SOLICITATION NOTICE
J -- Service maintenance of Water Purification system. Model: MEDICA R-200 and MEDICA PRO 120
- Notice Date
- 7/10/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) 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
- N0025913T0276
- Response Due
- 7/31/2013
- Archive Date
- 9/30/2013
- Point of Contact
- Nick Delosreyes 619-532-5289
- Small Business Set-Aside
- Total Small Business
- 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 and a written solicitation will not be issued. The solicitation number is N00259-13-T-0276. It is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 20005-67. This is a total small business set-aside. The NAICS code is 811310 and the small business size standard is $7 million. It is the contractors ™ responsibility to be familiar with the applicable clauses and provisions. The clauses and provisions may be accessed in full text at http://www.acquisition.gov/far/ and www.acq.osd.mil. The contractor shall provide: On-site service maintenance of Government owned Water Purification System including all parts, labor, and transportation in accordance with the STATEMENT OF WORK. Model: MEDICA R-200, Serial Number: MR200DSM1, ECN: 102022 and MEDICA PRO 120, Serial Number: MP120REM1, ECN: 102203. MFR: ELGA The equipment is located in the CORE Laboratory Department, Naval Medical Center, San Diego, CA CLIN 0001 Base Year, Quantity: 0012, Unit of Issue: Months, Unit Price: _________; Extended Price: _____________ Period of performance: 01 October 2013 “ 30 September 2014 CLIN 1001 Option Year One, Quantity: 0012, Unit of Issue: Months, Unit Price: _________; Extended Price: _____________ Period of performance: 01 October 2014 “ 30 September 2015 CLIN 2001 Option Year Two, Quantity: 0012, Unit of Issue: Months, Unit Price: _________; Extended Price: _____________ Period of performance: 01 October 2015 “ 30 September 2016 CLIN 3001 Option Year Three, Quantity: 0012, Unit of Issue: Months, Unit Price: _________; Extended Price: _____________ Period of performance: 01 October 2016 “ 30 September 2017 CLIN 4001 Option Year Four, Quantity: 0012, Unit of Issue: Months, Unit Price: _________; Extended Price: _____________ Period of performance: 01 October 2017 “ 30 September 2018 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 Two(2) Siemens Water Purification System models MEDICA R-200 SN: MR200DSM1 ECN:102022 and MEDICA PRO 120 SN:MP120REM1 ECN:102023 located in the Core Laboratory Department 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: Material Management 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 one (1) hours after telephone notification seven (7) days a week twenty four (24) hours a day. 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. The following are the required services for the MEDICA R-200 and MEDICA PRO 120 Water Purification Systems: REVIEW OPERATORS LOG BOOK MONTHLY RECORD SERVCON DATA MONTHLY SYSTEM FEED WATER CHEMISTRY MONTHLY MAINT REPLACE PREFILTER CART MONTHLY MIXED BED EXCHANGE QUARTERLY INSP/REC DATA PUMP QUARTERLY INSP/REC DATA CART FLTR HSNG QUARTERLY INSP/REC DATA ACT CARBON FLTR QUARTERLY INSP/REC DATA WATER SOFTENER QUARTERLY INSP/REC DATA REVERSE OSMOSIS QUARTERLY INSP/REC DAT ULTRAVIOLET QUARTERLY INSP/REC DATA STORAGE TANK/ACC QUARTERLY INSP/REC DATA SERVICE DI QUARTERLY INSP/REC DATA CONTROL PANEL QUARTERLY INSP/REC DATA ALARM/COND RESPN QUARTERLY INSP/REC DATA OP SEQUENCE RESP QUARTERLY INSP/REC DATA DISTRIB LOOP QUARTERLY MAINT REPLACE PREFILTER CART QUARTERLY MAINT REPLACE RESIN TRAP FILTR QUARTERLY MAINT REPLACE POST FILTER CART SEMI-ANNUAL MAINT REPLACE VENT FILTER CART SEMI-ANNUAL MAINT CARBON FILTER REBED SEMI-ANNUAL RO MEMBRANE CLEANING & SANI SEMI-ANNUAL MAINT SANITIZE STOR TANK/ACC SEMI-ANNUAL MAINT SERVICE DEIONIZATION SEMI-ANNUAL MIXED BED EXCHANGE SEMI-ANNUAL MAINT REPLACE UMF FILTER (120) ANNUAL CALIBRATION PRESSURE SWITCHES ANNUAL CALIBRATION RESIS/COND METERS ANNUAL ANALYTICAL SERVICES (LABORATORY TEST): CITY WATER SEMI-ANNUAL MEDICA R-200 PRODUCT WATER ANNUAL MEDICA PRO PRODUCT WATER ANNUAL MEDICA R200: 3.6 CARBON EXCH CANISTERQUARTERLY (1) SALT LG CRYSTAL SODIUM MONTHLY CART 20 1MM CODE F AM MONTHLY PRE-TREATMENT QUARTERLY COMPOSITE VENT FILTER ANNUAL CART 20 0.2UM FILTER SEMI-ANNUAL U.V. LAMP ANNUAL MIXED BED-3.6- EXCH QUARTERLY (1) MEMB RO 4 X40 TW30-4040 BI-ANNUAL WATER ANALYSIS SEMI-ANNUAL MEDICA PRO 120: MAXIMA UMF FLTR ANNUAL MEDPURE L1 DI PACK MONTHLY L2 PRETREATMENT CARTRIDGE SEMI-ANNUAL 60 L/HR RO CARTRIDGE BI-ANNUAL SANITIZATION TABLETS AS NEEDED COMPOSITE VENT FILTER SEMI-ANNUAL WATER ANALYSIS SEMI-ANNUAL 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 ONE (1) hour of notification by NMCSD. 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 seven (7) days per week and twenty-four (24) hours per day is included in the contract price. 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_________________________________ ___X___Two (2) times per fiscal year ____01 Apr 14____ ____01 Sep 14___ _______Four (4) times per fiscal year: December/March/June/September REPAIR: (Check One) _______Monday - Friday, 0800-1700 ___X___Seven (7) days per week, 24-hour coverage This solicitation incorporates the following FAR and DFARS Clauses/Provisions: 52.204-7 Central Contractor Registration (JUL 2006) 52.204-13 Central Contractor Registration “ Maintenance (DEC 2012) 52.212-1 Instruction to Offerors-Commercial Items (FEB 2012) 52.212-3 Offeror Representations and Certifications-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 2013) 52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g) 52.233-3 Protest after Award (Aug 1996) (31 U.S.C. 3553) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) (Pub.L. 108-77, 108-78) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JULY 2010) 52.219-28 Post Award Small Business Program Representation (JUN 2007) 52.222-3 Convict Labor (June 2003) (E.O. 11755) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (July 2010) (E.O. 13126, 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (Mar 2007)) (E.O. 11246) 52.222-35 Equal Opportunity for Veterans (SEP 2010)(38U.S.C. 4212) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C 793) 52.222-41 Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Sept 2010) 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) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31U.S.C. 3332) 52.217-5 Evaluation of Options (JUL 1990) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.232-18 Availability of Funds (APR 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 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) 252.225-7001 Buy American and Balance of Payment Program(DEC2012)(41U.S.C. chapter 83, E.O. 10582 252.232-7003 Electronic Submission of Payment Requests and Rceiving Report (MAR 2008)(10U.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 (APR 2012) and 52.222-48 Exemption from Application of Service Contract Act Provisions-Contractor Certification (FEB 2009). The provision can also be submitted at https://www.sam.gov. Contractor must be registered to the System for Award Management (SAM) prior to award. A nine digit Data Universal Numbering System (DUNS) number provided by Dun and Bradstreet is required to register. The website address for SAM registration is https://www.sam.gov Electronic submission of Quotes: Quotations shall be submitted electronically by email to nick.delosreyes@med.navy.mil or by facsimile at 619-532-5596, Attention: Nick D. Delosreyes. Email submissions are limited to 2MB. The submitter should confirm receipt of facisimile and email submissions. Quotations are due before close of business on 31 July 2013, 12:00 PM Local time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025913T0276/listing.html)
- Record
- SN03111878-W 20130712/130710234818-9e46be1fd55427c043e97fe572272a39 (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 |