MODIFICATION
J -- SERVICE REPAIR OF URETEROSCOPE
- Notice Date
- 5/27/2016
- Notice Type
- Modification/Amendment
- 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
- N00259-16-T-0139
- Archive Date
- 6/30/2016
- Point of Contact
- Reynaldo R. DeVera, Phone: 6195325564
- E-Mail Address
-
reynaldo.r.devera.civ@mail.mil
(reynaldo.r.devera.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The proposed contract action is for commercial item, which the Naval Medical Center San Diego intends to solicit this requirement as 100% small business set-aside. 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, N00259-16-T-0139 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.r.devera.civ@mail.mil or by facsimile at 619-532-5596, attention Rey 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 May 31, 2016 at 08:00 AM Pacific Standard Time to be considered responsive. CLIN 0001 URETEROSCOPES Serial Numbers: UR40754N; UR40775N; Model No. URT7000S QTY: 1 EA $________________. One time service repair to be provided for the two listed equipment in accordance with the Statement of Work. Period of Performance: 01-30 June 2016. 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, Biomedical Repair, 34800 Bob Wilson Drive, San Diego, CA 92134 The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-88 and DFARS Change Notice 20160510. 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) 52.212-1 Instruction to Offerors-Commercial Item (OCT 2015) 52.212-2 Evaluation-Commercial Items (OCT 2014) Factors shall be used to evaluate offers in the descending order: 1) Technical Capability 2) Price 52.212-3 Offeror Representations and Certification-Commercial Items (OCT 2015) 52.212-4 Contract Terms and Conditions--Commercial Items (MAY 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAR 2015) 52.219-6 Notice of Total small Business Set-Aside (NOV 2011) 52.219-28 Post Award Small Business Program Representative (JUL 2013) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (JUL 2013) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.203-7000 Requirement relating to Compensation of Former DoD Officials (SEP 2011) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (DEC 2015) 252.204-7012 Safeguarding Covered Defense Information and Cyber Indent Reporting 252.225-7001 Buy American And Balance Of Payment Program (NOV 2014) 252.225-7002 Qualifying Country Sources As Subcontractors (JON 2013) 252.225-7048 Export-Controlled Items (JUN 2013) 252.232-7003 Electronic Submission of Payments and Receiving Reports (JUN 2012) All responsible sources may submit a quotation which shall be considered by the agency. STATEMENT OF WORK 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: Contractor shall provide all services, materials, and equipment necessary for the one time repair of the Ureteroscopes, serial numbers UR40754N and UR40775N, model number URT-7000S, ensuring dependable and reliable equipment operation. LOCATION: 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 CORRECTIVE MAINTENANCE REQUIREMENTS: a. 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. The highest standard of professional capability and electrical/mechanical workmanship is to be maintained throughout the life of this contract. b. Equipment improvements/modifications will be conducted only after acquiring the approval from the Contracting Officer. c. Ensure that original design and functional capabilities will not be changed, modified, or altered unless the medical repair branch authorizes such changes. d. Provide suitable modern recommended equipment/tools required for the satisfactory execution of all tests required. TITLE TO EQUIPMENT: The government retains ownership to title of any equipment taken for Depot Level calibration. LIABILITY: a. 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. b. Contractor is responsible for any loss or damaged equipment upon leaving NMCSD to be calibrated. 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, and 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 ensure that all equipment needed to complete said calibrations is available. Also maintain replacement calibration parts and materials necessary to perform each calibration. LABOR: All compensation for labor from the hours of 0730-1700. Local PST Time is included in the contract price. Any labor performed outside of this timeframe is not included in the contract pricing. If service becomes necessary to be performed between 1700-0730, NMCSD Biomedical Repair Division shall be notified prior to performance. 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/her 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-16-T-0139/listing.html)
- Place of Performance
- Address: Naval Medical Center San Diego, Biomedical Repair, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
- Zip Code: 92134-5000
- Zip Code: 92134-5000
- Record
- SN04131749-W 20160529/160527234021-211a0f580a6dc3ade1df2b93a0448069 (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 |