SOLICITATION NOTICE
J -- Service Maintenance
- Notice Date
- 9/11/2013
- Notice Type
- Combined Synopsis/Solicitation
- 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, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
- ZIP Code
- 92134-5000
- Solicitation Number
- N00259-13-T-0389
- Archive Date
- 10/9/2013
- Point of Contact
- Reynaldo R. DeVera, Phone: 6195325564
- E-Mail Address
-
reynaldo.devera@med.navy.mil
(reynaldo.devera@med.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The proposed contract action is for service maintenance, which the Naval Medical Center San Diego intends to solicit this requirement on a sole source basis to Stryker Corporation, 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, N00259-13-T- 0389 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 811219. 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 24 September 2013 at 11:00 A.M. Pacific Standard Time to be considered responsive. CLIN 0001 Service Maintenance Skills Lab Equipment Qty 4 QTR(time) $______ On-site full service and preventive maintenance to be provided for the listed Government owned (as listed below) located in the Bioskills Training Lab Naval Medical Center San Diego in accordance with the Statement of Work. Period of Performance: 27 September 2013 thru 26 September 2014 Skills Lab Equipment Description Item Serial Number FLAT PANEL SPRING ARM, EDS SUSPENSION, 15-21KG 682400034 1111311130075 FLEXIS 0682100*4802560 2905011700749 LOW CEILING SPRING ARM, 5-POLE SIDE MOUNT 682400151 1111611131482 LOW CEILING SPRING ARM, 5-POLE SIDE MOUNT 682400151 1111611131475 LOW CEILING SPRING ARM, 5-POLE SIDE MOUNT 682400151 1111611131484 LOW CEILING SPRING ARM, 5-POLE SIDE MOUNT 682400151 1111611131472 LOW CEILING SPRING ARM, 5-POLE SIDE MOUNT 682400151 1111611131478 LOW CEILING SPRING ARM, 5-POLE SIDE MOUNT 682400151 1111611131460 LOW CEILING SPRING ARM, 5-POLE SIDE MOUNT 682400151 1114810122816 LOW CEILING SPRING ARM, 5-POLE SIDE MOUNT 682400151 1114810122823 LOW CEILING SPRING ARM, 5-POLE SIDE MOUNT 682400151 1111611131481 LOW CEILING SPRING ARM, 5-POLE SIDE MOUNT 682400151 1111611131471 LOW CEILING SPRING ARM, 5-POLE SIDE MOUNT 682400151 1111611131477 LOW CEILING SPRING ARM, 5-POLE SIDE MOUNT 682400151 1111611131476 LOW CEILING SPRING ARM, 5-POLE SIDE MOUNT 682400151 1111611131473 LOW CEILING SPRING ARM, 5-POLE SIDE MOUNT 682400151 1111611131480 LOW CEILING SPRING ARM, 5-POLE SIDE MOUNT 682400151 1111611131468 LOW CEILING SPRING ARM, 5-POLE SIDE MOUNT 682400151 1111611131467 LOW CEILING SPRING ARM, 5-POLE SIDE MOUNT 682400151 1111211129202 LOW CEILING SPRING ARM, 9-POLE SIDE MOUNT 682400152 1111211129163 OSC 600 800/1000 682000345 4904511700851 OSC 600 800/1000 682000345 4904511700852 OSC 600 800/1000 682000345 4904511700853 OSC 600 800/1000 682000345 4904511700854 OSC 600, LONG FLANGE 800/1000 682000348 4904511700855 OSC 600, LONG FLANGE 800/1000 682000348 4904511700856 OSC 600, LONG FLANGE 800/1000 682000348 4904511700857 OSC 600, LONG FLANGE 800/1000 682000348 4904511700858 PKG, EDS LIGHT SUSPENSION, CENTRAL AXIS, 5P/5P LC 682400141 11G001938 PKG, EDS LIGHT SUSPENSION, CENTRAL AXIS, 5P/5P LC 682400141 11J007548 PKG, EDS LIGHT SUSPENSION, CENTRAL AXIS, 5P/5P LC 682400141 11J007558 PKG, EDS LIGHT SUSPENSION, CENTRAL AXIS, 5P/5P LC 682400141 11J007568 PKG, EDS LIGHT SUSPENSION, CENTRAL AXIS, 5P/5P LC 682400141 11J007528 PKG, EDS LIGHT SUSPENSION, CENTRAL AXIS, 5P/5P LC 682400141 11J007578 PKG, EDS LIGHT SUSPENSION, CENTRAL AXIS, 5P/5P LC 682400141 11J007588 PKG, EDS LIGHT SUSPENSION, CENTRAL AXIS, 5P/5P LC 682400141 11J007538 PKG, EDS LIGHT SUSPENSION, CENTRAL AXIS, FP/9P/5P LC 682400150 11K006818 PKG, LCD MONITOR, 46, W/ CABLES, FIBER AND MOUNTS 678000272 PKG, LCD MONITOR, 46, W/ CABLES, FIBER AND MOUNTS 678000272 PKG, LCD MONITOR, 46, W/ CABLES, FIBER AND MOUNTS 678000272 PKG, LCD MONITOR, 46, W/ CABLES, FIBER AND MOUNTS 678000272 PKG, LCD MONITOR, 46, W/ CABLES, FIBER AND MOUNTS 678000272 PKG, LCD MONITOR, 46, W/ CABLES, FIBER AND MOUNTS 678000272 PKG, LCD MONITOR, 46, W/ CABLES, FIBER AND MOUNTS 678000272 PKG, LCD MONITOR, 46, W/ CABLES, FIBER AND MOUNTS 678000272 PKG, LCD MONITOR, 46, W/ CABLES, FIBER AND MOUNTS 678000272 PKG, LCD MONITOR, 46, W/ CABLES, FIBER AND MOUNTS 678000272 PKG, LCD MONITOR, 46, W/ CABLES, FIBER AND MOUNTS 678000272 PKG, LCD MONITOR, 46, W/ CABLES, FIBER AND MOUNTS 678000272 PKG, SHAPE ARM, SINGLE, SH2 682400253 111018DE012 PKG, STRYKECAM 2 IN-LIGHT CAMERA 682400029 11K002628 PKG, SWITCHPOINT INFINITY 3 0678001*4790564 11K003518 PKG, SWITCHPOINT INFINITY 3 0678001*4790566 11K003838 PKG, SWITCHPOINT INFINITY 3 0678001*4790568 11K003858 PKG, SWITCHPOINT INFINITY 3 0678001*4790560 11K003498 PKG, VISUM LED 2 SURGICAL LIGHT, LC 682400137 100000014989 PKG, VISUM LED 2 SURGICAL LIGHT, LC 682400137 100000000017661 PKG, VISUM LED 2 SURGICAL LIGHT, LC 682400137 100000000017677 PKG, VISUM LED 2 SURGICAL LIGHT, LC 682400137 100000000017679 PKG, VISUM LED 2 SURGICAL LIGHT, LC 682400137 100000000017681 PKG, VISUM LED 2 SURGICAL LIGHT, LC 682400137 100000000019783 PKG, VISUM LED 2 SURGICAL LIGHT, LC 682400137 100000000022173 PKG, VISUM LED 2 SURGICAL LIGHT, LC 682400137 100000000020235 PKG, VISUM LED 2 SURGICAL LIGHT, LC 682400137 100000000020271 PKG, VISUM LED 2 SURGICAL LIGHT, LC 682400137 100000000020272 PKG, VISUM LED 2 SURGICAL LIGHT, LC 682400137 100000000021306 PKG, VISUM LED 2 SURGICAL LIGHT, LC 682400137 100000000021308 PKG, VISUM LED 2 SURGICAL LIGHT, LC 682400137 100000000021309 PKG, VISUM LED 2 SURGICAL LIGHT, LC 682400137 100000000021310 PKG, VISUM LED 2 SURGICAL LIGHT, LC 682400137 100000000021670 PKG, VISUM LED 2 SURGICAL LIGHT, LC 682400137 100000000021671 PKG, VISUM LED 2 SURGICAL LIGHT, LC 682400137 100000000021672 PKG, VISUM LED 2 SURGICAL LIGHT, LC 682400137 100000000021911 PKG, VISUM LED 2 SURGICAL LIGHT, LC 682400137 100000000021913 PKG, VISUM LED 2 SURGICAL LIGHT CAMERA READY, LC 682400137 100000000020231 PKG, VISUM LED POWER SUPPLY BOX L1 AND L2 682001312 PKG, VISUM LED POWER SUPPLY BOX L1 AND L2 682001312 PKG, VISUM LED POWER SUPPLY BOX L1 AND L2 682001312 PKG, VISUM LED POWER SUPPLY BOX L1 AND L2 682001312 PKG, VISUM LED POWER SUPPLY BOX L1 AND L2 682001312 PKG, VISUM LED POWER SUPPLY BOX L3 AND L4 682001311 PKG, VISUM LED POWER SUPPLY BOX L3 AND L4 682001311 PKG, VISUM LED POWER SUPPLY BOX L3 AND L4 682001311 PKG, VISUM LED POWER SUPPLY BOX L3 AND L4 682001311 Service Head Service*4740560 Service Head Service*4740560 Service Head Service*4740560 Service Head Service*4740560 Service Head Service*4739560 Service Head Service*4739560 Service Head Service*4739560 Service Head Service*4739560 STRYKECAM 2 IN-LIGHT CAMERA 682001407 SUSPENSION, NAVIGATION SYSTEM 682000281 1914911700423 UNITERUPTED POWER SUPPLY 100224409 UNITERUPTED POWER SUPPLY 100224409 UNITERUPTED POWER SUPPLY 100224409 UNITERUPTED POWER SUPPLY 100224409 PKG, SPI3, PTZ CAMERA SYSTEM, HD 678001017 PKG, SPI3, PTZ CAMERA SYSTEM, HD 678001017 PKG, SPI3, PTZ CAMERA SYSTEM, HD 678001017 PKG, SPI3, PTZ CAMERA SYSTEM, HD 678001017 Under the authority of FAR 13.106-1(b), sole source justification is based on Stryker Corporation, being the OEM and only company with the technical knowledge capabilities to repair these complex systems and equipment. The technology and designs are proprietary to the Stryker. Contractor must be registered to the System Acquisition Management (SAM) prior to award. The website address for SAM registration is www.sam.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, Dan Diego, CA 92134 The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-68 and DFARS change notice 20130626. This acquisition incorporates the following FAR clauses: 52.204-7 System for Award Management (JUL 2013) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL2013) 52.204-13 System for Award Management Maintenance (JUL 2013) 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) 52.212-1 Instruction to Offerors-Commercial Item (JUL 2013) 52.212-2 Evaluation-Commercial Items (JAN 1999), the following factors shall be used to evaluate offers: 1) Technical Capability; 2) Price 52.212-3 Offeror Representations and Certification--Commercial Items (JUL 2013) 52.212-4 Contract Terms and Conditions--Commercial Items (JUL 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2013) 52.219-28 Post Award Small Business Program Representative (JUL 2013) 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) 52.222-48 Exemption from Application of Service Contract Act to Contracts for Maintenance, Calibration, 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 - System for Award Management (JUL 2013) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.225-7002 Qualifying Country Sources As Subcontractors (DEC 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. STATEMENT OF WORK GENERAL REQUIREMENTS: The effort required hereunder will be performed in accordance with this Statement of Work and in accordance 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 or replacement of STRYKER CORPORATION Communication Endo Equipment and listed equipment located in the Bioskills Training Lab 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: Bioskills Training Center and MSSC, Building 1, G floor Naval Medical Center San Diego, 34800 BOB WILSON DRIVE, SAN DIEGO, CA. 92134-5000. NMCSD PREVENTIVE MAINTENANCE REQUIREMENTS: As specified by manufacturer for each item. NMCSD REPAIR OR REPLACEMENT REQUIREMENTS: a. Correct inoperable condition within the next business day or serviceable/operational condition replacement will be provided. 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 0730-1600. 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. i. 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. j. 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. 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 24 hours 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 one (1)-business day. LABOR: All compensation for labor 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 MUST be new and original equipment manufacturer (OEM). EDUCATION: Contractor shall be responsible for any cost of training our staff at NMCSD or offsite on the stryker equipment as needed, such training should not exceed twice annually. Any travel costs incur for the training will be covered by Stryker. 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 0730-1600, 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: REPAIR OR REPLACEMENT: (Check One) ___X___ Monday - Friday, 0730-1600 _______ Seven (7) days per week, 24-hour coverage
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-13-T-0389/listing.html)
- Place of Performance
- Address: Nava Medical Center San Diego, 34800 Bob Wilson Drive, San Diego, California, 92134, United States
- Zip Code: 92134
- Zip Code: 92134
- Record
- SN03183466-W 20130913/130911235453-0db08d0631e08e0755157125ccd37811 (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 |