Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2007 FBO #1895
SOLICITATION NOTICE

J -- Service maintenance of Clinac IX Trilogy and cone beam CT

Notice Date
2/1/2007
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00259-07-T-0137
 
Response Due
2/22/2007
 
Archive Date
3/9/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested. A written solicitation will not be issued. Paper copies of this solicitation will not be available. The solicitation number is N00259-07-T-0137. It is issued for reference only. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-13. It is the contractors responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.arnet.gov. This is an unrestricted action. The NAICS code is 811219. The contractor shall provide: CLIN 0001: Service maintenance contract of government owned Radiotherapy System, Linear Accelerator in accordance with the statement of work. QTY: 0004, U/I: Quarter, U/P:________. The period of performance is from 25 May 2007 ? 24 May 2008. The manufacturer is Varian Medical System.. 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. Fill In Contractor Name After Award shall provide all services, materials and equipment necessary for the repair/preventive maintenance of Clinac IX Trilogy, SN 1014 (Cone Beam CT S/N 0050 included) located in the Radiation Oncology Department 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. ?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, Fill In Contractor Name 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. 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. Fill In Contractor Name After Award 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: Fill In Contractor Name After Award shall be responsible for its service related trip expenses including round trip travel, mileage, and overnight living expenses. RESPONSE TIME: Fill In Contractor Name After Award 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: Fill In Contractor Name After Award shall not assume possession or control of any part of the equipment. The Government retains ownership to title thereof. LIABILITY: Fill In Contractor Name After Award 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: Fill In Contractor Name After Award 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: Fill In Contractor Name After Award 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, Fill In Contractor Name After Award shall maintain replacement repair parts and materials necessary to perform each repair or supply said parts and Materials within__1__ day. 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. After Award 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: Fill In Contractor Name After Award, at Check-In shall pick-up a Government Field Report (Form NMCSD 6700/83)(7-05). Fill In Contractor Name, shall furnish to the Duty Staff or: GABRIEL G. SANTOS Contract Administrator Naval Medical Center, San Diego Biomedical Engineering Branch Building 1, Ground Floor, Room GD-18H1 Phone: (619) 532-5191 Fax: (619) 532-8013 E-mail: ca@nmcsd.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 PREVENTIVE MAINTENANCE AND REPAIR SERVICES SCHEDULES SERVICES SHALL BE REQUIRED BASED UPON THE FOLLOWING AGREED SCHEDULES: PREVENTIVE MAINTENANCE: (Check One) __ ___ One (1) time per fiscal year __________ __ ___ Two (2) times per fiscal year __________ ________ __X ___ Four (4) times per fiscal year _____/_____/_____/_____ REPAIR: (Check One) __X ___ Monday - Friday, 0800-1700 hrs. __ ___ Seven (7) days per week, 24-hour coverage CONTRACTOR POINT OF CONTACT (POC): __________________________________________ (Contractor/Dispatcher/Customer Service) Telephone Number: __________________________FAX : _____________________ E-Mail: ______________________________________ This solicitation incorporates the following FAR and DFARS Clauses/Provisions: 52.204-7 Central Contractor Registration (JUL 2006), 52.212-1 Instruction to Offerors-Commercial Items (SEP 2006), 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2006), 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2005), 52.212-5 Contract Terms and conditions Required to Implement Statutes or Executive orders-Commercial Items (SEP 2005), with the following clauses incorporated by reference in paragraphs (a) (1) 52.233-3 Protest after Award (Aug 1996)(31 U.S.C. 3553), (2) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)(Pub. L. 108-77, 108-78); (b) 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, 52.222-21 Prohibition of Segregated Facilities ( Feb 1999), 52.222-26 Equal Opportunity (Apr 2002)(E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (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, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006)(38 U.S.C. 4212)), 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 of Treasury) and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31U.S.C. 3332), 252.204-7004 Alt A Required Central Contractor Registration Alternate A (Nov 2003), 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003), 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.252-2 Clauses Incorporated By Reference (FEB 1998), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (OCT 2006), with DFARS Clauses incorporated in reference (b) (4) 252.225-7001 Buy American and Balance of Payment program (JUN 2005 (41 U.S.C. 10a-10d, E.O. 10582 and (17) 252.232-7003 Electronic Submission of Payment Requests (MAY 2006) (10 U.S.C. 2227). Quotations will be evaluated based on technical capability, past performance, and price. Technical capability and past performance when combined are more important than price. The government will only consider firm fixed price quotations. Offeror must complete and submit with the quotations FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (SEP 2006) and FAR Clause 52.222-48 Exemption From Application of Service Contract Act Provisions Contractor Certification (JUN 2006). Contractor must be registered to the Central Contractor Registration (CCR) prior to award. The website address for CCR registration is www.ccr.gov. A Dunn and Bradstreet number is required to register. The offer due date is close business on 02/22/2007.
 
Place of Performance
Address: 34800 Bob Wilson Drive, San Diego CA
Zip Code: 92134
Country: UNITED STATES
 
Record
SN01224060-W 20070203/070201223332 (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.