Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2011 FBO #3557
SOLICITATION NOTICE

J -- STERRAD STERILIZER SERVICE MAINTENANCE

Notice Date
8/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
N00259 NAVAL MEDICAL CENTER SAN DIEGO MATERIAL MANAGEMENT 34800 Bob Wilson Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025911T0481
 
Response Due
8/29/2011
 
Archive Date
9/30/2011
 
Point of Contact
Rey de Vera 619-532-5564
 
Small Business Set-Aside
N/A
 
Description
The proposed contract action is for commercial item, which the Naval Medical Center San Diego intends to solicit this requirement on a sole source basis to ETHICON, INC. under the authority of Far 13.106-1 (b). 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, N00259-11-T-0481 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 339112. All interested bidders shall submit quotations electronically by email to reynaldo.devera@med.navy.mil or by facsimile at 619-532-5596, attention Reynaldo 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 29 August 2011, 4:00 PM Pacific Standard Time to be considered responsive. CLIN 0001 Service Maintenance of Sterrad 100 Sterilizer S/N: 10101005839 QTY 1 Yr $_______ Period of Performance: 01 October 2011 thru 30 September 2012 CLIN 0002 Service Maintenance of Sterrad 100 Sterilizer S/N: 10101005840 QTY 1 Yr $_______ Period of Performance: 01 October 2011thru 30 September 2012 CLIN 0003 Service Maintenance of System Sterrad NX Sterilizer S/N: 100330604690 QTY 1 Yr $_______ Period of Performance: 01 October 2011 thru 30 September 2012 Under the authority of FAR 13.106-1(b), sole source justification is based on Ethicon, Inc. (J&J Healthcare System) being the manufacturer hold the proprietary specifications to provide maintenance and repair of these units. Contractor must be registered to the Central Contractor Registration (CCR) prior to award. The website address for CCR registration is www.ccr.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 Hospital One Boone Road, Bremerton, WA 98312-1898 The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-50 and DFARS Change Notice 20110304. This acquisition incorporates the following FAR clauses: 52.204-7 Central Contractor Registration (APR 2008) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL2010) 52.212-1 Instruction to Offerors-Commercial Item (JUN 2008) 52.212-3 Offeror Representations and Certification--Commercial Items (MAY 2011) 52.212-4 Contract Terms and Conditions--Commercial Items (JUN 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAY 2011) 52.219-28 Post Award Small Business Program Representative (APR 2009) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JUL 2010) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222.36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEP 2010) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.232-18 Availability of Funds (APR 1984) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.204-7003 Control of Government Personnel Work Product (APR1992) 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alt A (SEP 2007) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) 252.225-7001 Buy American Act and Balance of Payment Program (JAN 2009) 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) All responsible sources may submit a quotation which shall be considered by the agency. NOTE: THIS ORDER IS SUBJECT TO AVAILABILITY OF FY-2012 FUNDS. THE GOVERNMENT OBLIGATION MADE HEREUNDER IS CONTINGENT UPON THE ENACTMENT OF THE FY-2012 DOD APPROPRIATION ACT OR AN EXTENDED FY-2011 CONTINUING RESOLUTION ACT AND IS SUBJECT TO ALL PROVISIONS OF WHICHEVER ACT BECOMES APPLICABLE. AVAILABILITY OF FISCAL YEAR 2012 FUNDS THE GOVERNMENT OBLIGATION MADE HEREUNDER IS CONTINGENT UPON THE ENACTMENT OF THE FISCAL YEAR 2012 APPROPRIATION ACT. THIS ORDER IS ISSUED SUBJECT TO THE 2012 DOD APPROPRIATION ACT OR AN EXTENDED FISCAL YEAR 2011 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. STATEMENT OF WORK MEDICAL EQUIPMENT SERVICE MAINTENANCE 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. vendor. shall provide all services, materials and equipment necessary for the repair/preventive maintenance of Johnson & Johnson Health Care System (Sterrad) Sterrad Sterilizer Serial # 1010005839 and Serial # 10101005840 and the Sterrad NX Sterilizer Serial # 10033060469 located in the Central Sterile Supply (CSSR) Department, Naval Hospital, Bremerton, WA (NHB)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. Repair means any (a) modification, adjustment, or replacement of the hardware that corrects a malfunction by bringing the hardware into material conformity with the technical specifications for the hardware or (b) a procedure or routine that, when observed in the regular operation of the hardware, avoids the material adverse effect of the applicable nonconformity. NHB PREVENTIVE MAINTENANCE REQUIREMENTS: Perform service repair/preventive 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 service schools for the above-mentioned equipment, shall be employed in the performance of any and all work performed under this contract. Upon request, vendor 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. 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 and in compliance with federal, state and local regulations. Installation of system update changes to resolve specific product reliability problems. Hardware and software upgrades, defined as those changes that enhance or add product features, are not included. vendor shall perform all scheduled preventive maintenance as agreed upon during initial Contact with the Contract Administrator. NHB REPAIR REQUIREMENTS: NHB Biomedical Engineering will provide the initial assessment. 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 upon Medical Repair Branch written approval and direction. Notify the Medical Repair Branch immediately upon receipt of OEM or Replacement parts/equipment safety recalls notices. Insure that original design and functional capabilities will not be changed, modified, or altered unless the Medical Repair Branch authorizes such changes. Provide suitable OEM 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 on replacement parts, consistent with standard industry practices. TRAVEL AND RELATED EXPENSES: vendor shall be responsible for its service related trip expenses including round trip travel, mileage, and overnight living expenses. RESPONSE TIME: vendor shall use commercially reasonable efforts to: Respond by telephone to any report of a malfunction requiring repair within one hour of notification by NHB. Provide on-site support within 24 hours of notification by NHB personnel. TITLE TO EQUIPMENT: vendor shall not assume possession or control of any part of the equipment. The Government retains ownership to title thereof. LIABILITY: vendor 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: vendor may use Government utilities, (e.g., electrical power, compressed air, and water) which are available and required for any service performed under this contract. The building engineer, to ensure compatibility with the Naval Hospital Bremerton s electrical wiring and equipment, must approve contractor electrical equipment. ACCESS TO EQUIPMENT: vendor 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: NHB 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, vendor shall maintain replacement repair parts and materials necessary to perform each repair or supply said parts and Materials within____1__ day. COMPENSATION: LABOR: All compensation for labor 7:30am 5:00pm Local PST Time) is included in the contract price. Any labor performed outside of this timeframe is not included in the contract pricing. If services becomes necessary to be performed beyond 5:00pm, NHB 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 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. CONTRACTOR CHECK-IN/CHECK-OUT: vendor is required to report to the Medical Repair Branch building 87 for signing in at the LOG BOOK during the hours of 7:30am 16:00pm, Monday through Friday, prior to and upon completion of any service/repair performed. FIELD SERVICE REPORTS: vendor, at Check-In shall pick-up a Government Field Report (Form USNH Brem 6700/83)(7-05). vendor, shall furnish to the Duty Staff or: Rondel Carlos, HMC Service Contract Technical Support Naval Hospital Bremerton, Bremerton WA Biomedical Engineering Branch Building 87 Phone: (360) 475-4537 Fax: (360) 475-4132 E-mail: Rodel.Carlos@med.navy.mil a completed Government Field Service Report (Form USNH Brem 6700/83) upon completion of work performed prior to checking-out. The contractor, or his representative, shall complete the Government Field Service Report (Form USNH Brem 6700/83) to include the following: Contractor Name, Technician s Printed Name and Telephone Number, Signature Date and Time of Arrival ECN (Equipment Code Number) and Serial Number Time expended repairing/servicing; Labor Hours, Rate, and Materials Summary of work performed and accepted by end-user(Government Representative s Printed Name and Signature) COMPLETED FIELD SERVICE REPORTS ARE REQUIRED PRIOR TO ACCEPTANCE OF ANY INVOICE PREVENTIVE MAINTENANCE AND REPAIR SERVICES SCHEDULES SERVICES SHALL BE REQUIRED BASED UPON THE FOLLOWING AGREED SCHEDULES: PREVENTIVE MAINTENANCE MODEL 100s: (Check One) ___ One (1) time per fiscal year__________________ _X__Two (2) times per fiscal year ____Four (4) times per fiscal year_____/_____/_____/_____ REPAIR: (Check One) ____Monday - Friday, 0800-1700 hrs. __X__Seven (7) days per week, 24-hour coverage Telephone Technical Support: __X__Seven (7) days per week, 24-hour coverage CONTRACTOR POINT OF CONTACT (POC): __________________________________________ (Contractor/Dispatcher/Customer Service) Telephone Number: __________________________FAX : _____________________ E-Mail: ______________________________________ Contractors performing maintenance services on government-owned equipment shall complete and return this FSR to the Duty Staff in the Med Repair Division. CONTRACTOR NAME: ____________________________________________ 1.1.1 1.1.2TECHNICIAN/TEL NO. _____________________________________________ CONTRACT NO:__________________________________________________ ECN: ___________________________SN: __________________________ (Attach company FSR to this government form if necessary) 1.1.2.1.1EQUIPMENT NOMENCLATURE: ____________________________________ (Use continuation sheet if necessary) 1.2 REPAIR PREVENTIVE MAINTENANCE WORK SUMMARY: ________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ 1.3 1.4SERVICE START DATE: _____________ SERVICE END DATE: _____________ 1.4.1.1REPAIRS Only authorized government official shall approve all repairs to government-owned equipment prior to any repair work. Repair work performed by the contractor without this approval shall be processed as an unauthorized commitment. Repair Cost Estimate: Labor Hours:____________________Material Costs: __________________ 2Grand Total: ____________________ Labor Rate: _____________________ Services Accepted by Govt Representative: __________________________ _____________________ _________ PRINT NAME SIGNATURE DATE Invoices without field service reports may be delayed and/or rejected by the government. USNH BREM 6700/83 (7-05)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025911T0481/listing.html)
 
Record
SN02541650-W 20110821/110819235132-257379f421c415ca1d9c9517433946ef (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.