Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2015 FBO #5049
SOLICITATION NOTICE

J -- Intermec Printer Maintenance Service Agreement

Notice Date
9/18/2015
 
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-0348
 
Archive Date
10/8/2015
 
Point of Contact
Kevin W. Knapp, Phone: 6195325944
 
E-Mail Address
kevin.w.knapp.civ@mail.mil
(kevin.w.knapp.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
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 negotiate a Firm Fixed Price (FFP) contract, utilizing procedures under FAR part 13, for Commercial Items as described in the schedule below. 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-0348 is issued as a Request for Quotation (RFQ). The closing date is 23 September 2015 at 06:00 AM Pacific Standard Time. 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 these addresses: www.acq.osd.mil/dpap/dars/dfars/index; www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 311919; Size: 500. Intermec Printer Maintenance Service Agreement Base Year CLIN 0001 - 1 Year 2 Day Onsite Service: In Accordance with the Statement of Work Period of Performance is 01 October 2015 through 30 September 2016 Unit of Issue: 1 Year Unit Price: $_______ Total CLIN Price: $_____ Option Year One CLIN 1001 - 1 Year 2 Day Onsite Service: In Accordance with the Statement of Work Period of Performance is 01 October 2016 through 30 September 2017 Unit of Issue: 1 Year Unit Price: $_______ Total CLIN Price: $_____ Option Year Two CLIN 2001 - 1 Year 2 Day Onsite Service: In Accordance with the Statement of Work Period of Performance is 01 October 2017 through 30 September 2018 Unit of Issue: 1 Year Unit Price: $_______ Total CLIN Price: $_____ Option Year Three CLIN 2001 - 1 Year 2 Day Onsite Service: In Accordance with the Statement of Work Period of Performance is 01 October 2018 through 30 September 2019 Unit of Issue: 1 Year Unit Price: $_______ Total CLIN Price: $_____ Option Year Four CLIN 2001 - 1 Year 2 Day Onsite Service: In Accordance with the Statement of Work Period of Performance is 01 October 2019 through 30 September 2020 Unit of Issue: 1 Year Unit Price: $_______ Total CLIN Price: $_____ STATEMENT OF WORK INTERMEC TECHNOLOGIES SERVICE MAINTENANCE GENERAL REQUIREMENTS: The effort required hereunder 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 all Intermec Technologies printers located at various locations in San Diego California See list below: 19921221531/PX4C010000000020, 19921221533PX4C010000000020, 19921221551/PX4C010000000020, 19921221552/PX4C010000000020, 19921221553/PX4C010000000020, 19921221555/PX4C010000000020, 19921221556/PX4C010000000020, 19921221557/PX4C010000000020, 19921221558/PX4C010000000020, 19921221559/PX4C010000000020, 19921221560/PX4C010000000020, 19921221584/PX4C010000005030 20921221537/PX4C010000000020, 20921221538/PX4C010000000020, 20921221540/PX4C010000000020, 20921221541/PX4C010000000020, 20921221542/PX4C010000000020, 20921221543/PX4C010000000020 20921221544/PX4C010000000020, 20921221547/PX4C010000000020, 31100704583/PX4B010000300020 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. LOCATION: Branch Medical and Outpatient Clinic, 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 0800-1700, Monday through Friday, prior to and upon completion of any service/repair performed. Vendor is responsible for obtaining Rapid Gate pass. 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 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: December/March/June/September REPAIR: (Check One) ___X___ Monday - Friday, 0800-1600 _______ Seven (7) days per week, 24-hour coverage *End Statement of Work* 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 and 52.222-48 Exemption from Application of Service Contract Act Provisions-Contractor Certification. 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. Electronic submission of Quotes: Quotations shall be submitted electronically by email to kevin.w.knapp.civ@mail.mil or by facsimile at 619-532-5944, Attention: Kevin W. Knapp. Email submissions are limited to 2MB. The submitter should confirm receipt of email submissions. This solicitation incorporates the following FAR and DFARS Clauses/Provisions: 52.204-7 SYSTEM FOR AWARD MANAGEMENT (JULY 2013) 52.204-13 SYSTEM FOR AWARD MANAGEMENT (JULY 2013) 52.212-1 Instruction to Offerors-Commercial Items (APR 2014) 52.212-2, Evaluation - Commercial Items (JAN 1999), 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 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 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) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) 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 (19 U.S.C. 3805 note)) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (June 2003) (E.O. 11755) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (Mar 2007)) (E.O. 11246) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C 793) 52.222-50 Combating Trafficking in Persons (MAR 2015) (22 U.S.C.) 52.223-18 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) 52.232-18 Availability of Funds (APR 1984) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013) (31U.S.C. 3332) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/VFFARa.htm (End of provision) 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) 52.217-6 OPTION FOR INCREASED QTY 52.232-18 Availability of Funds (APR 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation --- (service On-Site) 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 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (AUG 2015) 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (DEC 2013) 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/force_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 2015 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-15-T-0348/listing.html)
 
Place of Performance
Address: 34800 Bob Wilson Dr., San Diego, California, 92134, United States
Zip Code: 92134
 
Record
SN03893419-W 20150920/150918235341-b629c193856271b30205f3d31a882da0 (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.