The statement of work is as follows: FOR DETAILS CONTACT - HM3 David Larch USN; 760-830-2152; (F) 760-830-2635. 1) SPECIFICATIONS: a) Prior to any service being provided on this contract the service representative will contact the Medical Repair Division @760-830-2152 in order to ensure that the e quipment will be available and that the service is authorized. b) Number of preventive maintenance visits required per fiscal year: ? Prospeed CT - 4 PM visits ? Advantx R&F - 1 PM visit ? DRS imaging system - 1 PM visit ? DMR mammography - 1 PM visit i.) The time for these visits shall be by mutual agreement between the Biomedical Engineering Division and the contractor. ii.) 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 calibration, will meet or exceed the Manufacturers specifications and tolerances. iii.) The contractor must provide remote service diagnostics, and repair when applicable. iv.) The contractor must provide on-line application support. v.) The field service engineer must be factory trai ned by the manufacturer. vi.) Documentation of calibration will be provided to the Biomedical Engineering Division in the form of a Vendors Field Service Report. c) All preventive maintenance will include but not be limited to cleaning, calibration, electrical circuit checks, electrical safety checks, and equipment certification as required. d) The contractor is to provide unlimited emergency service calls during the contract hours. e) 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. f) A Vendors Field Service Report will be left with the Biomedical Engineering Division upon completion of the service. g) The contractor shall contact the Duty Biomedical Technician for after hour's delivery of the field service report. i.) The s ervice report shall include: ? Contract number and hospital PM number ? Name, model and serial number of equipment ? Reason for visit ? Service provided ? A listing of all replacement parts and their prices ? Arrival and completion time ? The name of the person who requested the service h) The cost of repair or 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 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. i) Persons authorized to place calls under this contact are: 1) Representatives of Medical Repair Division; 760-830-2152 2) Department Head and Purchasing Agents of the Material Management Department SKCS Anderson 760-830-5170 Mr. Louis Melendez 760-830-2015 j) All travel, labor, software updates, and parts (replacement and preventive maintenance) including x-ray tubes are to be included under this contract. k) Billing shall be monthly in arrears. l) Maintenance credit for system downtime: i.) If a machine (s) remains unusable due to an equipment and/or operating malfunction through no fault of the government for a period of 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. ii.) 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 shall not exceed 1/30th of the total charge for the 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; 52.232-19, Availability of Funds for the Next Fiscal Year. 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, Employment 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. Provision 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical capability, past performance, and lowest price. To be determined technically acceptable, the offeror must furnish product literature that demonstrates the service offered meets all requirements stated in the above purchase descriptions. Note: The full text of the Federal Acquisitio n 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 be 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 08-21-02, 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. See Numbered Note #22.
 
Web Link
click here to download a hard copy of the RFQ
(http://www.neco.navy.mil)
 
Record
SN00133610-W 20020808/020806213841 (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.