MODIFICATION
65 -- Ultrasound Machine
- Notice Date
- 2/23/2006
- Notice Type
- Modification
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, Bldg 1 38400 Bob Wilson Drive, San Diego, CA, 92134-5000
- ZIP Code
- 92134-5000
- Solicitation Number
- N00259-06-T-0025
- Response Due
- 2/28/2006
- Archive Date
- 3/15/2006
- Description
- The proposed contract action is for service maintenance contract, which the Naval Medical Center San Diego intends to solicit on a sole source basis under the authority of FAR 6.302. Interested contractors/persons may identify their interest and capability to respond to the requirement or submit quotations. This notice of interest is not a request for competitive quotations. However, all quotes received by February 28, 2006, 10:00AM, Pacific Standard Time, will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice 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. This is a combined synopsis/solicitation for commercial items, 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, quotations are being requested and a written solicitation will not be issued. The solicitation number, N00259-06-T-0025 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 334510, Size: 500. CLIN 0001 On-Site full service maintenance contract on Government-owned Sonoline Antares Ultrasound Machine to include all parts, labor, transportation and unlimited corrective maintenance calls for the period of March 01, 2006 through September 30, 2006. Base period plus Four (4) Option Years. QTY: 03, Unit of Issue: QTR @ $ ______ = $ ______. Option year (1) 01 Oct 06 through 30 Sep 07 @ $_______, Option year (2) 01 Oct 07 through 30 Sep 08 @ $______, Option year (3) 01 Oct 08 through 30 Sep 09 @ $______, and Option year (4) 01 Oct 09 through 30 Sep 10 @ $______. The duties to be performed shall be in accordance with the statement of work, (SOW). The services and duty hours will be performed at Naval Hospital Lemoore, 937 Franklin Avenue, Lemoore, California 93246. STATEMENT OF WORK WITH NO LOANER OPTION MEDICAL EQUIPMENT SERVICE MAITENANCE STATEMENT OF WORK 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. The contractor shall provide all services, materials and equipment necessary for the repair/service of the Sonoline Antares Ultrasound Machine located at Naval Hospital Lemoore 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. PREVENTIVE MAINTENANCE: 1. Perform service repair/maintenance to industry standards. 2. Insure 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, the contractor shall provide training certificates (or notarized copies) to the Medical Repair Branch for verification. The highest standard of professional capability and electrical/mechanica1 workmanship is to be maintained throughout the life of this contract. 3. 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. CORRECTIVE MAINTENANCE: 1. Correct inoperable condition in a timely manner with a response time of no later than 30 min to 10 hrs after telephone notification, to a monitored contractor emergency telephone number to be provided by the contractor to Medical Repair Branch and Acquisitions Divisions upon contract award.. 2. 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. 3. Equipment improvements/modifications shall be made only upon Medical Repair Branch written approval and direction. 4. Notify the Medical Repair Branch immediately upon receipt of OEM or replacement parts/equipment safety recalls notices. 5. Insure that original design and functional capabilities will not be changed, modified, or altered unless the Medical Repair Branch authorizes such changes. 6. Provide suitable OEM recommended repair equipment/tools required for the satisfactory execution of all repairs made. 7. Furnish manufacturer OEM approved lubricants and lubricate wear points within the equipment. 8. Extend to the Government all commercial warranties on replacement parts, consistent with standard industry practices. 9. Maintain an adequate spare parts inventory. TITLE TO EQUIPMENT: The 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 is 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: The 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 incidental to the operation of the maintained equipment after permission is received from on duty personnel responsible for such equipment. CONTRACTOR CHECK-IN/CHECK-OUT: The Contractor, or his representative, is required to report to the Medical Repair Branch for Visitor Badges during the hours of 0730 - 2000 hours, Monday through Friday, prior to and upon completion of any service/repair performed. FIELD SERVICE REPORTS: The contractor or his representative shall furnish a legible copy of the Field Service Report upon completion of work performed to: HM1 Robert Welky Lead Petty Officer Naval Hospital Lemoore Lemoore, CA 93246 Phone: (559) 998-4280 Fax: (559) 998-2799 E-mail: rewelky@nhlem.med.navy.mil The contractor or his representative shall complete the Government copy of this Field Service Report by including the following: Date and Time Notified Date and Time Arrival ECN (Equipment Control Number), Type, serial # and model # Time spent repairing/servicing Description of malfunction General Description of replaced parts and service performed Comments as to cause of malfunction FIELD SERVICE REPORTS ARE REQUIRED PRIOR TO APPROVAL OF ALL INVOICES 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 downtime to equipment, the contractor shall maintain replacement repair parts and materials necessary to perform each repair or supply said parts and materials within one day. COMPENSATION: Labor: All compensation for labor is included in the contract price. 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. PREVENTIVE MAINTENANCE AND CORRECTIVE MAINTENANCE SCHEDULES Services will be required based upon the following schedules: PREVENTIVE MAINTENANCE: Contractor will coordinate planned maintenance in accordance with the manufacturer?s recommendation during the (Principle Coverage Period). If Planned Maintenance is requested outside the PCP, service will be charged at prevailing rates. CORRECTIVE MAINTENANCE: Monday - Friday, 0800-1700 hrs. Five (5) Days per week. -End of Statement of Work- The following FAR and DFAR clauses and provisions are applicable and will be incorporated into the solicitation by reference, and will be available in full text upon request. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-08. FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (SEP 1999); 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (JAN 2004) must be completed and submitted along with the proposal, a copy can be obtained by contacting the Contract Specialist, Jose G. Juarez at (619) 532-8116, email address: jgjuarez@nmcsd.med.navy.mil. In accordance with FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JUN 2003), the following clauses are incorporated by reference in paragraph (a) 52.233-3 PROTEST AFTER AWARD (AUG 1996)(31 U.S.C. 3553). Paragraph (b)52.222-3 CONVICT LABOR (JUNE 2003) (E.O. 11755); 52.212-1 INSTRUCTION TO OFFERORS-COMMERCIAL ITEMS JAN 2004 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999); 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATION?Commercial Items, JAN 2004 52.212-4 CONTRACT TERMS AND CONDITIONS ?COMMERCIAL ITEMS OCT 2003 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS?COMMERCIAL ITEMS JAN 2004 52.212-6 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (FEB 2002) 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.222-3 CONVICT LABOR JUN 2003 52.222-19 CHILD LABOR ? COOPERATION WITH AUTHORITIES AND REMEDIES JAN 2004 52.222-21 Prohibition of Segregated Facilities (FEB 1999); 52.222-26 EQUAL OPPORTUNITY (APR 2002)(E.O. 11246); 52.222-35 AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA AND OTHER ELIGIBLE VETERANS (DEC 2001) (38 U.S.C. 4212); 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUN 1998)(29 U.S.C.793); 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (DEC 2001) (38 U.S.C. 4212); 52.222-48 Exemption from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific and Medical and/or Office and Business Equipment -- Contractor Certification. 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUNE 2003) (E.O 12722, 12724, 13059, 13067, 13121 AND 13129); 52.211-6 BRAND NAME OR EQUAL (AUG 99); 52.232-18 AVAILABILITY OF FUNDS APR 1984 52.232-36 PAYMENT BY THIRD PARTY MAY 1999 52.237-3 CONTINUITY OF SERVICES JAN 1991 52.252-2 CLAUSES INCORPORATED BY REFERENCE FEB 1998 DFARS 252.204-7004 ALT 1 REQUIRED CENTRAL CONTRACTOR REGISTRATION NOV 2003); DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUEST (JAN 2004). 252.204-7004 ALT A REQUIRED CENTRAL CONTRACTOR REGISTRATION ALTERNATE A NOV 2003 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JAN 2004), 252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENT PROGRAM (APR 2003) 252.225-7002 QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS APR 2003 INCORPORATED IN REFERENCE (b). Quotations will be based on past performance, technical capability, and price. A technical evaluation will be conducted prior to award. Offeror must complete and submit with their quotation FAR provision 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATONS-COMMERCIAL ITEMS (JAN 2004). Contractor must be registered to the Central Contractor Registration (CCR) prior to award. The website address for CCR registration is www.ccr.gov. All interested bidders must submit quotation to Jose G. Juarez, Naval Medical Center, Material Management Dept., Acquisitions Div., 34800 Bob Wilson Drive, San Diego, CA 92134 by e-mail at jgjuarez@nmcsd.med.navy.mil. This order will be firm fixed price. Quotes from all responsible sources will be considered. Quotation must be received by February 28, 2006 at 10:00 AM Pacific Standard Time to be considered responsive.
- Place of Performance
- Address: Naval Hospital Lemoore, 937 Franklin Avenue, Lemoore, CA
- Zip Code: 93246
- Country: USA
- Zip Code: 93246
- Record
- SN00993567-W 20060225/060223212939 (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 |