Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 03, 2014 FBO #4696
SOLICITATION NOTICE

J -- SERVICE MAINTENANCE

Notice Date
10/1/2014
 
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, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
 
ZIP Code
92134-5000
 
Solicitation Number
N00259-15-T-0003
 
Archive Date
12/31/2014
 
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 commercial item, which the Naval Medical Center San Diego intends to solicit this requirement on a sole source basis to Olympus America Inc. under the authority of Far 13.106-1 (b) (1) (i). 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, N00259-15-T-0003 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 October 9, 2014 at 4:00 pm Pacific Standard Time to be considered responsive. Full Service and preventive maintenance to be provided for the listed equipment in accordance with the statement of work. (SOW). Period of Performance: October 15, 2014 - October 14, 2015 CLIN 0001 Gastro Scopes QTY: 13 EA $______________ CLIN 0002 EUS Scopes QTY: 5 EA $______________ CLIN 0003 Colonoscopes QTY: 18 EA $______________ CLIN 0004 TJF-160VF QTY: 1 EA $______________ CLIN 0005 TJF-Q180V QTY: 2 EA $______________ CLIN 0006 Electronics QTY: 13 EA $______________ CLIN 0007 CF-HQ190L QTY: 3 EA $______________ CLIN 0008 GIF-1TQ160 QTY: 2 EA $______________ CLIN 0009 GIF-HQ190 QTY: 2 EA $______________ CLIN 0010 GIF-XTQ160 QTY: 1 EA $______________ CLIN 0011 GIF-2TH180 QTY: 1 EA $______________ CLIN 0012 Pre-Effective Date Repairs QTY: 1 EA $______________ Under the authority of FAR 13.106-1(b) (1) (i), sole source justification is based on Olympus America Inc. being the sole manufacturer for these products and the only company that can provide OEM parts for service and repair to include prevention maintenance to meet factory specification. Contractor must be registered to the System for Award 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, Loading Dock 1, 34800 Bob Wilson Drive, San Diego, CA 92134 The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-76 and DFARS Change Notice 20140805. 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 in descending order: 1) Technical Capability; 2) Price 52.212-3 Offeror Representations and Certification--Commercial Items (NOV 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 (JAN 2014) 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 (JAN 2014) 52.222-26 Equal Opportunity (MAR 2007) 52.222.36 Equal Opportunity 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 - System for Award Management (JUL 2013) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.225-7001 Buy American And Balance of Payments Program (DEC 2012) 252.225-7002 Qualifying Country Sources As Subcontractors (DEC 2012) 252.232-7003 Electronic Submission of Payment Requests (JUN 2012)) THIS ORDER IS SUBJECT TO AVAILABILITY OF FY 2015 FUNDS. THE GOVERNMENT OBLIGATION MADE HEREUNDER IS CONTINGENT UPON THE ENACTMENT OF THE FY 2015 DOD APPROPRIATION ACT OR AN EXTENDED FY 2015 CONTINUING RESOLUTION ACT AND IS SUBJECT TO ALL PROVISIONS OF WHICHEVER ACT BECOMES APPLICABLE. All responsible sources may submit a quotation which shall be considered by the agency. STATEMENT OF WORK MEDICAL EQUIPMENT SERVICE MAINTENANCE WITH NO LOANER OPTION GENERAL REQUIREMENTS: 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. The Contractor shall provide all services, materials and equipment necessary for the preventive maintenance of the listed models of Olympus scopes and equipment located in the Gastroenterology 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. MODEL # SERIAL # MODEL # SERIAL # MODEL # SERIAL # CF-H180AL 2106243 GIF-Q180 2808703 CV-180 7103009 CF-H180AL 2106325 GIF-XTQ160 2100756 OEV-261H 7128883 CF-H180AL 2106331 GIF-1TQ160 2102418 OEV-261H 7128894 CF-H180AL 2106237 GIF-2TH180 2000206 OEV-261H 7128911 CF-H180AL 2106338 GF-UE-160-AL5 360 1111902 OEV-261H 7128928 CF-H180AL 2106336 GF-UE-160-AL5 1811077 OEV-261H 7129276 PCF-H180AL 2109329 GF-UCT180 1110368 GF-UCT180 7410334 PCF-H180AL 2109330 GF-UC140P-AL5 1910720 CF-H180AL 2002260 PCF-H180AL 2109002 1TQ160 2403084 CF-H180AL 2002263 PCF-Q180AL 2808135 CF-HQ190L 2417676 CF-H180AL 2806510 PCF-Q180AL 2808137 CF-HQ190L 2417668 CF-H180AL 2909888 TJF-160VF 2802293 CF-HQ190L 2417673 CF-H180AL 2909884 TJF-Q180V 2102082 GIF-HQ190 2416392 CF-H180AL 2909883 TJF-Q180V 2102065 GIF-HQ190 2416434 GIF-H180 2901801 GIF-H180J 2104654 CLV-180 7112023 CF-H180AL 2909913 GIF-H180J 2104655 CLV-180 7112175 GIF-XP180N 2000260 GIF-H180J 2104657 CLV-180 7112176 GIF-H180 2901715 GIF-H180J 2104650 CLV-180 7112247 GIF-H180 2901726 GIF-H180J 2104661 CV-180 7103103 GIF-H180 2901781 GIF-H180J 2104659 CV-180 7103130 GIF-XP180N 2100807 CV-180 7103131 "Repair" means any (a) modification, adjustment, or replacement of the hardware that corrects a malfunction by bringing the hardware into material conformity with the technical specifications for the hardware or (b) a procedure or routine that, when observed in the regular operation of the hardware, avoids the material adverse effect of the applicable nonconformity. NMCSD PREVENTIVE MAINTENANCE REQUIREMENTS: • 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. Upon request, The Contractor shall provide training certificates (or notarized copies) to the Medical Repair Branch for verification. The highest standard of professional capability and electrical/mechanica1 workmanship is to be maintained throughout the life of this contract. • 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. • Installation of system update changes to resolve specific product reliability problems. Hardware and software upgrades, defined as those changes that enhance or add product features, are not included. • The Contractor shall perform all scheduled preventive maintenance as agreed upon during initial Contact with the Contract Administrator. NMCSD REPAIR REQUIREMENTS: • NMCSD Biomedical Engineering will provide the initial assessment. • 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. • Equipment improvements/modifications shall be made only upon Medical Repair Branch written approval and direction. • Notify the Medical Repair Branch immediately upon receipt of OEM or Replacement parts/equipment safety recalls notices. • Insure that original design and functional capabilities will not be changed, modified, or altered unless the Medical Repair Branch authorizes such changes. • Provide suitable OEM recommended repair equipment/tools required for the satisfactory execution of all repairs made. • Furnish manufacturer OEM approved lubricants and lubricate wear points within the equipment. • Extend to the Government all commercial warranties on replacement parts, consistent with standard industry practices. TRAVEL AND RELATED EXPENSES: • The Contractor shall be responsible for its service related trip expenses including round trip travel, mileage, and overnight living expenses. RESPONSE TIME: The Contractor shall use commercially reasonable efforts to: • Respond by telephone to any report of a malfunction requiring repair within one hour of notification by NMCSD. • Provide on-site support within 24 hours of notification by NMCSD personnel. TITLE TO EQUIPMENT: The 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) 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. ACCESS TO EQUIPMENT: The 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, The Contractor shall maintain replacement repair parts and materials necessary to perform each repair or supply said parts and Materials within__5__ day. COMPENSATION: LABOR: 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 5:00pm, 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 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. CONTRACTOR CHECK-IN/CHECK-OUT: The Contractor is required to report to the Medical Repair Branch for Visitor Badges during the hours of 7:30am - 5:00pm, Monday through Friday, prior to and upon completion of any service/repair performed. FIELD SERVICE REPORTS: The Contractor, at Check-In shall pick-up a Government Field Report (Form NMCSD 6700/83)(7-05). The Contractor shall furnish to the Duty Staff or: HM1 Chester Lapid Contract Administrator Naval Medical Center, San Diego Biomedical Engineering Branch Building 1, Ground Floor, Room GD-18H1 Phone: (619) 532-5191 Fax: (619) 532-8013 E-mail: chester.lapid@med.navy.mil a completed Government Field Service Report (NMCSD 6700/83) upon completion of work performed prior to checking-out. The contractor, or his representative, shall complete the Government Field Service Report (NMCSD 6700/83) to include the following: • Contractor Name, Technician's Printed Name and Telephone Number, Signature • Date and Time of Arrival • ECN (Equipment Code Number) and Serial Number • Time expended repairing/servicing; Labor Hours, Rate, and Materials • Summary of work performed and accepted by end-user(Government Representative's Printed Name and Signature) COMPLETED FIELD SERVICE REPORTS ARE REQUIRED PRIOR TO ACCEPTANCE OF ANY INVOICE PREVENTIVE MAINTENANCE AND REPAIR SERVICES 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 __ _ _ __ ___ Four (4) times per fiscal year _____/_____/_____/_____ REPAIR: (Check One) _ X___ Monday - Friday, 0800-1700 hrs. __ __ Seven (7) days per week, 24-hour coverage CONTRACTOR POINT OF CONTACT (POC): __________________________________________ (Contractor/Dispatcher/Customer Service) Telephone Number: __________________________FAX : _____________________ E-Mail: ______________________________________ Naval Medical Center San Diego Field Service Report (FSR) Contractors performing maintenance services on government-owned equipment shall complete and return this FSR to the Duty Staff in the Med Repair Division. CONTRACTOR NAME: ____________________________________________ • • TECHNICIAN/TEL NO. _____________________________________________ CONTRACT NO: __________________________________________________ ECN: ___________________________ SN: __________________________ (Attach company FSR to this government form if necessary) • EQUIPMENT NOMENCLATURE: ____________________________________ (Use continuation sheet if necessary) •  REPAIR  PREVENTIVE MAINTENANCE WORK SUMMARY: ________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ • • SERVICE START DATE: _____________ SERVICE END DATE: _____________ • REPAIRS Only authorized government official shall approve all repairs to government-owned equipment prior to any repair work. Repair work performed by the contractor without this approval shall be processed as an unauthorized commitment. Repair Cost Estimate: Labor Hours:____________________ Material Costs: __________________ • Grand Total: ____________________ Labor Rate: _____________________ Services Accepted by Govt Representative: __________________________ _____________________ _________ PRINT NAME SIGNATURE DATE Invoices without field service reports may be delayed and/or rejected by the government. NMCSD 6700/83 (7-05)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-15-T-0003/listing.html)
 
Record
SN03539173-W 20141003/141001234430-2fb4cf4cb64ac90bebca103520a5d607 (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.