Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2002 FBO #0287
SOLICITATION NOTICE

J -- Maintenance Service for Government Owned Baker APS Drug-O-Matic Machines

Notice Date
9/13/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244, FISC San Diego, Code 240, 937 North Harbor Drive, San Diego, CA 92132
 
ZIP Code
92132-0212
 
Solicitation Number
N0024402T1753
 
Response Due
9/23/2002
 
Archive Date
10/23/2002
 
Point of Contact
LT Fred Dini 619-532-3955 LT Fred Dini Phone: 619-532-3955 Fax: 619-532-2347 E-mail: frederick_m_dini@sd.fisc.navy.mil
 
E-Mail Address
Click her eto contact LT Dini to submit proposal or for more information about this solicitation.
(frederick_m_dini@sd.fisc.navy.mil)
 
Description
FISC San Diego is announcing its issuance of a Request for Proposals (RFP) for Procurement of Maintenance Service for Government Owned Baker APS Drug-O-Matic Machines. This is a synopsis for commercial supplies/services prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number RFQ N00244-02-T-1753 applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-09 and Defense Acquisition Circular 91-13. This announcement is published as an unrestricted action. This procurement is unrestricted; all responsible sources may submit an offer. The standard industrial code is 7352; the NAICS co de is 532490. The business size standard is $6.0 million. This requirement is for a fixed priced contract with a base year plus four option years. THE AGENCY NEED IS FOR: CLIN 0001: Base Year: One (1) year, Maintenance service for two (2) government-owned Baker APS Drug-O-Matic Model 200 machines, located in Branch Medical Clinic, Yuma, AZ, for the period 01 Oct 2002 through 30 Sep 2003. CLIN 0002: Base Year: One (1) year, Maintenance service for nine (9) government-owned Baker APS Drug-O-Matic Model 200 machines, located in Pharmacy Dept., Naval Hospital, Camp Pendleton, CA, for the period 01 Oct 2002 through 30 Sep 2003. CLIN 1001: Option Year One: One (1) year, Maintenance service for two (2) government-owned Baker APS Drug-O-Matic Model 200 machines, located in Branch Medical Clinic, Yuma, AZ, for the period 01 Oct 2003 through 30 Sep 2004. CLIN 1002: Option Ye ar One: One (1) year, Maintenance service for nine (9) government-owned Baker APS Drug-O-Matic Model 200 machines, located in Pharmacy Dept., Naval Hospital, Camp Pendleton, CA, for the period 01 Oct 2003 through 30 Sep 2004. CLIN 2001: Option Year Two: One (1) year, Maintenance service for two (2) government-owned Baker APS Drug-O-Matic Model 200 machines, located in Branch Medical Clinic, Yuma, AZ, for the period 01 Oct 2004 through 30 Sep 2005. CLIN 2002: Option Year Two: One (1) year, Maintenance service for nine (9) government-owned Baker APS Drug-O-Matic Model 200 machines, located in Pharmacy Dept., Naval Hospital, Camp Pendleton, CA, for the period 01 Oct 2004 through 30 Sep 2005. CLIN 3001: Option Year Three: One (1) year, Maintenance service for two (2) government-owned Baker APS Drug-O-Matic Model 200 machines, located in Branch Medical Clinic, Yuma, AZ, for t he period 01 Oct 2005 through 30 Sep 2006. CLIN 3002: Option Year Three: One (1) year, Maintenance service for nine (9) government-owned Baker APS Drug-O-Matic Model 200 machines, located in Pharmacy Dept., Naval Hospital, Camp Pendleton, CA, for the period 01 Oct 2005 through 30 Sep 2006. CLIN 4001: Option Year Four: One (1) year, Maintenance service for two (2) government-owned Baker APS Drug-O-Matic Model 200 machines, located in Branch Medical Clinic, Yuma, AZ, for the period 01 Oct 2006 through 30 Sep 2007. CLIN 4002: Option Year Four: One (1) year, Maintenance service for nine (9) government-owned Baker APS Drug-O-Matic Model 200 machines, located in Pharmacy Dept., Naval Hospital, Camp Pendleton, CA, for the period 01 Oct 2006 through 30 Sep 2007. NOTE TO OFFERORS: All offerors must be Original Equipment Manufacturer (OEM) authorized maintenance service represent atives. All bids must include certification of such authorization. STATEMENT OF WORK: 1. The contractor shall furnish labor and replace all defective parts, excluding filters, adjust and repair machines necessary for proper operation of each machine. 2. Services will be performed onsite by trained and certified technicians qualified to work on these machines. No piece of equipment will be removed from either the Naval Hospital, Camp Pendleton or Branch Clinic, Yuma AZ without written authorization from the Head of the Pharmacy of the Plant Account Clerk or the Branch Clinic in Yuma. 3. The contractor shall perform two (2) preventive maintenance inspections during each base year or option period. These inspections shall be determined by the contractor and exact times and dates will be coordinated with the Head, Pharmacy Department, and Head of the Branch Medical Clinic in Yuma AZ. 4. The contractor shall provide unlimited emergency services during normal working hours, 0830 to 1700 Monday through Friday – holidays and overtime excluded. Overtime work (after 1700, weekends and holidays) is NOT provided under the terms of this contract. If overtime is necessary, it will be covered under a separate purchase order and will be at the prevailing company rate. 5. The contractor shall provide a loaner machine in all cases of emergency where it is necessary to return a unit to the factory for repair, and a service representative is unable to provide field service. 6. Billing to be in arrears. 7. Persons authorized to make calls against this contract are: Head of Pharmacy Department or designated representative; Head Branch Clinic Yuma AZ or designated representative; M. Brown, Lead Purchasing Agent; J. Clark, Purchasing Agent; E. Gabut, Pu rchasing Agent. EQUIPMENT LOCATIONS AND POC'S: All equipment listed in CLINS 0001, 1001, 2001, 3001, and 4001 is located at the Branch Medical Clinic, Bldg 1175, Marine Corps Air Station, Yuma, AZ 85365; the Point of Contact at this location is HM2 Millstead, phone number 928-269-3186, or LT Young, 928-269-2765. All equipment listed in CLINS 0002, 1002, 2002, 3002, and 4002 is located at the Pharmacy Department, Code 05D, Naval Hospital Box 555191, Camp Pendleton, CA 92055-5191; the Point of Contact at this location is Stacey Willbarger, phone number 760-725-1454. Inspection and acceptance shall be made at destination by the government. PROVISION: 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 ex tended warranties, offered to the general public. Express warranties shall be included in the contract. ADDENDUM TO FAR 52.212-1: FAR 52.215-5, Facsimile Proposals. 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. PROVISION: 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable, the offeror must furnish product literature th at demonstrates the products offered meet all requirements stated in this solicitation. PROVISION: Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. CLAUSE: 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the following addendum clauses: FAR 52.232-18, Availability of Funds; FAR 52.232-19, Availability of Funds for the Next Fiscal Year; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.217-5, Evaluation of Options; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; FAR 52.222-48, Exemption from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific, and Medical and/or Office and Business Equipment –Contractor Certification. CLAUSE: 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 52.219-14, Limitations on Subcontracting; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; 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; FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-34, Payment by Electronic Funds Transfer--Oth er than Central Contractor Registration. PROVISION: 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; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.247-7024, Notification of Transportation of Supplies by Sea. ADDENDUM TO DFARS 252.212-7001: The following provisions are hereby incorporated by reference or full text as appropriate: DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7035, Buy American Act and Balance of Payment Program Certificate. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING DOCUMENTS WITH THEIR PROPOSALS: (1) FAR 52.212-3, Offeror R epresentation and Certifications - Commercial Items; (2) DFARS 252.225-7035, Buy American Act and Balance of Payment Program Certificate; (3) Certification that the company service representatives are OEM-authorized maintenance service representatives; and (4) Certification that the company service representatives are OEM-authorized maintenance service representatives.. NUMBERED NOTES: See Numbered Note (13). NOTE ON CLAUSES: The full text of the Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.deskbook.osd.mil under "Reference Library." INFORMATION ON QUOTES: 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) Co mpany'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 and DFARS certifications and representations specified above must also accompany your quote. Quotes must be received no later than 12:00 PM, local time, 9/23/02, and will be accepted via fax (619-532-2347) or via e-mail (frederick_m_dini@sd.fisc.navy.mil). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher. Contact LT Fred Dini for more information regarding this solicitation at 619-532-3955.
 
Web Link
Click here to download all FAR and DFARS clauses.
(http://www.eps.gov/spg/USN/NAVSUP/200/N0024402T1753/listing.html)
 
Record
SN00165755-F 20020915/020913220439 (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.