Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2014 FBO #4705
SOLICITATION NOTICE

65 -- Patient Monitoring System MSA

Notice Date
10/10/2014
 
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-0022
 
Archive Date
11/1/2014
 
Point of Contact
Kevin W. Knapp, Phone: 6195325944
 
E-Mail Address
kevin.knapp@med.navy.mil
(kevin.knapp@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The proposed contract action is for Patient Monitoring system service maintenance. The Naval Medical Center San Diego intends to solicit this requirement on a sole source basis to Philips Electronics North America Corporation; 3000 Minuteman Rd MS 0077, Andover, MA, 01810-1032 under the authority of Far 13.106-1(b)(1). Justification: Under the authority of FAR 13.106-1(b)1, Sole source justification is based on Philips Electronics North America Corporation is the sole manufacturer and provider of certified maintenance for their proprietary items. No other company can provide the needed service. This is a solicitation for Services, prepared in accordance with the format in FAR subpart 12.6, using Simplified Acquisition procedures for commercial items found in FAR 13, 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-0022 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 811219. Size $20.5M All interested bidders shall submit quotations electronically by email to Kevin.Knapp@med.navy.mil or by facsimile at 619-532-5596, attention Kevin W. Knapp. E-mail submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before 17 October 2014, 08:00AM Pacific Daylight Time to be considered responsive. CLIN 0001: 1 Year Maintenance Service Agreement for Invivo Expression. MRI patient vital signs monitoring system: ECN: 119065 SN: US 13303449 As per the Statement of Work Unit Price $_______________ CLIN 0002: 1 Year Maintenance Service Agreement for Invivo Expression. MRI patient vital signs monitoring system: ECN: 119069 SN: US 13303313 As per the Statement of Work Unit Price $_______________ CLIN 0003: 1 Year Maintenance Service Agreement for Invivo Expression. MRI patient vital signs monitoring system: ECN: 119066 SN: US 13303462 As per the Statement of Work Unit Price $_______________ CLIN 0004: 1 Year Maintenance Service Agreement for Invivo Expression. MRI patient vital signs monitoring system: ECN: 119067 SN: US 13303463 As per the Statement of Work Unit Price $_______________ CLIN 0005: 1 Year Maintenance Service Agreement for Invivo Expression. MRI patient vital signs monitoring system: ECN: 119062 SN: US 13303375 As per the Statement of Work Unit Price $_______________ CLIN 0006: 1 Year Maintenance Service Agreement for Invivo Expression. MRI patient vital signs monitoring system: ECN: 119063 SN: US 13303376 As per the Statement of Work Unit Price $_______________ CLIN 0007: 1 Year Maintenance Service Agreement for Invivo Expression. MRI patient vital signs monitoring system: ECN: 119061 SN: US 13303373 As per the Statement of Work Unit Price $_______________ CLIN 0008: 1 Year Maintenance Service Agreement for Invivo Expression. MRI patient vital signs monitoring system: ECN: 119064 SN: US 13303405 As per the Statement of Work Unit Price $_______________ CLIN 0009: 1 Year Maintenance Service Agreement for Invivo Expression. MRI patient vital signs monitoring system: ECN: 119068 SN: US 13303464 As per the Statement of Work Unit Price $_______________ CLIN 0010: 1 Year Maintenance Service Agreement patient monitoring system: ECN: 103092 SN: 441301 As per the Statement of Work Unit Price $_______________ CLIN 0011: 1 Year Maintenance Service Agreement patient monitoring system: ECN: 037455 SN: 00330 As per the Statement of Work Unit Price $_______________ CLIN 0012: 1 Year Maintenance Service Agreement patient monitoring system: ECN: 109468 SN: 42276 As per the Statement of Work Unit Price $_______________ CLIN 0013: 1 Year Maintenance Service Agreement patient monitoring system: ECN: 113092 SN: 42438 As per the Statement of Work Unit Price $_______________ CLIN 0014: Anesthetic Agent: As per the Statement of Work Unit Price $_______________ 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. Contractor shall provide all services, materials and equipment necessary for the repair/preventive maintenance of x-ray equipment ECN: 119061; 119062; 119063; 119064; 119065; 119066; 119067; 119068; 009069; 103092; 037455; 109468 and 113092 located in MRI suite in the Radiology 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. "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, CONTRACTOR Medical System 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. • 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: • 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: • Respond by telephone to any report of a malfunction requiring repair within one hour of notification by NMCSD, Monday - Friday 0800-1700. • Provide on-site support within 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: 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: 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: 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 1 business day. LABOR: All compensation for labor (0800 through 1700 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 1700, 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 acquire a RAPID GATE PASS. 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 Medical Repair Branch for Visitor Badges during the hours of 0800 - 1700, 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 SERVICES SCHEDULES SERVICES SHALL BE REQUIRED BASED UPON THE FOLLOWING AGREED SCHEDULES: PREVENTIVE MAINTENANCE: (Check One) __ X___ One (1) time per fiscal year AUGUST 2015_________ __ ___ 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 Emergency Dept X-ray unit 24/7 Service Maintenance coverage; ECN: 32500 CONTRACTOR POINT OF CONTACT (POC): __________________________________________ (Contractor/Dispatcher/Customer Service) Telephone Number: __________________________FAX : _____________________ E-Mail: ______________________________________ *End Statement of Work* 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 2005-76. It is the contractors' 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 Central Contractor Registration (FEB 2012). 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), The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance: FACTOR 1: Technical Capability defined as the contractors' ability to have the knowledge with Infant Security systems and the working experience, and understanding of the Performance Work Statement and necessary to provide the requested items and services for the governments' 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. Technical capability and past performance, when combined, are significant evaluation factors that will be most advantageous to the Government. Contractors who do not meet both of the first two 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). 52.222-3 Convict Labor (JUN 2003). 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (MAR 2012). 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). 52.232-18 Availability of Funds (APR 1984) 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). Availability of Fiscal Year 2015 Funds. The government obligation made hereunder is contingent upon the enactment of the fiscal year 2015 appropriation act. This order is issued subject to the 2015 DOD appropriation act or an extended fiscal year 2014 continuing resolution act and is subject to all provisions of whichever act becomes applicable. The clause 52.232-18 referenced herein applies to this contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-15-T-0022/listing.html)
 
Place of Performance
Address: 34800 Bob Wilson Dr, San Diego, California, 92134, United States
Zip Code: 92134
 
Record
SN03548349-W 20141012/141010233735-2ffc95cc62fcb67acd11ed328bc12656 (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.