Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2012 FBO #3970
SOLICITATION NOTICE

J -- Q-Flow Software and Hardware Service Maintenance

Notice Date
10/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment 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
N0025913T0005
 
Response Due
10/15/2012
 
Archive Date
11/15/2012
 
Point of Contact
Ryan Brown 619-532-9569
 
E-Mail Address
ryan.brown2@med.navy.mil
(ryan.brown2@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE TO CONTRACTOR This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR subpart 12.6, as supplemented with additional information included in this notice. This solicitation has been prepared with the intent to award on a sole source basis to ACF Technologies, 1 West Pack Square Suite 700, Asheville, NC, 28801-2875. All other offerors may submit a quote that will be reviewed by the Government. However, a determination by the Government not to compete with this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. In accordance with FAR 13.106-1(b)(1), the sole source is based on ACF Technologies being the sole providers of service maintenance on proprietary Q-Flow software and hardware. Due to the proprietary nature of this software, no other company was found that could access the software to provide maintenance should a problem arise. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number is N00259-13-T-0005. The closing date is October 15, 2012 @ 08:00am Pacific Standard Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-61. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/dpap/dars/dfars/index; www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 811219; Size: $19.0M. Naval Medical Center San Diego requests responses from qualified sources capable of providing the following products: CLIN 0001 “ Service Maintenance on Government owned Q-Flow patient queuing system “ Global software support and maintenance, to be performed in accordance with the statement of work, QTY: 12, Unit of Issue: Months Period of performance 16 October 2012 through 15 October 2013 Price: $______ CLIN 0002 “ Service Maintenance on Government owned Q-Flow patient queuing system “ Extended hardware warranty, for Naval Medical Center San Diego (NMCSD) and all locations utilizing NMCSD ™s Q-Flow server, to be performed in accordance with the statement of work, QTY: 12, Unit of Issue: Months Period of performance 16 October 2012 through 15 October 2013 Price: $______ CLIN 0003 “ Option year 1, Service Maintenance on Government owned Q-Flow patient queuing system “ Global software support and maintenance, to be performed in accordance with the statement of work, QTY: 12, Unit of Issue: Months Period of performance 16 October 2013 through 15 October 2014 Price: $______ CLIN 0004 “ Option year 1, Service Maintenance on Government owned Q-Flow patient queuing system “ Extended hardware warranty, for Naval Medical Center San Diego (NMCSD) and all locations utilizing NMCSD ™s Q-Flow server, to be performed in accordance with the statement of work, QTY: 12, Unit of Issue: Months Period of performance 16 October 2013 through 15 October 2014 Price: $______ CLIN 0005 “ Option year 2, Service Maintenance on Government owned Q-Flow patient queuing system “ Global software support and maintenance, to be performed in accordance with the statement of work, QTY: 12, Unit of Issue: Months Period of performance 16 October 2014 through 15 October 2015 Price: $______ CLIN 0006 “ Option year 2, Service Maintenance on Government owned Q-Flow patient queuing system “ Extended hardware warranty, for Naval Medical Center San Diego (NMCSD) and all locations utilizing NMCSD ™s Q-Flow server, to be performed in accordance with the statement of work, QTY: 12, Unit of Issue: Months Period of performance 16 October 2014 through 15 October 2015 Price: $______ STATEMENT OF WORK WITH NO LOANER OPTION NO LOANER OPTION “ MEDICAL EQUIPMENT SERVICE MAINTENANCE STATEMENT OF WORK 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/maintenance of ACF QFLOW SYSTEM and all components located in the Pharmacy Department 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: Perform service repair/maintenance to industry standards. Insure 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. 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. CORRECTIVE MAINTENANCE: Correct inoperable condition in a timely manner. 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. 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 Repaair 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. Maintain 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; (To be filled in after award) 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: Date and Time Notified Date and Time Arrival ECN (Equipment Control Number), Type, serial # and model # Time expended repairing/servicing Description of malfunction General 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 7 days. 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 ______________ ______Four (4) times per fiscal year ____/____/_____/____ CORRECTIVE MAINTENANCE (Check One) ______ Monday - Friday, 0800-1000 hrs. ______ Seven (7) days per week, 24-hour coverage -End of Statement of Work- The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.204-99 - System for Award Management Registration (August 2012) (DEVIATION) 52.212-1 Instruction to Offerors-Commercial Item (FEB 2012) 52.212-2 Evaluation Commercial Items (JAN 1999) Evaluation factors in descending order of importance: 1) Technical Capability, 2) Delivery Schedule and 3) Price 52.212-3 Offeror Representations and Certification--Commercial Items (MAR 2012) 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAR 2012) with the following clauses incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012), 52.219-28 Post Award Small Business Program Representation (APR 2009), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (MAR 2012), 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), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003), 52.222-48 Exemption From Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification (FEB 2009), 52.222-51 Exemption From Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification “ Requirements (NOV 2007) 52.219-1 Alt I Small Business Concern Program Representation (APR 2011) 52.227-19 Commercial Computer Software License (DEC 2007) 52.232-99 “ Providing Accelerated Payment to Small Business Subcontractors (DEVIATION 2012-00014) (AUG 2012) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) www.acquisition.gov; www.acq.osd.mil 52.252-2 Clauses Incorporated By Reference (FEB 1998) www.acquisition.gov; www.acq.osd.mil 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2012) with the following clauses incorporated by reference: 252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008). 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 252.239-7000 Protection against Compromising Emanations (JUN 2004) HIPAA “ Privacy and Security of Protected Health Information NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011) (a) In accordance with CNICNOTE 5530 dated May 2, 2011, NCACS credentialing should be established in order to avoid unnecessary delay at military installation entry control points (ECP). (b) NCACS guidance for Vendors/Contractors to obtain a pass is accessible through the following website: http://cnic.navy.mil/CNIC_HQ_Site/index.htm, popular links. For more information or to enroll in the NCACS Program call: 1.877.727.4342. For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653 (c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP. The Government intends to award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered. The following factors to be used to evaluate offers: Technical Capability, Delivery Schedule, and Price. Contractors who do not meet the first 2 factors will not undergo a price evaluation. 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 2012). A Data Universal Number System (DUNS) number is required to register. Email your quote to ryan.brown2@med.navy.mil on or before 08:00am Pacific Standard Time on 15 October 2012. Submitter should confirm receipt of email submissions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025913T0005/listing.html)
 
Place of Performance
Address: 34800 Bob Wilson Dr., San Diego, Ca
Zip Code: 92134
 
Record
SN02909574-W 20121007/121005234051-eb073368937daad3e41b7c920bb5737d (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.