Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2003 FBO #0653
SOLICITATION NOTICE

J -- service maintenance of Ultrasound Machines and Omniplane II transesophageal probe

Notice Date
9/9/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, Bldg 1 38400 Bob Wilson Drive, San Diego, CA, 92134-5000
 
ZIP Code
92134-5000
 
Solicitation Number
N00259-03-T-0117
 
Response Due
9/18/2003
 
Archive Date
10/3/2003
 
Point of Contact
Nick Delos Reyes, Purchasing Aagent, Phone 619-532-5289, Fax 619-532-5596,
 
E-Mail Address
nddelosreyes@nmcsd.med.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested. A written solicitation will not be issued. The solicitation, number N00259-03-T-0117, is issued for reference only. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-15. The contractor shall provide CLIN: 0001: On site full service and preventive maintenance contract on government owned equipment including all parts, labor, and transportation in accordance with the statement of work (SOW) with one Option Year. Sub CLIN??s: 0001AA. Ultrasound Machine, Model (including 3 tranducers), Model: M2424-25A SONOS 5500, S/N: 3728A01839, 0001AB Ultrasound Machine, Model (including 3 tranducers), Model: M2406A 000 SONOS 2500, S/N: 3510A01256, 0001AC Ultrasound Machine, Model (including 3 tranducers), Model: M2406A 000 SONOS 2500, S/N: 3527A01911, 0001AD Omniplane II Transesophageal Probe, 6.2/5.0 MHz, Model 21369A, 0001AE Omniplane II Transesophageal Probe, 6.2/5.0 MHz, Model 21367A. The manufacturer for all units is Hewlett Packard, Unit of Issue: Months, Quantity: 12 STATEMENT OF WORK WITH NO LOANER OPTION GENERAL REQUIREMENTS: The effort required hereunder shall be performed in accordance with this Statement of Work and in accordance with all other terms and conditions set forth herein. The contractor shall provide all services, materials and equipment necessary for the repair/service of Hewlett-Packard Cardiac Ultrasound equipment including Transducers and Transesophageal probes located in the Cardiology Division in Bldg. 3, 3rd floor of the Naval Medical Center, San Diego (NMCSD) 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. PREVENTIVE MAINTENANCE: ?hPerform service repair/maintenance to industry standards. ?hInsure 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, the contractor shall provide training certificates (or notarized copies) to the Medical Repair Branch for verification. The highest standard of professional capability and electrical/mechanica1 workmanship is to be maintained throughout the life of this contract. ?hMake repairs to the extent necessary (as determined by inspection tests or disassembly) to ensure a functional system that will efficiently serve its intended purpose. ?hCORRECTIVE MAINTENANCE: Correct inoperable condition in a timely manner with a response time of no later than 24 hours after telephone notification. Immediately upon contract award, the contractor will provide Medical Repair Branch an emergency telephone number. Contractor will response no later than 24 hours after telephone notification. ?hProvide 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. ?hEquipment improvements/modifications shall be made only upon Medical Repaair Branch written approval and direction. ?hNotify the Medical Repair Branch immediately upon receipt of OEM or replacement parts/equipment safety recalls notices. ?hInsure that original design and functional capabilities will not be changed, modified, or altered unless the Medical Repair Branch authorizes such changes. ?hProvide suitable OEM recommended repair equipment/tools required for the satisfactory execution of all repairs made. ?hFurnish manufacturer OEM approved lubricants and lubricate wear points within the equipment. ?hExtend to the Government all commercial warranties on replacement parts, consistent with standard industry practices. ?hMaintain an adequate spare parts inventory. 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, (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. 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. CONTRACTOR CHECK-IN/CHECK-OUT: The Contractor, or his representative, is required to report to the Medical Repair Branch for Visitor Badges during the hours of 0730 - 2000 hours, Monday through Friday, prior to and upon completion of any service/repair performed. FIELD SERVICE REPORTS: The contractor, or his representative shall furnish to; GABRIEL G. SANTOS Contract Administrator Naval Medical Center, San Diego Material Management Department Biomedical Engineering Branch Building 1, Ground Floor, Room GD-18H1 Phone: (619) 532-6320 Fax: (619) 532-8013 E-mail: ggsantos@nmcsd.med.navy.mil a legible copy of the Field Service Report upon completion of work performed. The contractor, or his representative, shall complete the Government copy of this Field Service Report to include the following: ?hDate and Time Notified Date and Time Arrival ?hECN (Equipment Control Number), Type, serial # and model # ?hTime expended repairing/servicing ?hDescription of malfunction ?hGeneral Description of replaced parts and service performed Comments as to cause of malfunction FIELD SERVICE REPORTS ARE REQUIRED PRIOR TO APPROVAL OF ALL INVOICES 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, the contractor shall maintain replacement repair parts and materials necessary to perform each repair or supply said parts and materials within one day. COMPENSATION: Labor: All compensation for labor is included in the contract price. 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 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. PREVENTIVE MAINTENANCE AND CORRECTIVE MAINTENANCE SCHEDULES Services will be required based upon the following schedules: PREVENTIVE MAINTENANCE: (Check One) ______ One (1) time per fiscal year ______________ ______ Two (2) times per fiscal year ________________ __X____ Four (4) times per fiscal year _______________ CORRECTIVE MAINTENANCE (Check One) ___X___ Monday - Friday, 0800-1700 hrs. ______ Seven (7) days per week, 24-hour coverage -End of Statement of Work- This solicitation incorporates the following FAR and DFARS Clauses/Provisions: 52.212-1 Instruction to Offerors-Commercial Items (Oct 2000), 52.212-3 Offeror Representations and Certifications-Commercial Items (2/00), 52.212-4 Contract Terms and Conditions-Commercial Items (May 2001), 52.212-5 Contract Terms and conditions Required to Implement Statutes or Executive orders-Commercial Items (2/00), with the following clauses incorporated by reference in paragraphs (a) 52.233-3 Protest after Award (31 U.S.C. 3553), (b) 52.222-3 Convict Labor (June 2003) (E.O. 11755), 52.222-21 Prohibition of Segregated Facilities ( Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veteran (38 U.S.C. 4212), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era(38 U.S.C. 4212), 52.222.36 Affirmative Action for Handicapped Workers (29 U.S.C 793), 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13121, and 13129), and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31U.S.C. 3332), 252.204-7004 Required Central Contractor Registration (3/98), 252.225-7002 Qualifying Country Sources as Subcontractors (12/91), 252.225-7009 Duty Free Entry Qualifying Country Supplies (End Products and Components)(3/98), 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.252-2 Clauses Incorporated By Reference (FEB 1998), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2000), with DFARS Clause 252.225-7001 Buy American and Balance of Payment program incorporated in reference (b), 52.232-18 Availability of Funds ( Apr 1984), 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, 252.225-7002 Qualifying Country Sources As Subcontractors, 252.232-7003 Electronic Submission of Payment Requests, 52.217-9 Option to Extend the Term of the Contract (Mar 2000), 52.222-48 Exemption From Application of Service Contract Act Provisions For Contracts for Maintenance, Calibration, and/or Repair of Certain Information Information Technology, Scientific and Medical and/or Office and Business Equipment-Contractor Certification (Aug 1996), 52.252-1 Solicitation Provision Incorporated by Reference (Feb 1998). Quotations will be evaluated based on technical capability and price. Offeror must provide the Unit, and extended amount of the base year and the option year. Offeror must complete and submit with their quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (2/00), Contractor must be registered to the Central Contractor Registration (CCR) prior to award. The website address for CCR registration is www.ccr.gov. The offer due date is close business on 18 September 2003. POC: Nick Delosreyes at 619-532-5289, Fax number: 619-532-5596 or 6697.
 
Record
SN00430246-W 20030911/030909213459 (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.