Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2002 FBO #0201
SOLICITATION NOTICE

J -- service / maintenance contract on one government owned Siemens Multi-star angio machine. Contract is for a base year and four option years

Notice Date
6/19/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024402T0874
 
Response Due
7/8/2002
 
Archive Date
8/7/2002
 
Point of Contact
Jessica Dunker 619-532-2588 Contract Specialist @619-532-2588
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov/ for more information. This procurement is unrestricted; all responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested. Solicitation number / RFQ N00244-02-T-0874 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil . This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-04 and DFAR Change Notices effective through 01/29/02. The standard industrial code is 7629 (NAICS 811219) and the business size standard is $5 million. The agency need is for a service / maintenance contract for a government owned Siemens Multi-star angio machine. This requirement is for a fixed priced contract for a base year and four option years. Line Item 0001: service / maintenance contract on a Siemens Multi-Star Angio machine, S/N: 7101241, located at the Naval Hospital San Diego CA. Contract shall include x-ray tube coverage, image intensifier coverage and complete glassware coverage. Statement of work is as follows: NO LOANER OPTION GENERAL REQUIREMENTS: The effort required hereunder should be performed in accordance with this Statement of Work and in accordance with all other terms and conditions as set forth herein. The contractor shall provide all services, materials and equipment necessary for the repair/service of SIEMENS MULTI-STAR ANGIO MACHINE located in the Radiology Department Naval Medical Center, San Diego (NMCSD) to ensure dependable and reliable operation of the equipment. The scope of work performed under these specifications includes the furnishing of all labor, equipment, materials and parts to perform all repairs on equipment listed, to assure continued operation at their designed efficiency and capacity. THE CONTRACTOR SHALL PERFORM THE FOLLOWING FUNCTIONS: ?Perform service 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 servic e schools for the above mentioned equipment, shall be employed in the performance of any and all work performed under this contract. Upon request, the Medical Repair Branch will provide the certificates or notarized copies for verification. The highest standard of professional capability and electrical/mechanical 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. ?Correct inoperable condition in a timely manner with a response time of no later than 2 hours after telephone notification, to a monitored contractor emergency telephone number to be provided by the contractor to Medical Repair Branch and Acquisitions Division immediately upon contract award. ?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 on written approval and direction of the Medical Repair Branch. ?Notify the Medical Repair Branch immediately upon receipt of OEM or replacement parts/equipment safety recalls notices. ?Ensure that original design and functional capabilities will not be changed, modified, or altered unless the Medical Repair Branch authorizes such changes. ?Provide suitable modern 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 or replacement parts , consistent with standard industry practices. ?Maintain an adequate spare parts inventory on parts with a history of high failure/replacement rates. 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, (electrical power, compressed air, and water) that is 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. FIELD SERVICE REPORTS: The contractor or his representative is required to report to the Medical Repair Branch during the hours of 0730-2200 Monday through Friday, prior to and upon completion of any service/repair performed. The contractor or his representative shall furnish to the Medical Repair Branch a legible copy of the Field Service Report upon completion of work performed. The contractor or his representative shall complete the Government cop y of this Field Service Report by including the following: ?Date and Time Notified Date and Time Arrival ?BCN, Type, serial # and model # of equipment ?Time spent repairing/servicing ?Description of malfunction ?General Description of replaced parts and service performed Comments as to cause of malfunction 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 downtime to equipment, the contractor shall maintain replacement repair parts and materials necessary to perform each repair or supply said parts and materials within (1) one day. COMPENSATION: Labor: All compensation for labor is included in the contract price. Parts and materials: All compensation for parts and m aterials 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. Services will be required based upon the following schedules: PREVENTIVE MAINTENANCE: Four (4) times per fiscal year (Actual months of service to be designated by NMCSD Medical Repair Branch after contract award) CORRECTIVE MAINTENANCE Monday - Friday, 0800-1700 hrs. Seven (7) days per week, 24-hour coverage The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended w arranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the following addendum clause: FAR 52.211-5, Material Requirements. FAR 52.232-18, Availability of Funds, 52.232-19, Availability of Funds for the Next Fiscal Year, and 52.217-8, Option to Extend Services applies as well. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212- 7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. In addition NAVSUP 5252.215-9402, Notice to Prospective Offerors, and 5252.215-9403, Additional Evaluation Factors - Contractor Evaluation System, Red / Yellow / Green Program applies. Note : The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompa ny your quote. Quotes must be received no later than 3:00 PM, local time on 07-08-02, and will be accepted via fax (619-532-2347) or via e-mail (jessica_e_dunker@sd.fisc.navy.mil). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher.
 
Web Link
click here to download a hard copy of the RFQ
(http://www.neco.navy.mil)
 
Record
SN00096204-W 20020621/020619213838 (fbodaily.com)
 
Source
FedBizOpps.gov 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.