SOLICITATION NOTICE
20 -- Hospital Bed Repairs
- Notice Date
- 8/31/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC East - Norfork, Virginia, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N40442-12-T-7664
- Archive Date
- 9/25/2012
- Point of Contact
- Efrem Mason, Phone: 757-443-5958
- E-Mail Address
-
efrem.mason@navy.mil
(efrem.mason@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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. The solicitation number is N40442-12-T-7664, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, effective 18 May 2012. NAICS code 339113 applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a sole source firm fixed price purchase order for USNS COMFORT for the following services: The requested period of performance for the below service is 10 September - 24 September 2012. Place of Performance: onboard USNS COMFORT, Baltimore, MD This SOW describes the roles and responsibilities of a Hill Rom Rep with providing the required materials/parts and performing required repairs and maintenance procedures on Hill-Rom Hospital Beds. Tasks: CLIN 0001. A Hill-Rom Rep shall provide all materials and parts listed in the Material Order Request CLIN 0002. A Hill Rom Rep shall conduct all required repairs and maintenance procedures. The Contractor will specify labor hours required and contractor based on diagnostics performed. Provide labor cost estimate, broken down by each unit as follows: Equipment Serial Number Estimated Labor Hours Estimated Labor Cost M161AD1953 L273AD5346 M161AD1954 F054AM9122 F062AM9295 F062AM9368 F062AM9292 F044AM8895 F048AM8981 F062AM9291 F061AM9266 F064AM9356 F061AM9393 F061AM9269 F061AM9265 F048AM8982 F061AM9272 Material Order Request: LI P/N DESC QTY U/PRICE EXT PRICE 1. 136003 FOOTBOARD 2 2. 69581 END CAPS 1 3. 70740 DOWN PEDAL 7 4. 70898 DOWN PEDAL LABEL 7 5. 69843S SIDERAILS 2 6. 69798PL SIDERAILS 2 7. 69790PL SIDERAILS 2 8. 69838PL SIDERAILS 2 9. 7015401 SIDEPANELS 2 10. 7015402 SIDEPANELS 2 11. 1384375 FOOT SECTION ASSY 1 12. 13416613 POWER CORD 1 13. 127892 LEFT INTER SIDERAIL 1 14. 1340S048S BASE FRAME WELDMENT 1 15. 6957148S BRAKE PEDAL 1 16. 70778 STEER PEDAL 1 17. 70779 STEER PEDAL 1 18. 70780 STEER PEDAL 1 19. 70781 STEER PEDAL 1 20. 139120 FOOT ART VALVE 1 21. 14013701 MATTRESS TICKING 1 22. 4714111S GCI 1 23. 471430301S LEFT PUSH HANDLE 1 24. 472803 BED EXIT PANEL/LABEL 1 25. 146220 BED EXIT PANEL/LABEL 1 26. 143725 BED EXIT PANEL/LABEL 1 27. 66290S STEPPER MOTORS TFM 2 28. 4714301S INFUSION PUMP HOLDER 2 29. P1923BM07 FOOT BOARD 1 30. 4733601 POWER CORD 1 31. 47147103S SIDERAIL ASSY 1 32. 49461 FOOTBOARD SOCKET 1 33. 3071301 FOOT BOARD PIN 1 34. 156403 FOOT BOARD MICRO SW 1 35. 6458248S P1921BM07 1 36. 64571 INTAKE COVER 1 37. 64570 INTAKE COVER 1 38. P1921BM07HEADBOARD 1 39. 471430301S PUSH HANDLES 1 40. 471430302S PUSH HANDLES 1 41. 4714301S INFUSION PUMP HOLDERS 2 42. 47244PLS LEFT INTER SIDERAIL 1 43. 4950948S HEAD LIFT ARMS 2 44. 4720148S FOOT SLEEP DECK 1 45. 4733601 POWER CORD 1 46. P1923BM07 FOOTBOARD 1 47. 139120 FOOT ARTICULATION VLV 1 48. 4714301S INFUSION PUMP HOLDER 2 49. 144543 FOOT BLADDER 1 50. 3071301 BRAKE SWITCH 1 51. 4714301S INFUSION PUMP HOLDER 2 52. 6858PC BRAKE ROD 1 53. 47274PLS BENT RT HEAD 2 54. 68873 INTERMEDIATE SIDERAIL 2 55. 4040501 BATTERY 1 56. 6723 INSTALL DAMPER 1 57. 4733601 POWER CORD 1 58. 4714301S INFUSION PUMP HOLDER 2 59. P1923BM07 FOOTBOARD 1 60. 471430301S LEFT PUSH HANDLE 1 61. 65579948 HEAD FRAME 1 62. 6899101S RETRACTING ARM 1 63. 6899102S RETRACTING ARM 1 64. 4911648 WEIGH FRAME 1 65. 4733601 POWER CORD 1 66. 4714301S INFUSION PUMP HOLDER 2 67 49461 FOOTBOARD SOCKET 2 68. 3071301 FOOTBOARD MICRO SW 1 69. 156403 FOOTBOARD PIN 1 70. 3071301 BRAKE SWITCH 1 71. 6458248S INTAKE MUFFLER WELD 1 72. 64571 INTAKE MUFFLER WELD 1 73. 64570 INTAKE MUFFLER WELD 1 74. 49168 BASE COVER 1 75. 64581 BASE COVER 1 76. 62024 BASE COVER 1 77. 62025 BASE COVER 1 78 49492101 BASE COVER 1 79. 4950948S LIFT ARM 1 80. SA1751 HYD MANIFOLD 1 81. 4714301S INFUSION PUMP HOLDER 2 82. 43455 HUBS 1 83. 14013701 MATTRESS TICKING 1 84. 4840501 BATTERY 1 85. P1923BM07 FOOTBOARD ASSY 1 86. 49461 FOOTBOARD SOCKET 1 87. 4733601 POWER CORD 1 88. 47274PLS LEFT HEAD SIDERAIL 1 89. 69078PL LEFT HEAD SIDERAIL 1 90. 4727102PL LEFT HEAD SIDERAIL 1 91. 68873 LEFT HEAD SIDERAIL 2 92. 4728503 BED EXIT PANEL 1 93. 146220 BED EXIT PANEL 1 94. 143725 BED EXIT PANEL 1 95. 4733601 POWER CORD 1 96. 49461 FOOTBOARD SOCKET 2 97. 47274PLS BENT SIDERAIL 1 98. 69078PL BENT SIDERAIL 1 99. 4727102PL BENT SIDERAIL 1 100. 62753 BENT SIDERAIL 1 101. 144543 FOOT BLADDER 1 102. 43455 FOOTBOARD HIBS 2 103. 4714301S INFUSION PUMP HOLDER 2 104. 131920 FOOT ART VALVE 1 105. 66290S STEPPER MOTORS TFM 4 106. 4733601 POWER CORD 1 107. 49461 FOOTBOARD SOCKET 2 108. 3071301 FOOTBOARD PIN 1 109. 156403 FOOTBOARD MICRO SW 1 Government's Responsibilities 1. Coordinate date of inspection, service, and maintenance. 2. Provide necessary documents to allow access to ship. The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, https://www.acquisition.gov.) 52.212-3 ALT II Offeror Representations and Certifications -- Commercial Items. 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (over 25k) 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K) 52.219-28 Post-Award Small Business Program Representation. 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.222-41 Service Contract Act 52.222-42 Statement of Equivalent Rates for Federal Hires (only used when 52.222-41 applies) 52.215-5 Facsimile Proposals: (757) 443-5982 52.222-50 Combating Trafficking in Persons 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 52.233-4 Applicable Law for Breach of Contract Claim.-sol and contracts 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-3 Alterations in Solicitation 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Required Central Contractor Registration. Alternate A; 252.204-7008 Export-Controlled Items 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.211-7003 Item Identification and Valuation; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7001 Buy American Act--Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 10 September 2012 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to efrem.mason@navy.mil or faxed via 757-443-5982 Attn: Efrem Mason. Please reference the solicitation number on your quote. MSFSC INVOICE INSTRUCTIONS FOR SHIPPING CHARGES At the time of invoice, a shipping receipt must be provided to substantiate shipping or freight charges greater than $25.00. 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the ``Web Based Training'' link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). (Contracting Officer: Insert applicable document type(s). Note: If a ``Combo'' document type is identified but not supportable by the Contractor's business systems, an ``Invoice'' (stand-alone) and ``Receiving Report'' (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. (Contracting Officer: Insert inspection and acceptance locations or ``Not applicable.'') (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC Issue By DoDAAC Admin DoDAAC Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (*Contracting Officer: Insert applicable DoDAAC information or ``See schedule'' if multiple ship to/acceptance locations apply, or ``Not applicable.'') (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the ``Send Additional Email Notifications'' field of WAWF once a document is submitted in the system. (Contracting Officer: Insert applicable email addresses or ``Not applicable.'') (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. (Contracting Officer: Insert applicable information or ``Not applicable.'') (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. MSC WIDE AREA WORKFLOW (WAWF) INSTRUCTIONS (APR 2012) To implement DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008), Military Sealift Command (MSC) utilizes Wide Area WorkFlow (WAWF) to electronically process vendor requests for payment. This application allows DoD vendors to submit and track Invoices and Receipt/Acceptance documents, if applicable, electronically. The Contractor is required to utilize this system when processing invoices and receiving reports, if applicable, under this contract/order, unless an exception at DFARS 252.232-7003(c) applies. The Contractor shall: (i) ensure an Electronic Business Point of Contact is designated in Central Contractor Registration (CCR) at http://www.ccr.gov. (ii) register to use WAWF at the https://wawf.eb.mil site, within ten (10) calendar days after award of this contract or modification. Step by step procedures to register are available at the https://wawf.eb.mil site. (iii) ensure review of the MSC WAWF Vendor Guide, available at the MSC site http://www.procurement.msc.navy.mil under the references section. In the event you have WAWF questions, contact the MSC WAWF point of contact (POC) at MSCHQ_WAWF@navy.mil. NOTE: The POC identified above is for WAWF issues only. Any other contracting questions/problems should be addressed to the Contracting Officer or other person identified in the contract to who questions are to be addressed. The Contractor is directed to use the Commercial Invoice format when processing invoices and receiving reports, if applicable. 0 This contract/order DOES require submission of Material Inspection and Receiving Reports (MIRR) DFARS Clause 252.246-7000; therefore, the vendor IS required to process receiving reports in WAWF under this contract/order. 1 This contract/order does NOT require submission of Material Inspection and Receiving Reports (MIRR) DFARS Clause 252.246-7000; therefore, the vendor is NOT required to process receiving reports in WAWF under this contract/order. The information contained in the table below is for WAWF purposes only. If any information included in these instructions, e.g., Ship to DoDAAC, contradicts information elsewhere in this contract, those other terms shall take precedence for any matter other than invoicing and receiving reports, if applicable. When entering the invoice into WAWF, the Contractor shall fill in the following DoDAAC fields or DoDAAC extensions exactly as shown in the table below. Fields that should not be filled in when entering the invoice into WAWF will be indicated below with the direction, "Leave Blank." WAWF Routing Table Contract Number To Be Determined Delivery Order To Be Determined Cage Code/Ext To Be Determined Pay DoDAAC N40442 Issue Date To Be Determined Admin By DoDAAC N40442 Issued By DoDAAC N40442 Ship To Code/Ext N62387 Ship From Code/Ext Leave Blank LPO DoDAAC Leave Blank Acceptor Email Address Leave Blank Inspect By DoDAAC/Ext Leave Blank In some situations the WAWF system will pre-populate the "Pay DoDAAC," "Admin By DoDAAC" and "Issue By DoDAAC." The Contractor shall verify that those DoDAACs automatically entered by the WAWF system match the information in the table above. If these DoDAACs do not match, then the Contractor shall correct the field(s). If Receiving Reports are required, ensure that the "Inspection" and "Acceptance" defaults of "destination" for both fields are not changed in the WAWF online interface. The CLINs on the WAWF invoice shall be entered exactly as set forth in the contract document including CLIN number (e.g. 0001), Quantity (may be adjusted for actual quantity or dollar value delivered and invoiced), and Unit Price (e.g. $1.00). The dollar amounts on each CLIN or SubCLIN on the WAWF invoice shall reflect final performance values, but in no instance can the dollar amount for each CLIN or SubCLIN exceed what is specified in the contract document. The Contractor shall bill to the lowest level, e.g., the SubCLIN level. The Quantity and Unit of Measure fields must be filled out exactly as indicated in the CLINs and SubCLINs to reduce the possibility of the invoice being delayed or rejected during processing. Before closing out of an invoice session in WAWF, but after submitting the document or documents, the Contractor will be given the option to send additional email notifications by clicking on the "Send More Email Notifications" link that appears on the page. The Contractor shall click on this link and add the acceptor's/receiver's email address in the first email address block and add any other additional email addresses desired in the following blocks. This additional notification to the Government is important to ensure the acceptor/receiver is aware that the invoice documents have been submitted into the WAWF system. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price. SHIP & BASE ACCESS Vendors are responsible for correctly submitting forms/applications. Vendors are encouraged to monitor email using "Request a Read Receipt" function and to confirm receipt of facsimile transmissions. Due to enhanced security measures, ship and base access is required for pre-award ship visits (e.g. ship-check) and for contract performance. Specifically the following permissions are required: 1. El Paso Intelligence Center (EPIC) personnel screening requirement 2. Base/Repair Facility Access Request 3. Vehicle Access Request 4. Ship Access List (vendor-provided) All forms are available for download on the MSC contracts webpage at http://www.msc.navy.mil. Click on "Contracts" in the upper right corner. "EPIC template" is under "Reference" subheading. Click on "Online Library of Common Documents" for all other forms. EPIC: Required for access to MSC vessels. Complete EPIC form strictly adhering to format requirements and forward to (CONUS East Coast repairs) MSFSC(underscore)EPIC(underscore)EAST@navy.mil and (CONUS West Coast and HI repairs) MSC.SSUSD.EPIC@NAVY.MIL. EPIC personnel screening requests are desired seven calendar days prior to performance start date. Requests will be managed as expeditiously as circumstances permit. Vendor will be notified by MSFSC of personnel who are denied access to the vessel. Base/Repair Facility Access: Permit is required to access Navy facilities. Base/Repair Facility Access Request is desired seven days prior to ship check or performance start date. Submit forms per the document instruction and to the Port Engineer. A courtesy copy (CONUS West Coast performance locations only) to Ermanno Magliulo, Engineering Director, at ermanno.magliulo@navy.mil will be appreciated. RAPIDGate® is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico. Vendor is responsible to acquire RAPIDGate® status and destination base individual access badge(s) activation prior to performance start date. Delays that may result from inadequate planning are contractor responsibility. Vendor instructions and program information is available at http://www.RAPIDGate.com or tel. 877.727.4342. RAPIDGate® access requires (in succession) (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate® company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate® identification badge for single base or multiple base (enterprise) access. Vendor is responsible to confirm that each employee held annual RAPIDGate® badge is active for the specific facility and performance period in accordance with RAPIDGate® User Agreement (http://www.RAPIDGate.com). Additional access permissions may be required such as Navy Base Point Loma "Enclave Access request form". Vehicle Access: Required for vehicle access to Navy facilities. Follow supplemental instructions on Base Access forms or base-specific vehicle access forms. Ship Access List* (Vendor-Provided): On company letterhead attachment via email, the vendor is required to provide the ship master (courtesy copy the Port Engineer) with an accurate, current list of performing personnel prior to being admitted aboard the vessel. Under no circumstances will a hand-delivered list be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-12-T-7664/listing.html)
- Place of Performance
- Address: USNS COMFORT, Baltimore, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN02865116-W 20120902/120901000628-c7bd269d706bfde38e93be1187e575b2 (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 |