Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2007 FBO #2158
SOLICITATION NOTICE

J -- Service maintenance of Ultrasound Equipment, Acuson Sequioa

Notice Date
10/22/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00259 MATERIAL MANAGEMENT 34800 Bob Wilson Drive, Suite # 8 San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025908T0001
 
Response Due
10/29/2020
 
Archive Date
11/28/2020
 
Point of Contact
Nick D. Delosreyes 619-532-5289
 
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. All resposible sources may submit a quote that shall be considered by the agency. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. This announcement constitutes the only solicitation; quotations are being requested. A written solicitation will not be issued. Paper copies of the solicitation will not be available. The solicitation, number is N00259-08-T-0001. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-19. 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 and www.acq.osd.mil. This is an unrestricted solicitation. The NAICS code is 811219. The contractor shall provide CLIN: 0001 : ON-SITE SERVICE MAINTENANCE OF ONE GOVERNMENT OWNED ACUSON SEQUIOA IN ACCORDANCE WITH THE STATEMENT OF WORK (SOW), PERIOD OF PERFORMANCE (POP): 01 NOV 2007 ? 31 OCT 2008; QUANTITY: 0012, UNIT OF ISSUE (U/I): MONTHS, UNIT PRICE (U/P):___________; CLIN: 0002: OPTION YEAR ONE; ON-SITE SERVICE MAINTENANCE OF ONE GOVERNMENT OWNED ACUSON SEQUIOA IN ACCORDANCE WITH THE SOW, POP 01 NOV 2008 ? 31 OCT 2009; QUANTITY: 0012, U/I: MONTHS, U/P:____________; CLIN: 0003: OPTION YEAR TWO, ON-SITE SERVICE MAINTENANCE OF ONE GOVERNMENT OWNED ACUSON SEQUIOA IN ACCORDANCE WITH THE SOW, POP 01 NOV 2009 ? 31 OCT 2010, QUANTITY: 0012, U/I: MONTHS, U/P:___________: STATEMENT OF WORK NO LOANER OPTION ? MEDICAL EQUIPMENT SERVICE MAINTENANCE 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 ACUSON SEQUIOA equipment located at Naval Medical Hospital Lemoore, California to ensure dependable and reliable operation of the equipment. 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 contractor shall perform the following functions: Perform service repair/maintenance to industry standards. 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. 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. Correct inoperable condition in a timely manner with a response time of no later than 24 to 48 hours after telephone notification to a monitored contractor emergency telephone number to provided by the contractor to Medical Repair Branch and Acquisitions Division immediately upon contract award. 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 on written approval and directionof the Medical Repaair Branch. 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 modern 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. Maintain an adequate spare parts inventory on parts with a history of high failure/replacement rates 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 are available and required for any service performed under this contract. The building engineer, to ensure compatibility with the Naval Hospital?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 incidentals 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 is required to: Welky, Robert E ? HM1, the Leading Petty Officer, at Naval Hospital Lemoore, CA 93246, Phone 559-998-4280, Fax 559-998-2799. rewelk@nhlem.med.navy.mil Legible copy of the Field Service Report upon completion of work performed. 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 BCN (Bar Code Number), Type, serial and model number of the equipment 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: Naval Hospital 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, the contractor 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 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: Twice per fiscal year CORRECTIVE MAINTENANCE 8:00am-5:00pm Monday ?Friday, excluding holidays Response time during principal coverage period 30 minutes phone/10 hours on site Technical phone support included. End of Statement of Work 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 (May 2004), 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)), 52.222-50 Combating Trafficking in Persons (AUG 2007), 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 a nd Conditions Required to Implement Statutes or Executive Orders Appli cable 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), 52.217-5 Evaluation of Option (JUL 1990), 52.217-9 Option To Extend The Term Of The Contract (MAR 2000), 52.222-48 Exemption From Application Of Service Contract Act Provisions ? Contractor Certifications (JUN 2006), 52.232-18 Availability of Funds (APR 1984). 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 Certifications (JUN 2006). Both provision and clause can also be submitted at www.orca..bpn.gov. Contractor must be registered to the Central Contractor Registration (CCR) prior to award. The website address for CCR registration is www.ccr.gov. A nine digit Data Universal Numbering Systems (DUNS) number, provided by Dun and Bradstreet, is required to register. Fax or e-mail your quote on or before close of business on 10/29/2007. Fax number: 619-532-5596, e-mail address: nick.delosreyes@med.navy.mil. Offeror must notify the Purchasing Agent, Nick Delosreyes at 619-532-5289 after the quotation was submitted referencing the solicitation number. Purchasing Agent will confirm receipt of the solicitation.
 
Record
SN01438735-W 20071024/071022223656 (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.