Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2014 FBO #4443
SOLICITATION NOTICE

J -- Service maintenance of BacT/Alert 3D 1200 with Observa System. Base plus four option years.

Notice Date
1/21/2014
 
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
N0025914T0069
 
Response Due
1/24/2014
 
Archive Date
2/28/2014
 
Point of Contact
Nick Delosreyes 619-532-5289
 
Small Business Set-Aside
N/A
 
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 N00259-14-T-0069. 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 20005-69. This is an unrestricted action. The NAICS code is 811219. 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 and preventative maintenance on Government owned BacT/ALERT 3D 1200 with Observa System including all parts, labor, and transportation in accordance with the statement of work. CLIN 0001: Base Year, Quantity: 0001, Unit of Issue: Year, Unit Price: _________; Extended Price: _____________ Period of performance: 31 January 2014 “ 30 January 2015 Units to be serviced: a. Control Module: S/N: 211CM7989, ECN: 123031 b. INCBN Modules: 1. S/N: 208IL8280, ECN: 123027 2. S/N: 211IL8409, ECN: 123026 3. S/N: 211IR9508, ECN: 123030 4. S/N: 212IL8442, ECN: 123028 5. S/N: 212IL8443, ECN: 123029 c. Observa RP5800, S/N: CZC2270LRH MFR: BIOMERIEUX INC CLIN 1001: Option Year One, Quantity: 0001, Unit of Issue: Year, Unit Price: _________; Extended Price: _____________ Period of performance: 31 January 2015 “ 30 January 2016 Units to be serviced: a. Control Module: S/N: 211CM7989, ECN: 123031 b. INCBN Modules: 1. S/N: 208IL8280, ECN: 123027 2. S/N: 211IL8409, ECN: 123026 3. S/N: 211IR9508, ECN: 123030 4. S/N: 212IL8442, ECN: 123028 5. S/N: 212IL8443, ECN: 123029 c. Observa RP5800, S/N: CZC2270LRH MFR: BIOMERIEUX INC CLIN 2001: Option Year Two, Quantity: 0001, Unit of Issue: Year, Unit Price: _________; Extended Price: _____________ Period of performance: 31 January 2016 “ 30 January 2017 Units to be serviced: a. Control Module: S/N: 211CM7989, ECN:123031 b. INCBN Modules: 1. S/N: 208IL8280, ECN: 123027 2. S/N: 211IL8409, ECN: 123026 3. S/N: 211IR9508, ECN: 123030 4. S/N: 212IL8442, ECN: 123028 5. S/N: 212IL8443, ECN: 123029 c. Observa RP5800, S/N: CZC2270LRH MFR: BIOMERIEUX INC CLIN3001: Option Year Three, Quantity: 0001, Unit of Issue: Year, Unit Price: _________; Extended Price: _____________ Period of performance: 31 January 2017 “ 30 January 2018 Units to be serviced: a. Control Module: S/N: 211CM7989, ECN:123031 b. INCBN Modules: 1. S/N: 208IL8280, ECN: 123027 2. S/N: 211IL8409, ECN: 123026 3. S/N: 211IR9508, ECN: 123030 4. S/N: 212IL8442, ECN: 123028 5. S/N: 212IL8443, ECN: 123029 c. Observa RP5800, S/N: CZC2270LRH MFR: BIOMERIEUX INC CLIN 4001: Option Year Four, Quantity: 0001, Unit of Issue: Year, Unit Price: _________; Extended Price: _____________ Period of performance: 31 January 2018 “ 30 January 2019 Units to be serviced: a. Control Module: S/N: 211CM7989, ECN:123031 b. INCBN Modules: 1. S/N: 208IL8280, ECN: 123027 2. S/N: 211IL8409, ECN: 123026 3. S/N: 211IR9508, ECN: 123030 4. S/N: 212IL8442, ECN: 123028 5. S/N: 212IL8443, ECN: 123029 c. Observa RP5800, S/N: CZC2270LRH MFR: BIOMERIEUX INC STATEMENT OF WORK BacT/ALERT 3D 1200 SYSTEM WITH OBSERVA GENERAL REQUIREMENTS: The effort required here under 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 government owned BacT/ALERT 3D 1200 (Serial # 211CM7989; ECN 123031, Serial # 208IL8280; ECN 123027, Serial # 211IL8409; ECN 123026, Serial # 211IR9508; ECN 123030, Serial # 212IL8442; ECN 123028, Serial # 212IL8443; ECN 123029) and OBSERVA RP5800 (Serial # CZC2270LRH) 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, and to assure continued operation at their designed efficiency and capacity. LOCATION: Complex Testing Division, Laboratory Department, 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 FULL Y 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. 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. 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. 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 0700 to 1900 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 1900-0700, 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-18Hl Naval Medical Center San Diego, for Visitor Badges during the hours of 0700-1600, 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-18Hl 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) _MAR_ One (1) time per fiscal year (indicate month) ______ Two (2) times per fiscal year (December/June) ______ Four (4) times per fiscal year: December/March/June/September REPAIR: (Check One) ¬ ¬______ Monday - Friday, 0800-1600 __x___ Seven (7) days per week, 0700-1900 This solicitation incorporates the following FAR and DFARS Clauses/Provisions: 52.204-7 Central Contractor Registration (JUL 2003) 52.204-13 Central Contractor Registration “ Maintenance (JUL 2013) 52.212-1 Instruction to Offerors-Commercial Items (JUL 2013) 52.212-3 Offeror Representations and Certifications-Commercial Items (AUG 2013) 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders-Commercial Items (SEP 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 2013) 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note) 52.219-28 Post Award Small Business Program Representation (JUL 2003) 52.222-3 Convict Labor (June 2003) (E.O. 11755) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (E.O. 13126) 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) 52.222-48 Exemption from Application of Service Contract Act Provisions-Contractor Certification (FEB 2009) 52.222-51 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (NOV 2007) (41 351, et seq) 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (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 (JUL 2013) (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) 52.237-2 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) 252.232-7003 Electronic Submission of Payment Requests and Receiving 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 quotation 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 provisions 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 24 January 2014, 8:00 PM Local time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025914T0069/listing.html)
 
Place of Performance
Address: 34800 Bob Wilson Drive, San Diego, CA
Zip Code: 92134
 
Record
SN03271485-W 20140123/140121234221-cd2393ecd0ad530703fddc31abe582e1 (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.