Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2011 FBO #3561
SOLICITATION NOTICE

J -- SERVICE MAINTENANCE FOR VOICEWRITER DICTATION SYSTEM

Notice Date
8/23/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
N00259 NAVAL MEDICAL CENTER SAN DIEGO MATERIAL MANAGEMENT 34800 Bob Wilson Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025911T0492
 
Response Due
9/6/2011
 
Archive Date
10/31/2011
 
Point of Contact
Reynaldo de Vera 619-532-5564
 
Small Business Set-Aside
N/A
 
Description
The proposed contract action is for commercial item, which the Naval Medical Center San Diego intends to solicit this requirement on a sole source basis to MEDQUIST TRANSCRIPTIONS, INC. under the authority of Far 13.106-1 (b). This is a combined solicitation/synopsis 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, N00259-11-T-0492 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 541990. All interested bidders shall submit quotations electronically by email to reynaldo.devera@med.navy.mil or by facsimile at 619-532-5596, attention Reynaldo de Vera E-mail submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before 06 September 2011, at 2:00 PM Pacific Standard Time to be considered responsive. On-site full service maintenance for the government-owned system covering all itemized components, parts, labor, transportation, unlimited maintenance calls, corrective and preventive in accordance with the Statement of Work for the following items: Period of Performance: 01 October 2011 through 30 September 2012 CLIN 0001 VW TELEPHONE INTERFACE-EIO R/B P/N: 123-1360 Qty 12 Ea $________ Serial# 1578502, 1578503, 1578509, 1578586, 1578603, 5472112, 5472125, Z1578864, Z2098, Z2155, Z2172, Z2190 CLIN 0002 VW LASER SCANNER III R/B 123-18 P/N: 123-1878 Qty 29 Ea $_______ Serial# 394965, 394982, 398185, 398999, 399004, 399039, 450415, 450421, 708269, 708374, 708425, 708441, 708770, 708776, 708780, 708784, 709338, 709342, 709346, 709364, 709371, 709397, 709401, 709407, 709409, 709412, 758726, 758814, 7058788 CLIN 0003 DCS 8 PORT CARD Part #: 123-3420 Qty 6 Ea $________ CLIN 0004 DCS SWITCH CARD Part #: 123-3440 Qty 1 Ea$________ CLIN 0005 DCS CARD MODULE Part #: 123-3430 Qty 2 Ea $________ CLIN 0006 VW NT DATABASE SOFTWARE/10 USR Part # 421-1039 Ser # 10390510 Qty 1 Ea $________ CLIN 0007 NT VOICE SERVER S/W V2.3.0; Part # 421-1040 Serial #: 10400628 Qty 1 Ea $________ CLIN 0008 HP 2METER RCK SYS R/B 425-1048 Part # 15665 Serial #: 15665 Qty 1 Ea $________ CLIN 0009 VW/OS NT LX147 SRVR 333/64MB Part # 421-1079Serial #: 42104914 Qty 1 Ea $________ CLIN 0010 HPVLI P3/450 64MB R/B 425-1047 Part # 421-1273 Serial #: 92205252 Qty 1 Ea $________ CLIN 0011 HPLCE P3/500 Part # 421-1274 Serial #: 92707323 Qty 1 Ea $________ CLIN 0012 VOICE MANAGER 9X NEW CLIENT SW Part # 421-1275 Serial #: 12750487 Qty 1 Ea $________ CLIN 0013 BASE-T HUB W/COAX PORT Part # 421-2057 Qty 1 Ea $________ CLIN 0014 9 GB HOT SWAR SCSI DRIVE Part #: 421-2066 Qty 3 Ea $________ CLIN 0015 PORT DSP CARD-NLA Part #: 421-2080 Qty 7 Ea $________ CLIN 0016 9 GB SCSI DRIVE R/B 421-2122 Part #: 421-2106 Qty 2 Ea $________ CLIN 0017 HP LCIII RACK KIT R/B425-3031 Part #: 421-2107 Qty 1 Ea $________ CLIN 0018 HPLC3 64 MB ECC SDRAM UPGRADE Part #: 421-2113 Qty 1 Ea $________ CLIN 0019 VOICEWRITER SOFTWARE KEY 100 HO Part #: 421-2131 Qty 4 Ea $________ CLIN 0020 HP 50 15 MONITORS R/B 425-3033 Part #: 421-2157 Qty 1 Ea $________ CLIN 0021 VW NT PORT SOFTWARE (4 PORTS EA) Part #: 421-2165 Qty 1 Ea $________ CLIN 0022 DOCQ VOICE EXT STATION P/N: 426-1000 Qty 30 Ea________ Serial#30; 433770, 433771, 433772, 433773, 433774, 433775, 433776, 433777, 433778, 433779, 433800, 433801, 433802, 433803, 433804, 433805, 433806, 433807, 433808, 433809, 433830, 433831, 433832, 433833, 433834, 433835, 433836, 433837, 433838, 433839 CLIN 0023 DOCQ VOICE EXT STATION UNIVERSAL Part # 426-3052 Qty 30 Ea________ CLIN 0024 SPEECH MIKE CLASSIC PLUS(USB) P/N: 825-1003 Qty 30 Ea________ Serial# 263196, 263197, 263198, 263199, 263200, 263226, 263227, 263228, 263229, 263230, 268761, 268762, 268763, 268764, 268765, 268766, 268767, 268768, 268769, 268770, 268781, 268782, 268783, 268784, 268785, 268866, 268867, 268868, 268869, 268870 CLIN 0025 VW EX III STATION W/BL R/B Part #: 123-1413 Serial # 101327, 101331 Qty 2 Ea $_______ CLIN 0026 VOICEWRITER STATION W/BL LX 217 Part #: 123-1301 Qty 1 Ea $_______ CLIN 0027 HPVLI PE/450 64 MB R/B 425-1047 Part #: 421-1273 Serial # 92205252 Qty 1 Ea $_______ Under the authority of FAR 13.106-1(b), sole source justification is based on MEDQUIST being the manufacturer hold the proprietary specifications to provide maintenance and repair for these units. Service maintenance must meet OEM specifications. Contractor must be registered to the Central Contractor Registration (CCR) prior to award. The website address for CCR registration is www.ccr.gov Contractor MUST complete FAR 52.212-3, Offeror Representations and Certifications “ Commercial Items, when submitting a proposal. The website address is http://www.acquisition.gov. DELIVERY ADDRESS: NMCSD, 34800 Bob Wilson Drive, San Diego, CA 92134 The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-50 and DFARS Change Notice 20110304. This acquisition incorporates the following FAR clauses: 52.204-7 Central Contractor Registration (APR 2008) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL2010) 52.212-1 Instruction to Offerors-Commercial Item (JUN 2008) 52.212-3 Offeror Representations and Certification--Commercial Items (MAY 2011) 52.212-4 Contract Terms and Conditions--Commercial Items (JUN 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (AUG 2011) 52.219-28 Post Award Small Business Program Representative (APR 2009) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JUL 2010) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222.36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.232-18 Availability of Funds (APR 1984) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alt A (SEP 2007) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUNE 2010) 252.225-7001 Buy American Act and Balance of Payment Program (JAN 2009) 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) All responsible sources may submit a quotation which shall be considered by the agency. NOTE: THIS ORDER IS SUBJECT TO AVAILABILITY OF FY-2012 FUNDS. THE GOVERNMENT OBLIGATION MADE HEREUNDER IS CONTINGENT UPON THE ENACTMENT OF THE FY-2012 DOD APPROPRIATION ACT OR AN EXTENDED FY-2011 CONTINUING RESOLUTION ACT AND IS SUBJECT TO ALL PROVISIONS OF WHICHEVER ACT BECOMES APPLICABLE. AVAILABILITY OF FISCAL YEAR 2012 FUNDS THE GOVERNMENT OBLIGATION MADE HEREUNDER IS CONTINGENT UPON THE ENACTMENT OF THE FISCAL YEAR 2012 APPROPRIATION ACT. THIS ORDER IS ISSUED SUBJECT TO THE 2012 DOD APPROPRIATION ACT OR AN EXTENDED FISCAL YEAR 2011 CONTINUING RESOLUTION ACT AND IS SUBJECT TO ALL PROVISIONS OF WHICHEVER ACT BECOMES APPLICABLE. THE CLAUSE 52.232-18 REFERENCED HEREIN APPLIES TO THIS CONTRACT. STATEMENT OF WORK GENERAL REQUIREMENTS: The effort required hereunder shall be performed in accordance with this Statement of Work and with all other terms and conditions set forth herein. SCOPE: The contractor shall provide all services, materials and equipment necessary for the repair/preventive maintenance of Government owned Radiology Voicewriter Dictation System located in the Radiology Department at the 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. NMCSD PREVENTIVE MAINTENANCE REQUIREMENTS: a. Perform service repair/preventive maintenance to industry standards. b. 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, contractor shall provide training certificates (or notarized copies) to the Material Management Department BIOMED division for verification. c. 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. NMCSD CORRECTIVE MAINTENANCE REQUIREMENTS: a. Correct inoperable condition in a timely manner. Immediately upon contract award, the contractor will provide Material Management Department BIOMED division, Naval Medical Center San Diego, an emergency telephone number. Contractor will respond no later than two (2) hours after telephone notification Monday-Friday, hours of 0800 “1600. b. 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. c. Equipment improvements/modifications shall be made only upon Material Management Department, Biomed Repair Department written approval and direction. d. Notify the Material Management Department, Naval Medical Center San Diego, Biomed Repair Department immediately upon receipt of OEM or replacement parts/equipment safety recalls notices. e. Insure that original design and functional capabilities will not be changed, modified, or altered unless the Material Management Department, Biomed Repair Department, Naval Medical Center, San Diego authorizes such changes in writing. f. Provide suitable OEM recommended repair equipment/tools required for the satisfactory execution of all repairs made. g. Furnish manufacturer OEM approved lubricants and lubricate wear points within the equipment. h. Extend to the Government all commercial warranties on replacement parts, consistent with standard industry inventory. TRAVEL AND RELATED EXPENSES: Contractor shall be responsible for its service related trip expenses including round trip travel, mileage, and overnight living expenses. RESPONSE TIME: Contractor shall use commercially reasonable efforts to: a. Respond by telephone to any report of a malfunction requiring repair within two (2) hours of notification by NMCSD Monday “ Friday, 0800-1600. b. Provide on-site support within one (1) business day of notification by NMCSD personnel. TITLE TO EQUIPMENT: 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 Medical Center's electrical wiring and equipment, must approve contractor electrical equipment. SHIPMENT: The contractor shall not exceed two (2) business days of shipment for all equipment coming from and going to Material Management Department, Biomed Repair Department, Naval Medical Center San Diego. ACCESS TO EQUIPMENT: 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. 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, contractor shall maintain replacement repair parts and materials necessary to perform each repair or supply said parts and materials within two (2) business days. LABOR: All compensation for labor from the hours of 0800-1600. Local PST Time is included in the contract price. Any labor performed outside of this timeframe is not included in the contract pricing. If service becomes necessary to be performed between 1600-0800, 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 new. SECURITY REQUIREMENTS: Contractor will be required to contact the Medical Repair Branch at (619) 532-8010 to submit the required information to complete the NMCSD Security Pass Form by 1400 the day prior to the scheduled visit. In the case of emergent repairs/service, the contractor will wait at the main gate for an escort from Medical Repair Branch personnel. CONTRACTOR CHECK-IN/CHECK-OUT: Contractor is required to report to the Material Management Department, Biomed Repair Department, Build 1, Ground Floor, Room GD-18H1 Naval Medical Center San Diego, for Visitor Badges during the hours of 0800-1600, Monday through Friday, prior to and upon completion of any service/repair performed. FIELD SERVICE REPORTS: Contractor shall furnish a written or electronic vendor supplied Field Service Report (FSR) to the Duty Staff at: Naval Medical Center, San Diego Bio Medical Repair Building 1, Ground Floor, Room GD-18H1 Phone: 619-532-8010 Fax: 619-532-8013 Or electronically at: ca@med.navy.mil The contractor, or his representative, shall complete the vendor supplied Field Service Report to include the following: Contractor Name Technician ™s Printed Name, Telephone Number and Signature Date and Time of Arrival ECN (Equipment Code Number) and Serial Number Time Expended Repairing/Service; Labor Hours, Rate and Materials Summary of Work Performed and Accepted by End-User (Government Representative ™s Printed Name and Signature) All Field Service Reports shall be submitted within 72 hours of completion of service. Completed Field Service Reports are Required Prior to Acceptance of any Invoice. PREVENTIVE MAINTENANCE AND REPAIR SERVICE 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 _______________ ________________ ______Four (4) times per fiscal year: December/March/June/September REPAIR: (Check One) ___X___Monday - Friday, 0800-1600 _______Seven (7) days per week, 24-hour coverage
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025911T0492/listing.html)
 
Record
SN02545133-W 20110825/110823235115-3934e289455021540ab2ca5c3b055a2d (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.