SOLICITATION NOTICE
J -- SERVICE MAINTENANCE
- Notice Date
- 9/17/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- N00259 NAVAL MEDICAL CENTER SAN DIEGO MATERIAL MANAGEMENT 34800 Bob Wilson Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0025912T0951
- Response Due
- 9/28/2012
- Archive Date
- 10/31/2012
- Point of Contact
- Reynaldo de Vera 619-532-5564
- Small Business Set-Aside
- N/A
- Description
- 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, N00259-12-T-0951 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 811219; Size: 500. 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 28 September 2012, 4:00 PM Pacific Standard Time to be considered responsive. CLIN 0001 Base Year-Full Service Maintenance for the listed government-owned equipment including all parts, labor, transportation and unlimited maintenance calls, corrective and preventive in accordance with the Statement of Work. Period of Performance: 01 October 2012 thru 30 September 2013 CLIN 0001AA Refrigerated Floor Centrifuge QTY 1 Yr $____________ Manufacturer: Kendro / Sorvall Model: RC12BP, Serial #: U210-156161-UO, ECN: 031292 CLIN 0001AB Refrigerated Floor Centrifuge QTY 1 Yr $____________ Manufacturer: Kendro / Sorvall Model: RC12BP, Serial #: T140-155938-TO, ECN: 031290 CLIN 0001AC Refrigerated Floor Centrifuge QTY 1 Yr $____________ Manufacturer: Kendro / Sorvall Model: RC12BP, Serial #: T240-156003-UO, ECN: 031291 CLIN 0001AD Refrigerated Floor Centrifuge QTY 1 Yr $____________ Manufacturer: Kendro / Sorvall Model: RC12BP, Serial #: U09T-421011-UT, ECN: 097853 CLIN 0002 Option Year 1-Full Service Maintenance for the listed government-owned equipment including all parts, labor, transportation and unlimited maintenance calls, corrective and preventive in accordance with the Statement of Work. Period of Performance: 01 October 2013 thru 30 September 2014 CLIN 0002AA Refrigerated Floor Centrifuge QTY 1 Yr $____________ Manufacturer: Kendro / Sorvall Model: RC12BP, Serial #: U210-156161-UO, ECN: 031292 CLIN 0002AB Refrigerated Floor Centrifuge QTY 1 Yr $____________ Manufacturer: Kendro / Sorvall Model: RC12BP, Serial #: T140-155938-TO, ECN: 031290 CLIN 0002AC Refrigerated Floor Centrifuge QTY 1 Yr $____________ Manufacturer: Kendro / Sorvall Model: RC12BP, Serial #: T240-156003-UO, ECN: 031291 CLIN 0002AD Refrigerated Floor Centrifuge QTY 1 Yr $____________ Manufacturer: Kendro / Sorvall Model: RC12BP, Serial #: U09T-421011-UT, ECN: 097853 CLIN 0003 Option Year 2-Full Service Maintenance for the listed government-owned equipment including all parts, labor, transportation and unlimited maintenance calls, corrective and preventive in accordance with the Statement of Work. Period of Performance: 01 October 2014 thru 30 September 2015 CLIN 0003AA Refrigerated Floor Centrifuge QTY 1 Yr $____________ Manufacturer: Kendro / Sorvall Model: RC12BP, Serial #: U210-156161-UO, ECN: 031292 CLIN 0003AB Refrigerated Floor Centrifuge QTY 1 Yr $____________ Manufacturer: Kendro / Sorvall Model: RC12BP, Serial #: T140-155938-TO, ECN: 031290 CLIN 0003AC Refrigerated Floor Centrifuge QTY 1 Yr $____________ Manufacturer: Kendro / Sorvall Model: RC12BP, Serial #: T240-156003-UO, ECN: 031291 CLIN 0003AD Refrigerated Floor Centrifuge QTY 1 Yr $____________ Manufacturer: Kendro / Sorvall Model: RC12BP, Serial #: U09T-421011-UT, ECN: 097853 CLIN 0004 Option Year 3-Full Service Maintenance for the listed government-owned equipment including all parts, labor, transportation and unlimited maintenance calls, corrective and preventive in accordance with the Statement of Work. Period of Performance: 01 October 2015 thru 30 September 2016 CLIN 0004AA Refrigerated Floor Centrifuge QTY 1 Yr $____________ Manufacturer: Kendro / Sorvall Model: RC12BP, Serial #: U210-156161-UO, ECN: 031292 CLIN 0004AB Refrigerated Floor Centrifuge QTY 1 Yr $____________ Manufacturer: Kendro / Sorvall Model: RC12BP, Serial #: T140-155938-TO, ECN: 031290 CLIN 0004AC Refrigerated Floor Centrifuge QTY 1 Yr $____________ Manufacturer: Kendro / Sorvall Model: RC12BP, Serial #: T240-156003-UO, ECN: 031291 CLIN 0004AD Refrigerated Floor Centrifuge QTY 1 Yr $____________ Manufacturer: Kendro / Sorvall Model: RC12BP, Serial #: U09T-421011-UT, ECN: 097853 CLIN 0005 Option Year 4-Full Service Maintenance for the listed government-owned equipment including all parts, labor, transportation and unlimited maintenance calls, corrective and preventive in accordance with the Statement of Work. Period of Performance: 01 October 2016 thru 30 September 2017 CLIN 0005AA Refrigerated Floor Centrifuge QTY 1 Yr $____________ Manufacturer: Kendro / Sorvall Model: RC12BP, Serial #: U210-156161-UO, ECN: 031292 CLIN 0005AB Refrigerated Floor Centrifuge QTY 1 Yr $____________ Manufacturer: Kendro / Sorvall Model: RC12BP, Serial #: T140-155938-TO, ECN: 031290 CLIN 0005AC Refrigerated Floor Centrifuge QTY 1 Yr $____________ Manufacturer: Kendro / Sorvall Model: RC12BP, Serial #: T240-156003-UO, ECN: 031291 CLIN 0005AD Refrigerated Floor Centrifuge QTY 1 Yr $____________ Manufacturer: Kendro / Sorvall Model: RC12BP, Serial #: U09T-421011-UT, ECN: 097853 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: Naval Medical Center San Diego, 34800 Bob Wilson Drive, San Diego, CA. 92134 The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-60 and DFARS Change Notice 20110304. This acquisition incorporates the following FAR clauses: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) 52.204-99 System for Award Management Registration (Deviation) AUG 2012 52.212-1 Instruction to Offerors-Commercial Item (FEB 2012) 52.212-2 Evaluation “ Commercial Items (JAN 1999), the following factors shall be used to evaluate offers: 1) Price. 52.212-3 Offeror Representations and Certification--Commercial Items (APR 2012) 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JAN 2011) 52.217-8 Option to Extend Services (NOV 1999) 52-217-9 Option to Extend the Term of the Contract (MAR 2000) 52.219-28 Post Award Small Business Program Representative (APR 2012) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (MAR 2012) 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) 52.232-18 Availability of Funds (APR 1984) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.237-3 Continuity of Services (JAN 1991) 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 (JUN 2012) 252.225-7001 Buy American Act and Balance of Payment Program (JUN 2012) 252.225-7002 Qualifying Country Sources As Subcontractors (JUN 2012) 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-2013 FUNDS. THE GOVERNMENT OBLIGATION MADE HEREUNDER IS CONTINGENT UPON THE ENACTMENT OF THE FY-2013 DOD APPROPRIATION ACT OR AN EXTENDED FY-2012 CONTINUING RESOLUTION ACT AND IS SUBJECT TO ALL PROVISIONS OF WHICHEVER ACT BECOMES APPLICABLE. AVAILABILITY OF FISCAL YEAR 2013 FUNDS. THE GOVERNMENT OBLIGATION MADE HEREUNDER IS CONTINGENT UPON THE ENACTMENT OF THE FISCAL YEAR 2013 APPROPRIATION ACT. THIS ORDER IS ISSUED SUBJECT TO THE 2013 DOD APPROPRIATION ACT OR AN EXTENDED FISCAL YEAR 2012 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 is required to provide all services, materials and equipment necessary for the repair/preventive maintenance of four (4) Thermofisher Equipment with Serial Numbers - U210-156161-UO ECN 031292, T140-155938-TO ECN 031290, T240-156003-UO ECN 031291, and U09T-421011-UT ECN 097853, located at the Blood Donor Center at 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. LOCATION: BIOMED Repair Department, Building 1, Ground Floor, Room GD-18H, Naval Medical Center San Diego, 34800 BOB WILSON DRIVE, SAN DIEGO, CA. 92134-5000. 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 “1700. 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, 0800-1700. 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 0800-1700. 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 1700-0800, 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) ___X____One (1) time per fiscal year____04MAR13_____________________________ ______Two (2) times per fiscal year ______ _______ _______Four (4) times per fiscal year: December/March/June/September REPAIR: (Check One) ___X___Monday - Friday, 0800-1700 _______Seven (7) days per week, 24-hour coverage
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025912T0951/listing.html)
- Record
- SN02885909-W 20120919/120918001200-7974eb2d0cf0353b9a1262095c769f34 (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 |