Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2012 FBO #3760
SOLICITATION NOTICE

J -- Preventive Maintenance/Service Agreement for Medtronic 560 Bio-Console

Notice Date
3/9/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
N00259 NAVAL MEDICAL CENTER SAN DIEGO MATERIAL MANAGEMENT 34800 Bob Wilson Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025912T0696
 
Response Due
3/13/2012
 
Archive Date
4/14/2012
 
Point of Contact
Material Management - Acquisition 619-532-8110 Deadrick Robinson
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial service with the intent to award on a Full and Open Competition Basis. NOTE: Vendors must be an approved authorized vendor to work on Medtronic 560 Bioconsole. Potential awardees must specific test equipment required to do service on the 560 Bioconsole. Prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisitions Procedures for commercial items found at FAR 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number is N00259-09-T-0696. The closing date is March 13, 2012 at 10:00AM Eastern Standard Time. This requirement is for Preventive Maintenance/Agreement for Medtronic 560 Bio-Console located in the CT Department, Naval Medical Center San Diego (NMCSD). This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-55. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. Both clauses and provisions may be accessed in full test at www.acquisition.gov and www.acq.osd.mil/dpap/dfar/index.htm. The NAICS code 811310. This is a competitive, nonrestricted action. Naval Medical Center San Diego request responses from qualified sources capable of providing the following: On-Site full service maintenance/repair to be initiated for the listed Government-owned equipment including all parts, labor, transportation, and unlimited maintenance calls, corrective and preventive in accordance with the attached Statement of Work (SOW) with the Period of Performance: 15 Mar 2012 “ 31 Jan 2016. Manufacturer: MEDTRONIC, INC Base Year plus 3 Option Years. CLIN 0001: Extended Service Agreement for Medtronic 560 BIOCONSOLE; S/N: 560B100574; Qty: 0001: U/I: YEAR, U/P: ____________. Period of Performance: 15 Mar 12 “ 28 Feb 13 CLIN 0002: Extended Service Agreement for Medtronic 370 BIO-CAL TEMP CONTROLLER; S/N: AK1430; Qty: 0001: U/I: YEAR, U/P: ____________. Period of Performance: 15 Mar 12 “ 28 Feb 13 CLIN 0003: Extended Service Agreement for Medtronic TX-50 FINAL ASSY; S/N: E6312; Qty: 0001: U/I: YEAR, U/P: ____________. Period of Performance: 15 Mar 12 “ 28 Feb 13 CLIN 0004: Extended Service Agreement for Medtronic DRIVE MOTOR; 540T W; S/N: 0292; Qty: 0001: U/I: YEAR, U/P: ____________. Period of Performance: 15 Mar 12 “ 28 Feb 13 CLIN 0005: Extended Service Agreement for Medtronic HANDCRANK 150; S/N: H0387; Qty: 0001: U/I: YEAR, U/P: ____________. Period of Performance: 15 Mar 12 “ 28 Feb 13 CLIN 0006: Extended Service Agreement for Medtronic 560 BIOCONSOLE INT; S/N: 560U100586; Qty: 0001: U/I: YEAR, U/P: ____________. Period of Performance: 15 Mar 12 “ 28 Feb 13 Option Year 1: March 1, 2013 thru February 28, 2014 Price for one year; U/P: _____________ Option Year 2: March 1, 2014 thru February 28, 2015 Price for one year; U/P: ______________ Option Year 3: March 1, 2015 thru February 28, 2016 Price for one year; U/P: _______________ The following FAR provisions and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration (APR 2008) 52.204-10 Reporting Executive Compensation and First “Tier Subcontract Awards (JULY 2010) 52.211-6 Brand Name or Equal (AUG 1999) 52.212-1 Instruction to Offerors-Commercial Item (APR 2008) 52.212-2 Evaluation-Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certification-Commercial Items (MAY 2008) 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2007) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAR 2007) 52.222-3 Convict Labor (JUN 2007) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2006) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (APR 2002) 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (SEP 2006) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) 52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair Of Certain Equipment Certification (NOV 2007) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.232-36 Payment by Third Party (MAY 1999) 52.233-3 Protest After Award (AUG 1996) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 252.204-7004 Alternate A, Central Contractor Registration (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 Payments Program (JAN 2009) 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payment Request (MAY 2007) Quotations will be evaluated based on Technical capability, Emergency repair service after-hour, and price. Technical capability and Emergency repair service after-hour when combined is more important than price. Award will be made on an œall or none  basis. The government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2005). Offeror must be registered to the Central Contractor Registration (CCR) prior to award. The website address is www.ccr.gov A Dunn and Bradstreet number is required to register. E-mail your quote to Deadrick Robinson on or before close of business 13 March 2012. Phone Number: 619-532-8106; E-mail: deadrick.robinson@med.navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025912T0696/listing.html)
 
Place of Performance
Address: 34800 Bob Wilson Drive, San Diego, CA
Zip Code: 92134
 
Record
SN02693261-W 20120311/120309235159-e62fc3db6008b27c2c71e54e746851b4 (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.