Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 24, 2013 FBO #4383
SOLICITATION NOTICE

J -- Infant Security System

Notice Date
11/22/2013
 
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
N0025914T0025
 
Response Due
12/19/2013
 
Archive Date
1/3/2014
 
Point of Contact
Joseph Bancod 619-532-6165
 
E-Mail Address
Contract Specialist
(joseph.bancod@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The proposed contract action is for Service Maintenance for the Infant Security System, which the Naval Medical Center San Diego intends to solicit this requirement for One base year and one option year on a sole source basis to Mc Roberts Security Technologies under the authority of Far 13.106-1(b)(1). This is a solicitation for Service Maintenance, 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, N00259-14-T-0025 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 811219. Size $19.0 All interested bidders shall submit quotations electronically by email to Joseph.Bancod@med.navy.mil or by facsimile at 619-532-5596, attention Joseph Bancod. E-mail submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before 19th December 2013, 08:00AM Pacific Standard Time to be considered responsive. CLIN 0001: Standard & Preventive Service Maintenance Coverage Unit of Issue LOT QTY 01 Unit Price $_____________. Total Price $__________________________. Extended Description: Includes extended warranty on all system equipment, parts, labor, telephone support, onsite remedial service, system in-service and software upgrades and installation service during normal business hours. Period of Performance 01 January 2014-31 December 2014 CLIN 0002: Miscellaneous Service Repair Maintenance Coverage Unit of Issue EACH QTY 8000 Unit Price $_____________. Total Price $__________________________. Extended Description: Includes extended service coverage to include emergencies, after normal business hours, weekends and holidays as needed( not covered by the standard service coverage). Based on in-warranty billable service rates. Period of Performance 01 January 2014-31 December 2014 CLIN 1001(OPTION YEAR One(1): Standard & Preventive Service Maintenance Coverage Unit of Issue LOT QTY 01 Unit Price $_____________. Total Price $__________________________. Extended Description: Includes extended warranty on all system equipment, parts, labor, telephone support, onsite remedial service, system in-service and software upgrades and installation service during normal business hours. Period of Performance 01 January 2015-31 December 2015 CLIN 2001(OPTION YEAR One(1): Miscellaneous Service Repair Maintenance Coverage Unit of Issue EACH QTY 8000 Unit Price $_____________. Total Price $__________________________. Extended Description: Includes extended service coverage to include emergencies, after normal business hours, weekends and holidays as needed( not covered by the standard service coverage). Based on in-warranty billable service rates. Period of Performance 01 January 2015-31 December 2015 Justification: Under the authority of FAR 13.106-1(b)1,Sole source justification is based on McRoberts having proprietary ownership for current Infant Security system devices that the government currently owned. Additionally, McRoberts provides specific maintenance plan required for this equipment and proprietary software updates. All responsible sources may submit a quotation, which shall be considered by the agency. The government will only consider firm, fixed price quotation. Contractor must be registered to the 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, 34800 Bob Wilson Drive, San Diego, CA. 92134 The attached solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-70. It is the contractor s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquisitions.gov and or www.asq.osd.mil. 52.204-7 System for Award Management 52.204-13 System for Award Management(SAM) Maintenance 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.212-1 Instruction to Offerors-Commercial Item (FEB 2012) 52.212-2, Evaluation Commercial Items (JAN 1999), (i) Technical capability of the item offered to meet the Government requirement; (ii) past performance; (iii) Price (must provide past performance within the last three years) Technical and past performance when combined are more important than price. The following factors shall be used to evaluate offers in descending order of importance: FACTOR 1: Technical Capability defined as the contractor s ability to have the basic knowledge of Mc Robert s Infant Security System, and understanding of ALL requirements stated on the Performance Work Statement for the government s requirements as stated in the PWS. FACTOR 2: Past Performance Provide three (3) references with the Point of contact, telephone number, address, contract numbers, addressing that you have provided the same services within the last 3 years. FACTOR 3: Price The government shall conduct a price evaluation of all technically acceptable offers with satisfactory past performance. Contractors who do not meet the first 2 factors will not undergo a price evaluation. 52.212-3 Offeror Representations and Certification--Commercial Items (MAR 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 (MAR 2012) 52.204-10 Reporting Executive Compensation and First-tier Subcontract Awards (FEB 2012) 52.217-8 Option To Extend Services (NOV 1999) 52.217-9 Option To Extend The Term Of The Contract (MAR 2000). 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) 52-219-8 Utilization of Small Business Concerns (JAN 2011) 52-219-28 Post Award Small Business Program Representation (APR 2009). 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) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.204-7004 Alternate A, Central Contractor Registration (SEP 2007) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2012) 252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011) 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payment Requests (OCT 2012) STATEMENT OF WORK INFANT SECURITY SYSTEM SERVICE MAINTENANCE NAVAL MEDICAL CENTER SAN DIEGO ( Mother Infant Unit) 34800 BOB WILSON DRIVE SAN DIEGO CALIFORNIA 92134 1.0 GENERAL REQUIREMENTS: 1.1 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. 1.2 Contractor shall provide all services, materials and equipment necessary for the repair/preventive maintenance of government owned Infant Secuirty System located in the Mother Infant Unit Department 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. 1.3 Repair means any (a) modification, adjustment, or replacement of the hardware / software that corrects a malfunction by bringing the hardware / software into material conformity with the technical specifications for the system (b) a procedure or routine that, when observed in the regular operation of the system, avoids the material adverse effect of the applicable nonconformity. 2.0 NMCSD PREVENTIVE MAINTENANCE REQUIREMENTS: 2.1 Perform service repair/preventive maintenance to industry standards. 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. The highest standard of professional capability and electrical/mechanica1 workmanship is to be maintained throughout the life of this contract. 2.2 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. 2.3 Installation of system update changes to resolve specific product reliability problems. Software upgrades, defined as those changes that enhance the product features, are included. 2.4 Contractor shall perform all scheduled preventive maintenance as agreed upon during initial Contact with the Contract Administrator. 2.5 Contractor shall ensure that all Field Engineers and Technitians are fully knowledgeable and familiar with the system installed to prevent any delays in providing and performing service and maintenance. 2.6 Contractor shall ensure that all Field Engineers and Technitians have RapidGate access required for all military installations. 3.0 NMCSD REPAIR REQUIREMENTS: 3.1 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. 3.2 Equipment improvements/modifications shall be made only upon NMCSD written approval and direction. 3.3 Notify the Naval Med Center immediately upon receipt of OEM or Replacement parts/equipment safety recalls notices. 3.4 Insure that original design and functional capabilities will not be changed, modified, or altered unless the Naval Med Center authorizes such changes. 3.5 Provide suitable OEM recommended repair equipment/tools required for the satisfactory execution of all repairs made. 3.6 Extend to the Government all commercial warranties on replacement parts, consistent with standard industry practices. 4.0 TRAVEL AND RELATED EXPENSES: 4.1 Contractor shall be responsible for its service related trip expenses including round trip travel, mileage, and overnight living expenses. 4.1 RESPONSE TIME: Contractor shall use commercially reasonable efforts to: 4.1.2 Respond by telephone to any report of a malfunction requiring repair within four hour of notification by NMCSD. 4.1.3 Provide on-site support within 4 hours of notification by NMCSD personnel. 4.1.1 TITLE TO EQUIPMENT: 4.1.1.1 Contractor shall not assume possession or control of any part of the equipment. The Government retains ownership to title thereof. 4.1.2 LIABILITY: 4.1.2.1 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. 4.1.3 UTILITIES: 4.1.3.1 Contractor may use Government utilities, (e.g., electrical power, compressed air, and water) which 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. 4.1.4 ACCESS TO EQUIPMENT: 4.1.4.1 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. 4.1.5 GOVERNMENT PERSONNEL: 4.1.5.1 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. 4.1.6 PARTS AVAILABILITY: 4.1.6.1 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 day. 5.0 COMPENSATION: 5.1 LABOR: 5.1.1 All compensation for labor (7:30am 5:00pm Local PST Time) is included in the contract price. Any labor performed outside of this timeframe is not included in the contract pricing. If services becomes necessary to be performed beyond 5:00 pm, NMCSD shall be notified prior to performance. Parts and materials: All compensation for parts and materials is included in contract price. 5.2 PARTS/SUPPLIES QUALITY: 5.2.1 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. 5.3.1 ONTRACTOR CHECK-IN/CHECK-OUT: 5.3.1.1 The Contractor is required to report to the Naval Medical Center Security Dispatch for Visitor Badges during the hours of 7:30am 5:00pm, Monday through Friday, prior to and upon completion of any service/repair performed. 5.3.2 SERVICE REPORTS: 5.3.2.1Contractor, shall furnish to the Duty Staff a completed Service Report upon completion of work performed prior to checking-out. The Service Report should include the following: 5.3.2.2 Contractor Name, Technician s Printed Name and Telephone Number, Signature 5.3.2.3 Date and Time of Arrival 5.3.2.4 Time expended repairing/servicing; Labor Hours, Rate, and Materials 5.3.2.5 Summary of work performed and accepted by end-user(Government Representative s Printed Name and Signature) 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 Security Department 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: (Check One) ________Monday - Friday, 0800-1600 ___X____Seven (7) days per week, 24-hour coverage
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025914T0025/listing.html)
 
Place of Performance
Address: NAVAL MEDICAL CENTER SAN DIEGO 34800 BOB WILSON DRIVE, SAN DIEGO, CA
Zip Code: 92134
 
Record
SN03239540-W 20131124/131122234022-bdba981040c95005f2830b21f17c6f77 (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.