Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2015 FBO #5033
SOLICITATION NOTICE

65 -- Service Maintenance of Candela Lasers - Sole Source Jistification

Notice Date
9/2/2015
 
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-0321
 
Archive Date
10/1/2015
 
Point of Contact
Elizabeth Sanders, Phone: 6195328097
 
E-Mail Address
elizabeth.n.sanders.civ@mail.mil
(elizabeth.n.sanders.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source Justification from end user. NOTICE TO CONTRACTOR 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 solicitation has been prepared with the intent to award a Firm Fixed Price (FFP) contract, utilizing procedures under FAR part 13, for Commercial Servivces as described in the schedule below. The proposed contract action is for Service Maintenance of Candela Lasers. Naval Medical Center San Diego intends to solicit this requirement on a sole source basis to Candela Corporation, 530 Boston Post Rd, Wayland, MA 01778, 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 Candela Corporation lack of any other responsible source able to fully maintain these lasers and provide the necessary parts on demand. This is due to the complexity of the software and hardware components as well as the difficulty of other vendors to obtain the required parts as needed. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number N00259-15-T-0321 is issued as a Request for Quotation (RFQ). This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-83. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address: http://farsite.hill.af.mil/VFFARa.htm. The North American Industry Classification System (NAICS) Code for this acquisition is 811219; Size standard: $20,500.00. SERVICE ADDRESS: Naval Medical Center San Diego, 34800 Bob Wilson Dr., Dermatology, Material Management BIOMED Repair Department, Building 1, Ground Floor, Room GD-18H, San Diego, CA 92134-5000 The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value 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 ability of the products to meet the salient characteristics needed. FACTOR 2: Past Performance Provide one (1) references with the Point of contact, telephone number, address, and contract number, that you have provided the same or similar services within the last 3 years. FACTOR 3: Price; the government shall conduct a price evaluation of all technically acceptable offers with acceptable delivery schedules. Technical Capability and Past Performance, when combined, are significantly more important than price. Contractors who do not meet both of the first 2 factors will not undergo a price evaluation. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotations FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (APR 2012). The provision 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 elizabeth.n.sanders.civ@mail.mil or by facsimile at 619-532-5596, Attention: Elizabeth Sanders. Email submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before 16 September 2015, 1:00 PM Pacific Daylight Time to be considered responsive. CLIN 0001, Service Maint. Candela Laser Systems Info Only Service and maintenance to be provided on the following Candela Laser systems in accordance with the Statement of Work. Additional coverage for replacement items as indicated in the line items Total CLIN Price: $___________ SUB CLIN 0001AA, Candela Alex S/N: 0669 ECN: 033559 Included in package: Replacement fiber (1) and Replacement hand piece (1) QTY: One (4), Unit of Issue: Quarter Time Unit Price: $___________ Total CLIN Price: $___________ SUB CLIN 0001AB, Candela Alex Trivantage S/N: 0451 ECN: 111278 Included in package: Replacement delivery system (1) QTY: One (4), Unit of Issue: Quarter Time Unit Price: $___________ Total CLIN Price: $___________ SUB CLIN 0001AC, Candela VBEAM S/N: 0331 ECN: 036008 Included in package: Replacement delivery system (1), Replacement slider (1) and Replacement windows (1) QTY: One (4), Unit of Issue: Quarter Time Unit Price: $___________ Total CLIN Price: $___________ SUB CLIN 0001AD, Candela VBEAM S/N: 1248 ECN: 111276 Included in package: Replacement delivery system (1), Replacement slider (1) and Replacement windows (1) QTY: One (4), Unit of Issue: Quarter Time Unit Price: $___________ Total CLIN Price: $___________ SUB CLIN 0001AE, Candela VPYAG S/N: 0283 ECN: 038012 Included in package: Replacement delivery system (1), Replacement slider (1) and Replacement windows (1) QTY: One (4), Unit of Issue: Quarter Time Unit Price: $___________ Total CLIN Price: $___________ SUB CLIN 0001AF, Candela Gentlemax S/N: 0780 ECN: 111277 Included in package: Replacement delivery system (1), Replacement slider (1) and Replacement windows (1) QTY: One (4), Unit of Issue: Quarter Time Unit Price: $___________ Total CLIN Price: $___________ This solicitation incorporates the following FAR and DFARS Clauses/Provisions: 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.204-7 Central Contractor Registration (FEB 2012) 52.204-13 Central Contractor Registration - Maintenance (JUL 2013) 52.212-1 Instruction to Offerors-Commercial Items (APR 2014) 52.212-2, Evaluation - Commercial Items (JAN 1999), 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2015) 52.212-4 Contract Terms and Conditions-Commercial Items (DEC 2014) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders-Commercial Items (MAR 2015) 52.219-28 Post Award Small Business Program Representation (APR 2012) 52.222-3 Convict Labor (JUN 2007) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JAN 2006) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2002) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)(E.O. 13513) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 252.203-7998 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2015-O0010)(FEB 2015) 52.222-50 Combating Trafficking in Persons (MAR 2015) (22 U.S.C.) 52.232-18 AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/VFFARa.htm (End of clause) 252.203-7999 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-O0010)(FEB 2015) 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (NOV 2013) 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (DEC 2013) 252.225-7001 Buy American and Balance of Payment Program(DEC2012)(41U.S.C. chapter 83, E.O. 10582 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003) 252.232-7003 Electronic Submission of Payment Requests and Receiving Report (MAR 2008) (10U.S.C. 2227 NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011) (a) In accordance with CNICNOTE 5530 dated May 2, 2011, NCACS credentialing should be established in order to avoid unnecessary delay at military installation entry control points (ECP). (b) NCACS guidance for Vendors/Contractors to obtain a pass is accessible through the following website: http://www.cnic.navy.mil/regions/cnrsw/installations/navbase_san_diego/om/forfo_protection/rapid_gate.html, and popular links. For more information or to enroll in the NCACS Program, call: 1.877.727.4342. For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653 (c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP. AVAILABILITY OF FISCAL YEAR 2016 FUNDS. THE GOVERNMENT OBLIGATION MADE HEREUNDER IS CONTINGENT UPON THE ENACTMENT OF THE FISCAL YEAR 2016 APPROPRIATION ACT. THIS ORDER IS ISSUED SUBJECT TO THE 2016 DOD APPROPRIATION ACT OR AN EXTENDED FISCAL YEAR 2015 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. STATEMENT OF WORK CANDELA LASERS: ALEX /ALEX TRIVANTAGE/VBEAM PERFECTA (2)/VPYAG/GENTLE MAX SYSTEMS SERVICE MAINTENANCE 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: Candela Alex: SN: 0669 ECN: 033559 Candela Alex Trivantage: SN: 0451 ECN: 111278 Candela VBEAM: SN: 0331 ECN: 036008 Candela VBEAM: SN: 1248 ECN: 111276 Candela VPYAG: SN: 0283 ECN: 038012 Candela Gentlemax: SN: 0780 ECN: 111277 LOCATION: Dermatology, Material Management BIOMED Repair Department, Building 1, Ground Floor, Room GD-18H, 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 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. 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 Monday-Friday, hours of 0800-1600. 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. 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 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 0800-1600. 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 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 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-18H1 Naval Medical Center San Diego, for Visitor Badges during the hours of 0800-1600, 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 N00259-13-P-0538 Page 9 of 21 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 _________________________________ __ X__ Two (2) times per fiscal year _________________________________ ______ Four (4) times per fiscal year: December/March/June/September REPAIR: (Check One) ___X___ Monday - Friday, 0800-1600 _______ Seven (7) days per week, 24-hour coverage
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-15-T-0321/listing.html)
 
Place of Performance
Address: Naval Medical Center San Diego, 34800 Bob Wilson Dr., Dermatology, Material Management BIOMED Repair Department, Building 1, Ground Floor, Room GD-18H, San Diego, California, 92134, United States
Zip Code: 92134
 
Record
SN03868833-W 20150904/150903000522-403c7af437817398ead46dfd4db011f2 (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.